SOURCES SOUGHT
58 -- LAND MOBILE RADIO (LMR) 17 CHANNEL COMBINER SYSTEM FOR YOKOTA AIR BASE JAPAN
- Notice Date
- 1/22/2009
- Notice Type
- Sources Sought
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 374 CONS - Yokota, Unit 5228, Yokota AB, APO Japan, 96328-5228
- ZIP Code
- 96328-5228
- Solicitation Number
- FA5209-09-T-0069-LMR-SS
- Archive Date
- 2/18/2009
- Point of Contact
- Pamela S Moody,, Phone: 81-42-553-8549, Wayne Godfrey,, Phone: 81-42-553-8549
- E-Mail Address
-
pamela.moody@yokota.af.mil, wayne.godfrey@yokota.af.mil
- Small Business Set-Aside
- N/A
- Description
- The contractor shall provide all personnel, equipment, tools, materials, management supervision, quality control, and labor necessary to perform acquisition, delivery and installation of a 17 channel LMR Combiner System to be deployed at Yokota AB Japan in two separate combiner sites, 12 and 5 channels respectively, as defined hereunder In Accordance With (IAW) this Statement of Work (SOW), commercial practices, manufacturer's specifications and US Government (USG) directives. The intended combiner sites proposed herein are located on Yokota's Main Base area on either the existing Microwave Tower, or if unavailable, a housing tower on the Main Base and a housing tower on the East Side of Yokota. SYSTEM CAPABILITIES The 17 channel LMR combiner system shall be split into two separate combiner sites being 12 and 5 channels respectively. The 12 channel system shall operate in the 138-142 MHz frequency range with the 5 channel system covering the frequencies from 142-174 MHz. SYSTEM SPECIFICATIONS: : The system should include the following name brand or equal equipment (at a minimum): (1) VHF - 5 Channel combiner, DSQJ45-125001-5AN; (2) VHF - 12 Channel combiner, DSQJ45-124801AN; and, (3) All required cables and connectors and antenna. SYSTEM INSTALLATION: The contractor shall provide an installation plan and schedule, that is subject to Government approval, prior to commencement of the work. The contractor shall be responsible for removal and disposal of excess materials. The contractor shall assist in reprogramming Yokota's existing Quantar repeaters to work with the new combiner system. The contractor shall also align and modify all code plugs associated with the installation. The contractor shall possess Depot Level tools to work on the existing Motorola equipment at Yokota AB. SYSTEM DOCUMENTATION: Government Approval is required for the following deliverables after completion of the installation/upgrade: (1) Test Results, (2) Schematic Diagrams, (3) Wiring Diagrams, (4) Maps (as required), (5) Floor plans, (6) Rack Elevation Diagrams, and (7) Repair Manuals to isolate problems to the module level. THE INFORMATION SOUGHT HEREIN IS FOR PLANNING PURPOSES ONLY (MARKET RESEARCH) AND SHALL NOT BE CONSTRUED AS A REQUEST FOR QUOTE (RFQ), REQUEST FOR PROPOSAL (RFP), AND INVITATION FOR BID (IFB) OR AS AN OBLIGATION OR COMMITMENT ON THE PART OF THE GOVERNMENT TO ACQUIRE ANY PRODUCT OR SERVICE. THERE SHALL BE NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT AS A RESULT OF INFORMATION SUBMITTED IN RESPONSE TO THE SOURCES SOUGHT ANNOUNCEMENT. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS ANNOUNCEMENT OR OTHERWISE PAY FOR ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS REQUEST. Contract award will be made to the offeror whose offer represents the best value to the U.S. Government considering the evaluation factors listed in the solicitation. The solicitation will be unrestricted. The solicitation will be available on this website and will also be separately issued to all firms who respond in writing to this synopsis. Firms wishing to receive a copy of the solicitation are requested to respond in writing to this synopsis by February 3, 2009, to Ms Pamela Moody, Team Lead/Contract Specialist, by fax or e-mail. Commercial fax number is 042-533-8549 (from inside Japan) and 011-81-31175-58646 (outside of Japan). E-mail address is pamela.mooody@yahoo.af.mil. NOTE: THIS PROJECT WILL BE PERFORMED IN ITS ENTIRETY IN THE COUNTRY OF JAPAN.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=067a0377127241ad36c0cf7798abdf28&tab=core&_cview=1)
- Place of Performance
- Address: Yokota Air Base, Fussa-shi, Tokyo, Non-U.S., Japan
- Record
- SN01735982-W 20090124/090122215112-067a0377127241ad36c0cf7798abdf28 (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 |