The RFP Database
New business relationships start here

mobile antennas


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a REQUEST FOR INFORMATION (RFI) for the Office of Investigative Technology, Covert Antenna requirement. This not a request for proposals and does not obligate the Government to award a contract. The Drug Enforcement Administration (DEA), Office of Investigative Technology is conducting market research and requests input from industry to assist in requirement planning.

The information requested by this synopsis will be used within the DEA to facilitate the decision making process and acquisition planning. All responsible/interested Women Owned Business (WOSB) are encouraged to respond to this RFI.

The DEA will not be responsible for any costs incurred by interested parties in responding to this RFI. The purpose of this RFI is to gather information about COMMERCIALLY AVAILABILITY for concealed, covert or disguised Mobile Antennas. The antennas shall provide excellent two way communication in the required frequency bands for DEA. When required most antennas shall include AM/FM tuners. Antenna design must be covert, durable and shall include but not be limited to the following antenna models; fender mount, roof mount, trunk mount, glass mount, magnetic mount and covert (interior) rear deck antennas. Depending on the antenna model it must be visually indistinguishable from the commercial or original equipment manufacturer (OEM). The electrical and frequency characteristics will be as follows; the antennas transmit power may range from a minimum of 35 watts to a maximum of 150 watts depending on the model. The antennas frequencies shall include but shall not be limited to; Single Band VHF (150-174 MHz), Single Band UHF (403-470 MHz), Single Band (700/900 MHz) Dual Band VHF/UHF 150/174 MHz 406/512 MHz Dual Band VHF/7-800 MHz and or VHF/Cel 150-174 / 700-896. Antennas shall come with cables and required connectors to include but not limited to; UHF (PL-259), Mini UHF, SMA, N, TNC, BNC, and SMB. Vendor shall be able to provide warranty, antenna replacements, filters and accessories for the aforementioned equipment. Vendor shall also be able to provide customer support; technical or equipment delivery information via email or phone as required.

RESPONSES:
This is a Request for Information (RFI). This is not a solicitation, award or request for proposals and does not obligate the government to award a contract. The DEA will not be responsible for any cost incurred by interested parties in responding to this RFI. Any and all associated costs shall be expended solely at the expense of the responder. Unsolicited proposals or offers of any kind will not be considered in response to this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI will not be returned. At this time, questions concerning the composition and requirements for a future RFP, as well as those regarding the nature of the supply/services to be performed under any future initiative will not be accepted. Responses must include the following information: Company name; mailing address; physical address; point of contact(s); telephone number; fax number; email address; Federal Tax Identification Number, DUNS number; NAICS code; company business size (if small indicate type); and GSA schedule number (if applicable), and must be registered in System For Award Management (SAM) to be considered for this requirement.

1. A corporate or company capability statement between one and 5 pages that includes relevant experience within the past three years. Relevant experience is defined as possessing the experience described in the "Requirements" section above. The capability statement should include a technical description of the hardware and maintenance and other contractor support services required for the government installation and support of all items related to the hardware.

2. A representative sample of contracts your firm was awarded to provide the requirements as described in this notice within the past three years. For each contract listed include the type of contract; total estimated value; contract period of performance (e.g., base and number of option periods); customer (i.e. federal agency) and respective point of contact (e.g., point of contact's name, phone number, and email address).

3. Published documentation about the system to include manuals, white papers and other technical documentation (if available). The Government encourages creativity and innovation in responses to this RFI.The North American Industry Classification System (NAICS) code applicable to this requirement is 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, with a size standard number of 750 employees. Any questions about this RFI should be submitted in writing no later than April 25, 2018 by 1:00 pm EST. Answers to general questions will be provided under an amendment to the RFI and posted on FBO. Answers to vendor specific questions will be provided directly to the vendors. Interested parties are requested to submit the above requested information directly via e-mail to: yokita.m.davis@usdoj.gov no later than May 3, 2018 by 1:00 pm EST. Any responses received after the closing date will not be considered. No literature will be returned to responding companies and each company is solely responsible for all expenses associated with submitting their literature. All information will be kept confidential and will not be disseminated to the public.

yokita davis, Phone 2023077832, Email yokita.m.davis@usdoj.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP