The RFP Database
New business relationships start here

MPU5 Radio Routers


New York, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a Notice of Proposed Contract Action under the FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. This notice is for information only; a solicitation will not be issued. THIS IS NOT A REQUEST FOR QUOTATION. No contract will be awarded on the basis of offers received in response to this notice. The associated North American Industry Classification System (NAICS) code is 334220 with a small business size standard of 1,250 employees.
AFRL requires three (3) Man Portable Unit (MPU5) radio routers with associated hardware.
The Government intends to negotiate a sole source contract with: Persistent Systems, LLC., 303 5th Ave. Suite 207, New York, NY 10016

The Government has determined that no other source can meet this requirement. The MPU5 Radio, manufactured by Persistent Systems, is an extremely capable tactical radio that offers unique features that no other product available incorporates. The features include:
•    S-Band radio module
•    Ethernet ports
•    Audio Port + Push To Talk Voice + 16 Channels of Voice
•    power connector + 3 USB ports
•    Power over Ethernet ability + 10/100 Ethernet port
•    FIPS 140-2 validation
•    Suite B Algorithms
•    HD Video Decoder/Encoder
•    IP68 Rated
•    3x3 multiple input-multiple output (MIMO) Technology


In addition, the MPU5 radio routers have interchangeable internal radio modules, of which are compatible with L-Band, S-Band and C-Band frequencies. Each radio requires Ethernet ports, Audio Port, power connector, power over Ethernet capability, MIMO, and multiple mounting configurations. Radio must be FIPS 140-2 validated and use Suite B Algorithm for security.


The MPU5 is currently fielded and used by operational users daily. It is critical to ongoing testing that hardware identical to that of the operational users is utilized in order to predict and quantify performance. This product is critical to the Government's ability to develop, test and integrate software. Identical hardware to that which is currently in operation is essential to ensure operational compatibility and risk mitigation for transitioned software.


If these products are not procured, the Government's ability to develop, test, and integrate software will be severely degraded. Furthermore, the ability to predict and quantify performance will be impaired, project risks will be higher and software defects will not be identified and remediated in a timely fashion, putting operational users at risk. In order to implement an alternate platform the Government would experience a substantial duplication of cost not expected to be recovered through competition.


This is a notice of proposed contract action and not a request for competitive proposals; however, all responsible sources may submit a capability statement or proposal, which shall be considered by the agency. All inquiries should be sent by email to Leslie Christoferson@us.af.mil. Responses must be submitted by the date/time listed on the notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements.


Responses received will be evaluated; however a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. The Government anticipates an award date on or before 25 September 2019.


A Sole Source Justification will be attached to the subsequent Notice of Award.


 


Leslie A. Christoferson, Contracting Officer, Phone 315-330-7255, Fax 315-330-2555, Email Leslie.Christoferson@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP