Sources Sought Synopsis for SOMS B (V) 2 MTBS. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential sources prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.
The Naval Air Warfare Center Aircraft Division (NAWCAD), St. Inigoes, is surveying the vendor community for all interested parties in the intended procurement of Ultra High Frequency (UHF) Transmitters as required in support of the Special Communications Requirements (SCR) Division. The U.S. Army Psychological Operations Command (PYSOP) of the U.S. Special Operations Command (USSOCOM) has tasked the SCR Division to integrate, and deliver a Special Operation Media System B (SOMSB) (V) 2. SOMS B (V) 2 is an AT-3 transportable-based PSYOP system, consisting of a Mobile Television Broadcast System (MTBS).
SOMS B (V) 2 MTBS will consist of an independent, transportable system, possessing mobile communications capabilities to broadcast, record, and retransmit commercially equivalent broadcast-quality audiovisual products in support of PSYOP. These transmitters will be used to conduct PSYOP within a theater of operations. The equipment must be compliant with the following U.S. and international standards: the Federal Communications Commission (FCC), National Association of Broadcasters (NAB), Electronics Industries Association (EIA), International Telecommunications Union (ITU), and European Broadcasting Union (EBU).
In addition to the standards listed above, the UHF Transmitters must meet the following specifications: Transmitter Requirements: TV Transmitter Capabilities - transmit on Band IV and V UHF Channels, from 470 to 806MHz; Color Standards â NTSC, PAL, SECAM, and M/N; Transmission systems B/G, D/K, K1, and I. Visual Performance: Visual Sideband response per TV standard; In-Band Intermodulation Products of â52dB; Out of Band Intermodulation Products of â35dB; Differential gain of 10%; Differential Phase of 10 degrees; Luminance nonlinearity of 10%; Equivalent Envelop Delay Per TV Standard; Signal to Noise Ratio of 50dB; Variation on Output of 5%; Regulation of Output of + or - 10 IRE; Frequency Stability of + or - 1kHz; Harmonic Radiation 50dBc re. Pk visual. Aural Performance: Aural Power of 25W + or - 5W; Carrier Frequency Stability of + or - 1kHz; Frequency Response - + or - 1dB, 50 Hz to 15kHz, Harmonic Distortion of 1% or less; and FM and AM Signal Noise Ration of 50dB RMS or better. General Specifications: The preferred Power Requirements are 208Vac + or - 15%, 3 Phase at 50/60Hz; however, the minimum requirements of 220Vac + or - 15%, 1 Phase at 50/60Hz will be accepted; Approximate Power Consumption of 4kW, Power Factor .85; VSWR Overload Point of 100W Peak, Operating Ambient Temp of 0 Degrees C to 50 Degrees C; Relative Humidity of 0% to 95%.
There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above.
Information provided herein is subject to change, and 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 (FedBizOpps) website, located at www.FedBizOps.gov. It is the potential offerorâs responsibility to monitor this site for the release of any follow-on information. This is a Sources Sought, and feedback from industry is also sought on our requirements as stated in this synopsis. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). Interested parties are requested to submit a capabilities statement of no more than 3 pages in length, and demonstrate their ability to provide the requirements listed above. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. It is highly encouraged that capability statements be submitted electronically to the Contract Specialist in Microsoft Word format, or Portable Document Format (PDF), at the following email address:
[email protected] Alternatively, the capability statement may be sent to the following address: Department of the Navy, Contracts Group, NAWCAD, Bldg. 8110, Unit 11, Villa Road, St. Inigoes, MD 20684-0010, ATTN: Amanda Ankerman. The information may be faxed to (301) 995-8672, ATTN: Amanda Ankerman, CODE 2.5.1.2.3.5. Telephone and other means of oral communication requesting information will not be permitted. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these source sought.
Bid Protests Not Available