Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOURCES SOUGHT

99 -- TELEMETRY PROCESSING SYSTEM

Notice Date
2/13/2020 1:44:54 PM
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
FA8213 AFLCMC EBHK HILL AFB UT 84056 USA
 
ZIP Code
84056
 
Solicitation Number
FA8213-20-R-TPS
 
Response Due
3/10/2020 3:00:00 PM
 
Archive Date
03/25/2020
 
Point of Contact
Kellee Grose, Phone: 801-777-4245, Tad Lloyd, Phone: 801-777-4163
 
E-Mail Address
kellee.grose@us.af.mil, tad.lloyd@us.af.mil
(kellee.grose@us.af.mil, tad.lloyd@us.af.mil)
 
Description
TELEMETRY PROCESSING SYSTEM NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.The purpose of this Sources Sought is to conduct market research to determine if responsible sourcesexist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside.The proposed North American Industry Classification Systems (NAICS) Code is 517919 which hasthe corresponding Size standard of $35 Million. The Government will use this information to determinethe best acquisition strategy for this procurement. The Government is interested in all small businesses toinclude 8(a), Service-Disabled Veteran Owned, Hubzone and Women-Owned small business concerns.The government requests that interested parties respond to this notice if applicable and identify yoursmall business status to the identified NAICS code. Additionally, please provide any anticipated teamingarrangements, along with a description of similar services offered to the Government and to commercialcustomers for the past three years. Any responses involving teaming agreements should delineatebetween the work that will be accomplished by the prime and the work accomplished by the teamingpartners. 2.The United States Air Force (USAF) is seeking potential contractors to produce two (2) TelemetryProcessing Systems through a competitive acquisition. Contractor designs will be evaluated. Under thecontemplated contract, the awarded contractor will provide a Telemetry Processing Systems that includesthe following features:�Telemetry Processing System units will be portable, lightweight, modular, interoperable, smallform factor and have low power consumption (20-40w or better).�Units will support open architecture hardware and software solution in line with IOT & IIOTprotocols which facilitates and does not limit COTs solutions for additions, upgrades, revisions,updates, component changes.�Hardware solutions will provide reliability and be cost effective.�Storage options will include high reliability solid state and platter storage options as standardoptions. Systems design will maximize component synergy in order to maximize each unit�spotential, adaptability, usefulness and longevity.�Units will provide Vendor or COTs GUI and support customer creatable interface GUI options.Software solutions will provide for timely updates, upgrades, allow for customer creatablesolutions and support cyber security protocols.�Support options will include product lifetime support and licensing. Software licensing will notlimit the customers� ability to use or adapt units to their need.�Units will be networkable, network configurable, support multi-casting and operate in an OS-less functional environment (NETWORK Appliance) providing multiple standard interfaces toinclude USB, Ethernet, etc.�Units will provide baseband data acquisition, bit synchronization, frame synchronization, biterror rate reader, a time reader/time generator, decommutation.�Modular units must be multi-channel capable, supporting no less than 6 synchronized real-timesimultaneous channel processing with differing data stream rates using Pulse-code Modulation(PCM) data synchronization which support multiple PCM/decommutator, recording andsimulation.�Timing information will support standard format (Atomic, GPS, etc.) Inter-RangeInstrumentation Group (IRIG) time and network reading and generation. Units will support NAICS: 517919 � All Other Telecommunications: Communications Telemetry digital signal processing (DSP) and analog compatibility. Units will provide automatic gain control and selectable input impedance. 3.No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. US Government does not own or have the rights to use the data required to manufacture these devices. Interested offerors shall respond to this Source Sought Synopsis no later than 4:00 PM MST, 10�March 2020. 4.Questions regarding this market survey should be addressed to Kellee Grose, (801) 777-4245 Email kellee.grose@us.af.mil and Tad Lloyd, (801)777-4163 Email tad.lloyd@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bce8226cd2724ed7a123e3bde5d668e4/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05562307-F 20200215/200213230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.