Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
SPECIAL NOTICE

70 -- Subscriber Units for P25 Trunking System

Notice Date
7/28/2010
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
P25Trunking
 
Archive Date
8/18/2010
 
Point of Contact
Karen L Jackson, Phone: 719-333-4060, Nicole Baert, Phone: 7193338924
 
E-Mail Address
karen.jackson@usafa.af.mil, nicole.baert@usafa.af.mil
(karen.jackson@usafa.af.mil, nicole.baert@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DO NOT SUBMIT A QUOTE AT THIS TIME. Please read the ENTIRE synopsis before submitting any response. The 10th Mission Support Group, Directorate of Contracting, United States Air Force Academy (USAFA) Colorado has a Brand Name Only requirement for the purchase of Motorola XTS5000 III Radios and Accessories, XTL5000 Smartzone Dash Mount Mobiles, and Portable Astro Digital XTS5000 Radios. This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42, 16 July 2010. The North American Industry Classification System Code [NAICS] is 334220 and the size standard is 750 employees. USAFA's existing trunked radio system is over 10 years old, and cannot be upgraded to comply with P25 standards. It will reach end-of-life for parts and maintenance in 2011. The manufacturer will no longer supply replacement parts. Motorola will provide the P25 trunked radio infrastructure slave site to interconnect to the Master SmartZone Wide Area Coverage P25 system at Peterson AFB. In order to have uninterrupted mission essential communications it will be necessary to run both the new and old systems concurrently for up to a year. During this period of transition, USAFA must have radios capable of operating on both the new P25 system and on the current Motorola proprietary SmartNet system. The Smart Net system is proprietary to Motorola. All subscriber units, hand held, mobile, base stations, and dispatch consoles are not purchased as off the shelf items. All units must be built individually with options installed to ensure they are compatible with two systems simultaneously. In addition, after receipt, all radios must be programmed. Motorola is the only known vendor that involves technology that is 100% compatible with the existing SmartNet 4.0 system and at the same time provide P25 compatibility for interoperable digital/analog two way wireless communications. The use of Motorola technology is essential to the government's requirements. Attempting to utilize other manufacturers' radios that are not 100% compatible between two radio systems would have an adverse impact on C4 and safety. P25 systems are the only systems that are interoperable with military and non-military emergency responders. USAFA maintains a mutual aid system that is presently only operable with the existing SmartNet system using Motorola proprietary technologies. The continued use of Motorola is essential to the ongoing everyday USAFA mission accomplishment. Delivery is to be made to the 10th Communication Squadron at the U.S. Air Force Academy. FOB: Destination. This synopsis is for notification purposes only and does not constitute a solicitation for bids or proposals. DO NOT SUBMIT A QUOTE AT THIS TIME. Any offerors believing they can provide an equal product that meets all of the features and functionality of the Motorola XTS5000 III Radios and Accessories, XTL5000 Smartzone Dash Mount Mobiles, and Portable Astro Digital XTS5000 Radios may provide evidence for consideration. Evidence must support the offeror's claim they can provide an equal product. It is the offerors responsibility to prove their product is an equal by demonstrating their product, at a minimum, has the same features and functionality of the brand name product. Providing brochures, specifications and/or quotes alone is not enough for the Government to make a decision. The offeror should provide an understandable comparison between the two products. The Government is not responsible for developing the comparison from insufficient information provided. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a brand name or equal procurement can be conducted. A determination that equal products exist based on responses to this notice is solely within the discretion of the Government. Responses must be received by 12:00 pm NOON Mountain Standard Time (MST) on 3 August 2010. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated. The Government does not intend to pay for any information provided under this synopsis. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Questions should be addressed to the Primary POC Karen Jackson, Contract Specialist, (719) 333-4060 or sent via e-mail to karen.jackson@usafa.af.mil. Alternate POC is Nicole Baert, Contracting Officer, (719) 333-8924, nicole.baert@usafa.af.mil. 5352.201-9101 OMBUDSMAN (Apr 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kim Diercks 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kim.diercks@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/P25Trunking/listing.html)
 
Place of Performance
Address: USAF Academy, USAFA, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02220599-W 20100730/100728235252-6b6923666eed95131f44a8f6569be606 (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.