SOURCES SOUGHT
58 -- Market Survey for services to re-locate a Mobile Switching Office and the Governate Dispatch Center in support of Iraqs Advance First Responder Network (/w TETRA standards).
- Notice Date
- 12/3/2009
- Notice Type
- Sources Sought
- Contracting Office
- CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- MARKET-SURVEY-4717-1
- Response Due
- 12/18/2009
- Archive Date
- 2/16/2010
- Point of Contact
- Savino Sica, 732-532-5071
- E-Mail Address
-
CECOM Contracting Center (CECOM-CC)
(savino.sica@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- FOR ANY INFORMATION PLEASE CONTACT: Randy Stampone, Weapons System Manager, 732-532-5631 This is a SOURCES SOUGHT MARKET SURVEY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. Any information submitted by respondents to this synopsis is strictly voluntary. This market survey does not constitute a Request for Proposals (RFP) or a request for sealed bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay respondents for any information that they submit in response to this Sources Sought request. The United States Army CECOM LCMC is conducting this sources sought market survey to determine price and availability from potential sources capable of fulfilling a Foreign Military Sales (FMS) requirement as follows. This scope of work is to provide services for the Iraq Ministry of Interior (MoI) Advanced First Responder Network (AFRN) for the de-installation and re-installation of a Mobile Switching Office (MSO) and Governate Dispatch Center (GDC). The existing MSO is located at the local administrative dining facility of the Governorate Council in Kirkuk, Iraq. This scope calls for the re-location of the MSO & GDC in Kirkuk to the new Kirkuk local police headquarters. The AFRN is Iraqs Public Safety and Emergency Services Communication Backbone. The AFRN is installed and equipped in 15 of the major cities throughout Iraq and serves 65% of Iraqs population (over 18 million). Traffic includes around 1,400 emergency calls and 75,000 push to talk calls a day. AFRN is built on TETRA standards (Terrestrial Trunked Radio) which is an open set of standards developed by the European Telecommunications Standards Institute. The AFRN backbone is built with Motorola based TETRA technology known as DIMETRA; however the radios are SEPURA. Other system technologies include: ProCAD for mapping and dispatching, Frequentis for call taking, MotoLocator for GPS capability, Full Vision and Zone Watch for Network management. Some of the GDCs run on Procad v2.1 and some run on version 2.0. For purposes of pricing, the scope will be performed on government furnished equipment and in government furnished facilities. Costs should reflect the cost of performing responsibilities in Iraq, such as life support and security. The goal of this effort is to assist in the restoration of the Iraqi infrastructure and relocate the critical emergency services into a sound workplace. The AFRN program was initiated to provide a first responder network infrastructure critical to the MoIs interests. Responses must include availability and ROM pricing for the following: This scope includes system validation, site survey, disassembly, crating, movement, re-installation at the new Kirkuk MSO/GDC facility built by the MoI and re-validation of the system. This scope includes the labor to validate and re-locate the AFRN equipment. The scope also includes, but is not limited to, the work and supplies associated with the survey, validation, disassembly, crating, movement, re-installation and re-validation of the Mobile Switching Office and Governate Dispatch Center. This scope requires that during the re-installation of the AFRN equipment that and to all logistical and security support is also provided for the new AFRN site during the installation phase. The scope also includes that a site survey is conducted and documented prior to submitting a proposed installation plan. The installation plan will be developed based on the site survey and it will document the location of all equipment: including the generator(s), fuel tank, racked equipment, dispatcher desks, watch officer desks, uninterrupted power supplies and all other associated equipment such as, antennae locations. It will also address all line of site issues. The scope also requires for the installation of all equipment required to make the AFRN system operational in Kirkuk and the supported cities. The ROM shall include all necessary tools needed to complete the installation. The ROM shall also include the costs of own transportation, security and life support during the performance of scope. So as to not create a separate logistics train and training requirements, the contractor will utilize Motorola Dimetra technology and components identical (or upgraded versions) to the current network design. Document Deliverables under this scope include a Site Survey, Installation Plan, Validation and Test Plan, As-built Drawings and Quality Control Plan. These deliverables are required to be written in English and Arabic. The ROM should include but not be limited to the following scope-specific labor tasks: Project Management Dimetra System Engineering Stratex System Engineering De-installation and re-installation labor for tower, generator, UPS, fuel tank RF and microwave equipment Dimetra System testing and commissioning Electrical work Installation materials, such as cable trays, which are incidental to the labor but are required for the installation shall be itemized separately. All P&A should be itemized according to the following categories: 1. MSO/GDC de-installation and re-installation services/labor, including engineering, testing, etc 2. Materials (provide list of major end-items) Respond to Randy Stampone by COB 18 Dec 09 at Randy.Stampone@us.army.mil or 732-532-5631 EMAIL ADDRESS Randy.Stampone@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/44989398b475a254fefed9e30611e7f0)
- Place of Performance
- Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Zip Code: 07703-5008
- Record
- SN02016521-W 20091205/091204000241-44989398b475a254fefed9e30611e7f0 (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 |