Skip to main content

An official website of the United States government

You have 2 new alerts

RFI - High Frequency Radio and Selector Master

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Apr 04, 2022 02:42 pm EDT
  • Original Published Date: Apr 04, 2022 11:30 am EDT
  • Updated Response Date: Apr 11, 2022 05:00 pm EDT
  • Original Response Date: Apr 20, 2022 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5820 - RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    Saint Inigoes , MD
    USA

Description

REQUEST FOR INFORMATION

PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.  This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  This request for information does not commit the Government to contract for any supply or service whatsoever.  Further, the government is not at this time seeking proposals and will not accept unsolicited proposals.  Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.  Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations.  Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.

BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS

The Naval Air Warfare Center (NAWC) Webster Outlying Field (WOLF) Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off The Shelf (COTS) High Frequency (HF) radio and selector master. The HF radio and selector master need to provide form, fit, and function replacement of existing Sunair RT-9000A transceiver and F-9800 pre-selector/post selector. Radio must be able to perform ALE-2G MIL-STD-188-141 A/B/C, 3G STANAG 4538, and Data Link TADIL-A, Link 11/22 to enable usage in multiple platforms.

RESPONSES

Requested Information

Section 1 of the response shall provide administrative information, and shall include the following as a minimum:

  • Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact.

  • Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).

  • Country of origin for main component(s)

Section 2 of the response shall provide technical information, and shall include the following as a minimum:

  • Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes.  Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged.

  • Respondents should provide a detailed description of the following characteristics of their solution in their submission:

High Frequency Radio

  1. Military Standards and certifications
  2. Environmental
    1. Operating Temperature (minimum and maximum)
    2. Storage Temperature (minimum and maximum)
    3. Humidity (maximum percentage and temperature)
    4. Operating Altitude (maximum)
    5. Storage Altitude (maximum)
  3. Frequency Range
  4. Frequency Stability
  5. Programmable Channels
  6. Modes of Operation
  7. Data Bandwidth
  8. Key
  9. Memory Retention
  10. Scan
  11. Analog Audio Interface
  12. BFO
  13. Synthesizer Lock
  14. Synthesizer Tuning Step
  15. T/R Switching Time
  16. Remote Interface
  17. Encryption
  18. RF Antenna Impedance
  19. RF Antenna Connector
  20. Power Supply
  21. Input Voltage
  22. Energy Consumption
  23. BITE
  24. MTBF
  25. MTTR
  26. Dimensions
  27. Weight
  28. Construction
  29. Origin

Selector Master

  1. Military Standards and certifications
  2. Environmental
    1. Operating Temperature (minimum and maximum)
    2. Storage Temperature (minimum and maximum)
    3. Humidity (maximum percentage and temperature)
    4. Operating Altitude (maximum)
    5. Storage Altitude (maximum)
  3. Frequency Range
  4. Tuning Time
  5. Bandwidth
  6. Unwanted Signal Rejection
  7. Ultimate Rejection
  8. Gain
  9. Gain tolerance
  10. RF Overload Trip
  11. Maximum Pre-selector RF Input
  12. Noise Figure
  13. Intermodulation Distortion
  14. Input Voltage
  15. Front Panel Controls
  16. Front Panel Indicators
  17. Antenna Connection
  18. Dimensions
  19. Weight
  20. Origin

  • If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution.  It would be helpful if a sponsor POC for each program, with email address and phone number could be identified.

  • The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI.  Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA.

  • Respondents should include a list of authorized distributors.

ADDITIONAL INFORMATION

In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail.  Product specification, sketches, or listings of authorized distributors will not count toward the page limitation.  The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s). 

The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited.  Proprietary information will be safeguarded in accordance with the applicable Government regulations.  All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly.  The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified.  Responses to this RFI will not be returned.  Respondents will not be notified of the result of the review. 

Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the government to solicit or award a contract. If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website: www.sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.

HOW TO RESPOND

Interested parties are requested to respond to this RFI with a PDF Document Format.  Responses shall be limited to 10 pages and submitted via e-mail only to paras.d.patel.civ@us.navy.mil.  Proprietary information, if any, should be minimized and must be clearly marked.  Responses are due no later than 20 April 2022, 5:00 P.M. EST.

Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the SAM website: www.sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.

Contact Information

Contracting Office Address

  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA

Primary Point of Contact

Secondary Point of Contact





History