SOURCES SOUGHT
58 -- Land Mobile Radio (LMR) Systems to Support Wireless Interior Communications (IC) Program for the Fleet's trunked LMR
- Notice Date
- 6/26/2006
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston_MKTSVY_38462
- Response Due
- 7/7/2006
- Small Business Set-Aside
- N/A
- Description
- SPAWARSYSCEN Charleston is soliciting information from potential sources for Land Mobile Radio (LMR) systems and equipment for HYDRA wireless Interior Communications (IC) program in support of fleet users of the trunked LMR systems. These systems must be capable of: (1) complying with the requirement of the Hydra Operational Requirements Document (ORD); (2) digital, narrow band operation in the frequency ranges of 380 ??? 400 MHz; (3) must be compatible with shipboard radio frequency (RF) emitters and provide a complete range of peripheral equipment; (4) must be compatible with the wireless IC decks; amphibious assault ship well decks and vehicle decks; and the damage control, engineering, security, safety, navigation, and administrative operations of all US Navy ship classes; (5) must be procured for military use only and not for commercial use as a result of the U.S. Department of Commerce National Telecommunications and Information Administration (NTIA) Document #31379/1 dated 28 FEB 2000; (6) operate in the frequency range of 380- 399.9; and (7) comply with NTIA mandate. Base station equipment must be capable of meeting Grade B shock requirements of MIL-S-901D. Portable radio equipment must be capable of operation in driving rain, snow, extreme background noise, and extreme heat and cold. SPAWAR SYSCEN Charleston anticipates awarding a Commercial, Fixed Price, Indefinite Delivery, Indefinite Quantity, type contract with a base year with four one-year option periods. Delivery will be required to various naval installations. This notice is for planning purposes only. Firms are invited to submit appropriate documentation, literature, brochures and references to support that they possess the required specialized experience. Responses must include the following: (1) name and address of firm; (2) size of business: average annual revenue for past 3 years and number of employees; (3) ownership: Large, Small, Small Disadvantage, 8(a), HUBZone and/or Woman-Owned; (4) number of years in business; (4) number of years in business; (5) two points of contact: name, title, phone, fax and email; (6) DUNS Number (if available); (7) affiliate information; parent corporation; (8) a list of customers covering the past five years; highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference and customer point of contact with phone number. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUCEMENT FOR PROPOSALS. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING THE INFORMATION IN RESPONSE TO THIS ANNOUCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. RESPONDENTS DEEMED FULLY QUALIFIED WILL BE CONSIDERED IN ANY RESULTING SOLICITATION FOR THE REQUIREMENT. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SAMLL BUSINESS SET-ASIDE, HUB- ZONE OR 8(A) SET- ASIDE BASED ON RESPONSES HERETO. THE NAICS CODE IS 334220 AND THE APPLICABLE SIZE STANDARD IS 750 EMPLOYEES. CLOSING DATE FOR RESPONSES IS 07 JULY 2006. All information summaries should be mailed to Space and Naval Warfare Systems Center, Charleston, PO Box 190022, North Charleston, SC 29419-9022, Attn: Grace Brown, Code 025GB. (Summaries may also be emailed: grace.brown@navy.mil) For further technical information contact Rick Yon at (843) 218-5160.
- Web Link
-
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=4509ECEDCDD1522A88257199006238C0&editflag=0)
- Record
- SN01077931-W 20060628/060626220904 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |