Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2011 FBO #3562
MODIFICATION

58 -- G8-B-UAF, 5451, Advanced First Responder Network (AFRN)

Notice Date
8/24/2011
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-11-R-H634
 
Response Due
8/31/2011
 
Archive Date
10/30/2011
 
Point of Contact
Megan Grigas, (443) 861-4616
 
E-Mail Address
ACC-APG (C4ISR)
(megan.grigas@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment to solicitation W15P7T-11-R-H634 is to provide answers to the following questions: Questions for the Solicitation - CLINS - note that the CLINs in the RFP do not match the spreadsheet provided; can we assume we will use the ones in the RFP? Answer: Follow the CLIN Structure of the RFP - What if any is the page limitation for the Technical Volume? Answer: There is no page limitation for the Technical Volume - We do not see the CDRL. Was it included? Answer: Please see the CDRL attachment under additional document is the in the first amendment of the solicitation. - CLINS 0011 and 0012, what is meant by "1 (PKG)" rather than "1 (LOT)" as in some of the other CLINs? How will the services be invoiced? Monthly? Answer: The unit of issue for CLINS 0011 and 0012 are PKG, because it is for a service and is referring to the total of services to be completed under that CLIN. - Price proposal - CLINS 0011 and 0012. The formality of FAR 15.408 and Table 15-2 entail a significant effort just for two CLINs on a firm fixed price contract for which competition shall determine price reasonableness. Can the amount of detail and format of information be left up to the discretion of the offeror, as long as sufficient detail is provided to show how the total sums were arrived at? Answer: Please follow the guidance in the solicitation for the price proposal. Questions for the Performance Work Statement - Where is the CDRL? Answer: See attached CDRLs - 5.1 Is an arabic user interface required? We see the TEA1 Arabic, but TEA1 is an encryption standard. Answer: The requirement is for an Arabic interface. Disregard the encryption requirement - 5.1.1, 5.2.1, 5.3.1 will the Government provide as GFE access to the MOtorola programming software and hardware systems if available currently on AFRN? Answer: Yes - 5.5.2 How many Sepura SRG2000 gateway terminals are there to be programmed and installed? Will all installations take place in Baghdad? Answer: There are 600 existing Sepura radios. The installation will occur in Baghdad. - 5.6.1 Can we assume that an existing tower will be available for installation of the antennas? Is the contractor responsible for site prepartions, for instance for installation of a concrete pad upon which to place the shelter? Answer: We are verifying the installation of the towers and will provide an answer to this question as soon as we receive verification - 5.6.1 Can any additional information be supplied as to the long-haul communications access points and the exact location of the MTS4 locations in the four cited cities? Conversely, can it be assumed that both the distance and line of sight between the install location and the long-haul communications access point are sufficient to make this connection with only one Canopy point to point link? Answer: Once verification of the tower installations is received, we will provide an answer to this question. - 5.8 Please clarify the need for ProCAD at the provincial locations. Motorola no longer offers ProCAD as a product. In addition, it should be noted that technically Frequentis is the dispatch product (including the calltaking product) in use on AFRN. ProCAD offers incident management, mapping display, and computer aided assistance to the dispatchers (which we understand is not currently in use). If the purpose is to provide a mapping automated vehicle locator (AVL) services at these 12 locations, can this be provided by a different mapping application (preferred solution)? If so, please remove the requirement for ProCAD at these locations. Conversely, 12 unused ProCAD terminals from the current system could be provided as GFE and moved to these remote locations. " As a follow-up to the Procad question, (5.8) below, Motorola now says that they can offer ProCAD since it is an expansion and not a new installation. However, we would still like to know if an alternative AVL mapping solution could be provided given that ProCAD is obsolete and the mapping function is difficult with ProCAD to our knowledge." No, the requirement is for ProCad - 5.8.1 Can any further information be provided as to exact locations (coordinates) of current GDCs as well as the PCOPs in order to determine Canopy link distances and line of sight? Conversely can we assume for the purposes of bidding that distance and LOS are such that a single Canopy link will be sufficient for communications between the sites? Grid coordinates are not available. The assumption is valid with respect to the distances and LOS range - 5.10 for the 5% sparing for terminal quantities, does this mean that 5% additional terminals need to be provided as spares - assuming the maintenance concept is whole unit replacement rather than internal board level replacement? Correct - 5.12 What is the purpose of this paragraph? These contract vehicles appear to be Army internal purchasing vehicles. Offerors/bidders are required to us these contract vehicles for IT/computer specific purchases. These are enterprise IDIQs. - 9.8. Resumes are required. If a page limit is placed on the technical volume, can resumes be provided as an appendix and outside of the page count limit? Yes - 10.2. APpendix A is referred to in this paragraph. Where is Appendix A? Also in this paragraph we assume MOD is intended to be MOI, and that any delivery directly to MOI shall be witnessed and signed off on by USG personnel. Please disregard the reference to Appendix A. It was removed during review of the solicitation. The delivery of equipment and services is to the MoI via the COR appointed by the KO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f169cffec4fa48ada03ca0deec9e1262)
 
Place of Performance
Address: ACC-APG (C4ISR) HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02548646-W 20110826/110825001103-f169cffec4fa48ada03ca0deec9e1262 (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.