Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2010 FBO #3105
SOURCES SOUGHT

58 -- Follow-on Acquisition of Land Mobile Radio System & Equipment

Notice Date
5/24/2010
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-10-LMR-01
 
Response Due
6/14/2010
 
Archive Date
8/13/2010
 
Point of Contact
Chon S. Son, 703-325-3060
 
E-Mail Address
ITEC4, NCR PARC (NCR-CC)
(chon.son@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description PROGRAM EXECUTIVE OFFICE (PEO)-ENTERPRISE INFORMATION SYSTEM (EIS)/PROGRAM MANAGER (PM) NETWORK SWITCHING CENTERS (NSC), PRODUCT DIRECTOR (PD) LAND MOBILE RADIO (LMR) REQUEST FOR INFORMATION (RFI): This RFI is issued pursuant to FAR 15.201(e). Participation in this RFI is voluntary. Participation in this RFI is not required in order to respond to any subsequent procurement action ACC/NCRCC may take. (A) INTRODUCTION: PD LMR fields solutions that provide for and support National Telecommunications Information Administration (NTIA) narrowband, Association of Public-Safety Communications Officials (APCO) Project 25 (P25) Phase I compliant and secure Trunked Land Mobile Radio systems. Current installation LMR systems have been in use for many years and do not meet current P25 and/or NTIA narrowband standards. Phase II of APCO P25 Standards is on the verge of being approved and released. In recognition of this advance in technology as well as the need to meet NTIA Narrowband requirements PD LMR is developing a requirement for NTIA narrowband, APCO P25 Phase I and Phase II compliant secured Trunked LMR systems that have or are participating in the P25 Compliance Assessment Program (CAP). (B) BACKGROUND: The PD LMR mission is to manage, acquire, and deliver non-tactical LMR systems used for public safety and base operations at Army post, camps and stations. Resultant contract vehicles will also be made available to Army customer LMR requirements and open on a limited basis to other Department of Defense (DoD) agencies. (C) PURPOSE OF RFI: The purpose of this RFI is to assist PD LMR as it conducts a market research of LMR systems. This RFI provides LMR system integrators and manufacturers an opportunity to educate PD LMR on their LMR products/services and other innovations that meet or exceed the minimum PD LMR requirements as outlined in Attachment 1, Sample Land Mobile Radio Systems Requirements Statement. Through this process, PD LMR intends to refine its acquisition requirements and issue a solicitation for full and open competition. PD LMR intends to award multiple Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts under FAR Part 12. Specific services and products required include: engineering, furnishing, installing, and testing (EFI&T) of systems, including subscriber unit equipment (portable, mobile, and desktop units); site preparation; security implementation; mutual aid interoperability; training; life cycle support of the fielded systems; and technical assistance, to include engineering studies for system designs, system upgrades, trunking migration plans, narrowband migration plans, technical assistance to prepare frequency request documentation, microwave path studies, etc. For those interested parties familiar with the current Base Radio Support (BRS) contract, the resultant contract action described herein will not be structured to replicate the contract category approach of the BRS contracts. Each successful contractor shall be required to provide all of the above listed services and products. Attachment 1 provides a sample of a typical LMR system modernization requirement. (D) PLACE OF PERFORMANCE: Continental Unites States (CONUS), Outside Continental United States (OCONUS). (E) PRICING: Please provide pricing on the recommended systems that will meet or exceed the minimum requirements as outlined in Attachment 1. Interested parties need not bid out the entire requirement as a solution but rather provide a unit price of components of the system. The price shall include representative costs for basic system infrastructure, including but not limited to the following items: consoles; RF site infrastructure; interoperability solutions, logging recorders, subscriber units, subscriber programming and installation, system implementation and Information Assurance infrastructure. (F) ASSEMBLY OF INFORMATION REQUESTED: Interested sources are requested to provide a capability statement that addresses the following: relevant corporate knowledge/experience related to the LMR requirement; Relevant employee skills/experiences; Security clearancepersonal and facilityheld; Potential teaming arrangements, if applicable; Identify any known, or potential, organizational conflicts of interest (OCI) that may result from a successful offer, and briefly describe how the OCI will be mitigated; and pricing information. The capability statement must also provide the following information: company name and address; point of contact, phone/fax numbers and email address; NAICS Codes; business size and status, type of small business, if applicable (e.g., 8(a), HUBZone, WOSB, VOSB, SDVOSB, etc.). Your capability statement should be limited to no more than 10 pages, font size 12, Times New Roman. Any information used will be on a non-attribution basis. Restrictions that would limit the Government's ability to use the information for these purposes are of limited value to the Government and are discouraged. Please email or send your capability statements to Mr. Chon S. Son, Contracting Officer, and Ms. Kimberly J. Davidson, LMR Project Leader by 2:00 P.M. (EDT), June 14, 2010. Please email inquires or questions to Mr. Chon S. Son. This RFI is for information and planning purpose only. There is no commitment by the Government to issue a solicitation, to make an award or awards, or to be responsible for any monies expended by any interested parties in support of any effort in response to this RFI. Any information submitted in response to this RFI is strictly voluntary. It is the responsibility of interested sources to monitor this site for the release of any follow-on information. All documentation shall become the property of the Government. Unless otherwise stated herein, no additional information is available. Requests to communicate, or meet with technical representatives, will not be accepted. (G) INDUSTRY DAY: PD LMR and ACC/NCRCC will hold an industry day in Alexandria, VA, in the near future. Details will be provided in an amendment to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/732b094391f5dffb7e19e7d514885f55)
 
Place of Performance
Address: ITEC4, NCR PARC (NCR-CC) Directorate of Contracting, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
 
Record
SN02158527-W 20100526/100524234833-732b094391f5dffb7e19e7d514885f55 (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.