SOLICITATION NOTICE
R -- Alaska Land Mobile Radio Operations Management Services - ALMR OMO PWS
- Notice Date
- 8/14/2009
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- FA5000-09-R-0037
- Archive Date
- 10/14/2009
- Point of Contact
- Michele D Cameron, Phone: (907)552-5587
- E-Mail Address
-
michele.cameron@elmendorf.af.mil
(michele.cameron@elmendorf.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- ALMR Office Management Services Performance Work Statement Elmendorf AFB intends to award a Firm-Fixed price contract for Alaska Land Mobile Radio (ALMR) Operations Management Services. This requirement will be solicited as a small business set-aside. The contractor shall furnish all management, supervision, labor, parts, material, and equipment necessary to perform the required services IAW the Performance Work Statement (PWS). The ALMR System is a joint cooperative effort between federal, state and local government agencies to operate a single land mobile radio infrastructure for day-to-day and emergency response communications. The System is given executive oversight by an appointed Executive Committee of Department of Defense (DOD), federal, state and local representatives. This body is formally called the ALMR Executive Council. The ALMR Executive Council has established a Joint Project Team and a User Council. The Joint Program Team is responsible for conducting the program management actions required to implement the ALMR System. The User Council is responsible for defining the operational requirements and providing operational oversight as the System, or portions of the shared infrastructure, are committed by the ALMR Executive Council to operations and maintenance status. This Performance Based Work Statement describes the general qualifications, duties, tasks and responsibilities of the Operations Management Office (OMO). The OMO will perform as part of the ALMR Joint Team and will respond to the User Council and the ALMR Executive Council within the scope of services described below. The OMO will work with all Stakeholder/member agencies/organizations including the DOD, non-DOD Federal agencies, the State of Alaska, local government and contract organizations. The DOD (Alaskan Command) will provide the Contract Functional Commander and Quality Assurance functions. This contract will service the Federal agencies in the ALMR cooperative partnership. The State of Alaska may administer a separate contract for these same services. The Contractor shall provide a comprehensive Operations Management Office Team that collectively has demonstrated Public Safety operations day-to-day and emergency communications preparedness and response experience. Specific disciplines and experience working under the National Incident Management System, development, administration, execution and training of Tactical Interoperable Communications Plans and specific land mobile radio operations management experience is required. Knowledge of and/or experience with Public Safety Dispatch operations and communications protocols executed under both day-to-day and emergency operations conditions is highly desirable. Personnel shall have public relations experience with the proven ability to communicate effectively with the stakeholder community and provide positive and appropriate responses to the public as required. Personnel shall have business management experience and be able to effectively assess operational effectiveness and recommend correction and or sustainment of optimum operational processes, procedures and policies, analyze and develop effective business processes, develop business case/cost benefit analyses, and develop and execute and effective business plans and budgets to meet stakeholders operational requirements within the defined budget. Personnel shall be proficient in trunked Project 25 and conventional radio systems, microwave and C and Ku band satellite communications, gateway technologies, dispatch hardware and other public safety first response communications equipment. Personnel shall be experienced in documentation development standards using common software tools, be able to develop presentations, newsletters, correspondence and complete other common administrative office management functions. The Contractor shall be able to fully execute all tasks and deliverables as required in accordance with this Performance based Work Statement (PWS). The base period of performance will be a 9-month base (30 Sep 09 - 30 Jun 10) and two one-year options. Anticipated start date is 30 September 2009. The applicable North American Industry Classification (NAICS) Code for this procurement is 541611 with a small business size standard of $7.0M. A facility/security clearance is required. The Request for Proposal will be issued using Past Performance/Price Trade-Off (PPT) with technical factors IAW FAR 13.5 resulting in the Best Value to the Government. Technical capability along with past performance is significantly more important than price. The solicitation will be issued within 10 days on the Federal Business Opportunities web site at http://fbo.gov; paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all solicitation documents. NOTE: All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. Registration may take up to three weeks to complete, so immediate attention to ensure eligibility is recommended. For registration, go to http://ccr.gov and follow the instructions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-09-R-0037/listing.html)
- Place of Performance
- Address: Various, Anchorage, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN01911707-W 20090816/090815000932-1f8c63edfa99155ba9fb42c73a1bac7f (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 |