Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2006 FBO #1707
SOLICITATION NOTICE

J -- Retrofit of Communication Tower Trailers

Notice Date
7/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-06-R-0029
 
Description
The Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA)/ Mt. Weather Emergency Operations Center (MWEOC), Mt. Weather (Bluemont), VA has a requirement for retrofitting services, to include purchase of equipment, in support of four communications tower trailers for the Mobile Emergency Response System (MERS) and Land Mobile Radio (LMR) equipment and satellite communications equipment. The retrofitted travel trailers will be used to provide voice communications in the field for the support of the National Disaster Medical System (NDMS) and The Urban Search and Rescue (US&R) program. FEMA requires retrofit of the Motorola equipment currently located in four trailers to be compatible with the equipment that is already in the NDMS and US&R programs. FEMA requires that all of the tower trailers be identical in their equipment and configuration so that any unit can operate independently or in conjunction with the other units in the system. Currently there exists limited equipment in each unit and depending on the mission needs each has to be reconfigured or equipment swapped between units to meet the mission profile. FEMA also requires that the existing units all be brought to the same firmware level in order to eliminate the need of having to carry multiple laptops to program the equipment in the different trailers. It is necessary that the Contractor be authorized and trained by Motorola to provide service on Motorola equipment. The Contractor shall overhaul existing Government furnished repeaters which will be aligned, repaired and tested to ensure the equipment meets current factory specifications. Units must be capable of functioning in the digital and analog modes. Antennas, duplexers, power supplies and RF PA?s are to be replaced as needed. The Contractor shall also provide the following equipment: Telwave wattmeters and carrying cases, IS PolyPhasers, Cellwave antennas and duplexers, Bud equipment racks and black shelves, Motorola power amps and power supply?s. FEMA intends to issue an Open Market, Time and Materials type contract based on full and open competition. Contract award will be based on lowest cost/technically acceptable. The estimated award date is September 22, 2006 and the estimated period of performance is 30 days after date of award. The Request for Proposal (RFP) will only be available on the FedBizOps (FBO) web pages at http://www.fedbizopps.gov. Prospective offerors are responsible for downloading the RFP and all attachments, if applicable. It is the responsibility of the offeror to monitor the FedBizOps web page for the release of the solicitation and any amendments. The RFP should be available for downloading on/about 15 calendar days following publication of this announcement. Potential offerors that do not have the capability to download from the FBO may request, in writing, a copy of the solicitation, including any attachments and amendments. Potential offerors making this request must include in their written request an adequate justification for not obtaining the solicitation via the Internet. Telephone requests will not be honored. Requests should be made via e-mail to Sandra.nixon@dhs.gov, or faxed to Sandi Nixon at 540/542-2632. Offerors are cautioned to include RFP No. HSFEMW-06-R-0029 on all documentation submitted in response to this requirement. Written proposals will be required approximately 30 days following the RFP issue date. The North American Industry Classification System (NAICS) Code for this requirement is 811213; small business size standard is $6.5 Million.
 
Place of Performance
Address: 4420 Buckeystown Pike, Frederick, MD
Zip Code: 21704
Country: UNITED STATES
 
Record
SN01100372-W 20060730/060728220425 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.