Federal Bid

Last Updated on 06 Mar 2018 at 9 AM
Sources Sought
Tacoma Washington

Bullseye Radio System

Solicitation ID UNAWARD-18-Q-7788
Posted Date 13 Feb 2018 at 6 PM
Archive Date 06 Mar 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Tacoma Washington United states 98433
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to issue a solicitation with a brand name justification for a Bullseye Radio System and is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.

The Bullseye Radio System contains the following end components, which will be acquired on a brand name basis:
Rockwell RT4150 (50W V/UHF Blade) PN 270-3186-072
Rockwell RT8850 (50W Blade Lo VHF) PN 270-3186-075
Rockwell 5 year extended warranty
Rockwell SMART Blade Equipment Tray/Shelf PN 270-3186-060
Rockwell Connector Kit PN 270-3148-313
Rockwell PC Control Software PN 984-4799-012,
WADE Taco Muldipole Military Antennas U/V/U D2118
WADE Taco Muldipole Military Antennas V/U/V D2118A

A brand name justification will be included with the final solicitation, issued under the statutory authority of 41 U.S.C 1901, as implemented in Federal Acquisition Regulation (FAR) 13.5. The requirement is brand name specific because it will be part of an existing simulcast radio network to allow communications between air-traffic controllers in JBLM and Yakima Training Center without having to change frequencies based on location. Additionally, this is the only system validated and approved for use in Army Aviation flight-following radio networks. Therefore, no other brand can meet or be modified to meet the requirement.

This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is: 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing with a size standard of 1,250.


In response to this sources sought, please provide:

1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at [email protected] or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.

7. Recommendations to improve the Army's specifications for acquiring the identified items.

 

Bid Protests Not Available

Similar Past Bids

Nellis air force base Nevada 31 Jul 2012 at 4 PM
Florida 14 Sep 2009 at 6 PM
Houston Texas 01 Mar 2018 at 3 PM
Bremerton Washington 03 Aug 2016 at 4 PM
Schofield Wisconsin 11 Aug 2016 at 3 PM

Similar Opportunities

New york New york 29 Jul 2025 at 7 PM
Washington 10 Jun 2027 at 4 AM
Waynesville Missouri 14 Jul 2025 at 1 PM
Fort knox Kentucky 15 Jul 2025 at 2 PM
Fort belvoir Virginia 11 Jul 2025 at 4 PM