REQUEST FOR INFORMATION
Package Name: Power Amplifiers for Naval Radio Communication Systems
PSC Code: 5996 - Amplifiers
NAICS Code: 334290 – Other Communications Equipment Manufacturing
This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Ship & Air Integrated Warfare (SAIW) Division has a requirement to procure Navy certified/approved shipboard/land-based radio amplifier configurations for various Naval Radio Communications Systems (RCS) covering ARC-210 radio configurations, as well as the Digital Modular Radio (DMR) configurations. Consistent with this intent, the Navy is looking to evaluate vendor information and capabilities relating to two such potential requirements; the 100-Watt amplifier (Line of Sight (LOS)); and the Mobile User Objective System (MUOS) compatible based 200-Watt SATCOM High Power Amplifiers (HPA). These are required to produce shipboard/land-based Ultra High Frequency (UHF)/Very High Frequency (VHF) systems, Satellite Communications (SATCOM) systems, and MQ-25 Ground Control Systems (GCSs).
This RFI is issued as part of a contemplated procurement strategy for military grade power amplifiers for the Navy’s ARC-210 and DMR RCS technologies. Information should be provided in regard to current power amplifier technologies available for 100-Watt LOS and 200-Watt MUOS based amplifiers, plus associated parts for mounting hardware kits, rails, and power cords in accordance with ARC-210 and DMR requirements and design drawing packages. The 100-Watt and 200-Watt amplifiers will have a control interface compatible with the RCS specifications. The ARC-210 based amplifier must be operational with a 200-Watt SATCOM MUOS capability and must have operational certification approval from Department of the Air Force, United States Space Force, DELTA 8/SATCOM NB C-SSE Narrowband Consolidated SATCOM System Expert (C-SSE) for MIL-STD-188-187A. For this RFI posting, information is requested for the Navy’s ARC-210 amplifier nomenclature/description:
Navy Nomenclature/Description
AM-7581A/SRC (100-Watt)
AM-7725 MUOS SATCOM HPA (200-Watt)
RESPONSES
Requested Information
Section 1 of the response shall provide administrative information and shall include the following as a minimum.
- Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact.
- Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).
Section 2 of the response shall provide technical information, and shall include the following as a minimum.
- Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged.
- Respondents shall include product specifications and sketches with submission. Product specification and sketches are not included in the final page count.
- If applicable, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. Include a sponsor Point of Contact (POC) for each program, with email address and phone number.
- The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA.
- Respondents should include a list of authorized distributors.
ADDITIONAL INFORMATION
The Government is seeking industry input to assist in identifying components that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.
In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA.
The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff (CSS) for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded IAW the applicable Government regulations. Responses to this RFI may not be returned. Respondents may not be notified of the result of the review.
Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.
HOW TO RESPOND
Interested parties shall respond within five business days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI (not to exceed ten pages) via e-mail no later than 05 May 2025 to lauren.a.clemmens.civ@us.navy.mil.