AFRL requires a purchase of Polaris two (2) channel HF/VHF/UHF digital tuner, power supply option for Polaris, cable option 9 pin bi-lobe to 9 pin subd, RF cables, timing cables, 10 GIG ethemet option fiber optic, manual D2, D4 & D5 Polaris quad-channel and dual-channel digital tuner consisting of the following:
• Quantity of two (2)
• Part number: SI-9150/D2
• Description: Polaris two (2) channel HFNHF/UHF digital tuners and required associated option assemblies as follows:
o Quantity of two (2) 9150/PS power supply option for Polaris
o Quantity of two (2) 9150/cable/9PINTOSUBDWOWP cable option (standard) 9 pin bi-lobe to 9 pin subd; RS-232 without write protect
o Quantity of two (2) 9150 cable option; SI-9150/D2 RF cables (set of 3), 9150 cable option; SI-9150 timing cables
o Quantity of two (2) SI- 9150 10 GIG ethemet option, fiber optic
o Quantity of two (2) manuals SI-9150/D2; /D4; & IDS (PDF) Polaris quad-channel and dual-channel digital tuner
The Government intends to negotiate a sole source contract with:
DRS Signal Solutions Inc.,
1 Milestone Center Court
Germantown MD 20876;
POC: Paul Dell ([email protected]), telephone 301-944-8295
The Government has determined that DRS Signal Solutions the only company that can meet the required specifications for integration within a specific platform. The unique ability of this digital tuner package will facilitate field testing and evaluation for deployment into existing classified operational environments without modification to the existing hardware platform. The Polaris digital tuner with optional assemblies is a unique item produced only by this vendor. The unit with these specific options will mimic the current platforms. The unique aspect is derived from the specific construction of the SDR and the associated software. It is in use currently and this specific item will ensure the existing derived technology will transition in a format compatible with the platform assets. No substitution was found to be compatible with existing systems and would prevent transition of the present technology. Multiple areas at AFRL utilize this specific platform and the technologies must be compatible with existing platforms to enable technology transition with specific hardware only. Therefore, it has been determined that award to any other source would result in the Government experiencing a substantial duplication in cost that would not be expected to be recovered through competition.
This is a notice of proposed contract action and not a request for competitive proposals; however, all responsible sources may submit a capability statement or proposal, which shall be considered by the agency. All inquiries should be sent by email to [email protected]. Responses must be submitted by the date/time listed on the notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements.
Responses received will be evaluated; however a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. The Government anticipates an award date on or before 27 September 2016.
A Sole Source Justification will be attached to the subsequent Notice of Award.