The RFP Database
New business relationships start here

NAWC WOLF Radio over Internet Protocol Gateway


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

 

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 Aircraft Division (NAWCAD), Special Communications Mission Solutions (SCMS) Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off The Shelf (COTS) Radio Over Internet Protocol (RoIP) Gateway. The gateway is intended to be used to interface with up to four (4) military radios simultaneously and provide the capability of connecting such radio devices to a network. The radio gateway shall be capable of providing audio conferencing, radio data, and radio remote control/programming of all connected radios to remote users via a network connection.

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, 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:

•Ø  Product specification, sketches, or listings of authorized distributors are not to count as part of the page count.  Respondents are requested to provide RoIP Gateway details specifically addressing the technical data identified below:

•·         Time to production

•·         List of Certifications and Standards applicable to the product

•·         Total quantity of units sold to date

•·         Date of Delivery of first unit

•·         Date of delivery of most recent unit

•·         Basic and extended Warranty Information

•·         Joint Interoperability Test Command (JITC) Certification Status

•·         Mean Time Between Failure (MTBF)

•·         Software Licensing (if applicable)

•·         Operation

•o   Input Voltage in Volts Direct Current (VDC) (if applicable), input current in Amps and minimum/maximum power draw in Watts

•o   Input Voltage in Volts Alternating Current (VAC) (if applicable), input current in Amps and minimum/maximum power draw in Watts

•o   Inrush current in Amps

•o   CPU/RAM/Storage capabilities (if applicable)

•o   Operating System

•o   Method of configuration

•o   Method of Remote user operations

•o   Network connectivity and capabilities

•§  Network bandwidth requirements

•§  Network protocols supported

•§  Audio Codecs Supported

•§  Interconnection between multiple RoIP gateways

•·         Fail-over/backup capabilities

•o   Interoperability with other RoIP Gateway solutions

•o   Capability to perform transmission and reception of audio to/from connected radio device(s)

•o   Capability to perform remote control and/or remote programming of connected radio device(s)

•o   Capability to perform audio conferencing of connected radio device(s)

•o   Capability to perform data functions of connected radio device(s)

•§  Send and receive data

•o   Maximum supported simultaneous users

•o   Graphical User Interface (GUI) for Users

•o   GUI for Administration/Configuration

•o   Quantity of supported radios

•§  Directly connected to gateway

•§  Maximum supported across all interconnected gateways (if applicable)

•o   Specification of interface(s) to connected radio device(s)

•·         Features

•o   Dimensions (height x width x depth)

•o   Weight in lbs.

•o   Safety Protections (e.g., overvoltage, overcurrent, etc.)

•o   External connector(s) description

•o   Mounting scheme/requirements

•o   Operating and storage temperatures in Fahrenheit

•o   Humidity range in Relative Humidity (RH) (operating & non-operating)

•o   Environment ruggedness (protected from; rain, salt, humidity, sand, dust, etc.)

•o   List of all supported radio device(s)

 

•·         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.

•·         If applicable and able, respondents shall include any Authority to Operate (ATO) or related documentation that pertains to their solution. 

•·         If applicable and able, respondents shall include any operations manuals or related documentation that pertains to their solution.

•·         If applicable and able, respondents include any Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) test report(s) that pertain to their solution.

•·         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 Federal Business Opportunities website: www.fbo.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 lauren.clemmens1@navy.mil.  Proprietary information, if any, should be minimized and must be clearly marked.  Responses are due no later than 2 December 2019, 3:00 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 Federal Business Opportunities (FedBizOps) website: www.fbo.gov.  It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.

 


Lauren Clemmens, Contract Specialist, Phone 7323232026, Email lauren.clemmens1@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP