USSOCOM NGLS Sonic Projection Capability

Suspense: 12 February 2021 Description:  U.S Special Operations Command (SOCOM) is conducting market research in accordance with FAR Part 10.  THIS IS NOT A REQUEST FOR PROPOSAL (RFP). The government is still in the early acquisitions planning stage and all activities at this time are considered market research.

Category: Opportunity

DoD Communities of Interest: C4I

Subject: NGLS Sonic Projection Capability

Due Date: 12 February 2021

Government Organization: U.S. SPECIAL OPERATIONS COMMAND (USSOCOM)

Description

U.S Special Operations Command (SOCOM) is conducting market research in accordance with FAR Part 10. 

THIS IS NOT A REQUEST FOR PROPOSAL (RFP).

The government is still in the early acquisitions planning stage and all activities at this time are considered market research. There is NO commitment by the government to issue a RFP as a result of this RFI. This request for information does not commit the Government to contract for any supply or service whatsoever. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.

The government encourages vendor response even if the full requirement cannot be met.

PURPOSE

Introduction: U.S. Special Operations Command (USSOCOM) is seeking information from qualified sources to better understand existing vendor offerings and the technical concepts, approaches, and merits of the ideas of work pertaining to directional/sonic projection of loudspeakers. Further, it seeks to obtain information about pricing, delivery, contract type, and other market information or capabilities.

2.0 Description of Services: USSOCOM seeks information from responsible sources and interested parties who have proven solutions that provide the following features/capabilities:

(1) Must have the capability of switching between very narrow directional sound and wide conventional type speaker coverage.

Must be intelligible at distances of 1000 meters or more from the speaker in both traditional and narrow directional mode.

(2) Must be man-portable.  

(3) Must be compatible with standard military batteries/use rechargeable batteries and/or solar power.

(4) Must be capable of receiving low volume voice input with active noise cancellation of external sound and projecting out according to volume setting

(5) Must be capable of communication with multiple speakers in daisy chain or hub and spoke topology between speakers.

(6) Must be able to stream audio from multiple devices

REQUESTED INFORMATION – DO NOT SEND COMPANY BROCHURE

1. Capability Statement: Request you submit a Capability Statement that presents your technical capability for providing the commercial off the shelf solution that requires minimal or no additional development as it relates to the subject requirements. The Capability Statement shall at the minimum answer the specific questions identified below to identify the technical approach to meet the Governments requirement and shall not exceed fifteen (15) pages in length as follows:

a. Describe your solution as it relates to the capabilities in paragraph 3.

Architecture Information:

b. From a high level, what approach would you take to provide enhanced integration, configuration, and presentation of data (for human and machine)?

c. Summarize the architectural environment and provide a drawing of the system overview.

e. What are the minimum hardware/software requirements to deploy and operate your solution? E.g. Are there any dedicated hardware requirements or is this capable of being deployed on existing infrastructure?

f. What would a USSOCOM implementation look like from a high-level operational view (OV-1) and systems interface description (SV-1)?

Capability Delivery:

g. Describe the infrastructure and software required to build the capability and average timelines required to implement it.

h. What type of usage monitoring and metrics, such as a dashboard, would be available to the user? What is the capability to tailor a user defined operational picture to meet both normal and unique mission demands?

i. What additional support would be required to implement the solution?

j. Are there any additional fees for out-year services/support?

k. How are updates handled?  

Company Information: Company name, address, point of contacts, Dun’s Number, NAICS Code, company Size Standard and Socioeconomic Status if applicable

Contracting Office Address

SOF ATL-KI, TAMPA, FL 33621-5323

Contact Information

Jennifer S. Pruente

Phone: 8138266966

jennifer.s.pruente.civ@socom.mil

Charlotte Montoya

charlotte.k.montoya.civ@socom.mil

Website: https://beta.sam.gov/opp/33291818bef44b5fa52188c3be9f2c33/view