Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2014 FBO #4725
MODIFICATION

58 -- SOURCES SOUGHT FOR LAND MOBILE RADIO (LMR)

Notice Date
10/30/2014
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J15R4LMR
 
Response Due
11/17/2014
 
Archive Date
12/29/2014
 
Point of Contact
Eric Eischen, 309-782-7144
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(eric.t.eischen.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT FOR LAND MOBILE RADIO (LMR) THIS IS A SOURCES SOUGHT ONLY. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION/REQUEST FOR PROPOSAL. The U. S. Army Contracting Command, Rock Island is requesting capability statements on behalf of the Program Executive Officer Enterprise Information System (PEO EIS), Product Manager Land Mobile Radio (PD LMR), to identify capable sources that can provide the following: subscriber unit equipment (portable, mobile and desktop units) that are 100% interoperable with the following Information Assurance (IA) Accredited LMR Systems: 6.2 (Harris), 7.7 (Motorola), 7.11 (Motorola),7.13 (Motorola), 7.14 (Motorola), 10X (Harris) and future system versions to be determined (TBD) at a later date. In addition, provide capability to include LMR accessories such as: belt clips, carrying cases, belt straps, batteries, speaker microphones (lapel), throat mics/ear pieces, emergency buttons, antennas, single-unit chargers (desktops), single-unit chargers (vehicles), multi-unit chargers and adapter cables, programming platforms, Key Variable Loaders and Key Management Facilities, and ancillary services (installation, training and programming.) PD LMR's mission is to manage, acquire, and deliver non-tactical LMR systems used for public safety and base operations at Continental United States (CONUS) and Outside the Continental United States (OCONUS) Army posts, camps, and stations. PD LMR may also support LMR requirements for other Department of Defense (DoD) agencies. PD LMR fields solutions that provide for and support National Telecommunications Information Administration (NTIA) narrowband mandate and the Association of Public-Safety Communications Officials (APCO) Project 25 (P25) Phase I standards for Conventional or Trunked Land Mobile Radio systems. As a part of the fielding; PD LMR fields subscriber units for first responder and non-first responder end users. Subscriber unit features and functions are dependent upon the type of end user. The following features and functions are included in all end user devices: a. Preferred Site Assignment - Subscriber Units shall be pre-programmable for up to eight preferred sites per trunking personality for more efficient frequency use. b. Preferred Site Operation - Subscriber Units can use an additional site ranking criteria to select an alternative, preprogrammed preferred site. c. Push to Talk - Identification (PTT-ID) - When the Subscriber Unit PTT button is pressed, the Subscriber Unit's ID shall be displayed at the Dispatch Console and System Management Terminal. If equipped with a display screen, the receiving Subscriber Unit shall display the calling Subscriber Unit's ID as well. d. Software Upgradeable and Programmable - Software-upgradeable to incorporate future technology and shall be programmable via a personal computer. e. Talk group identification (ID) - When a talkgroup call is initiated, that talkgroups ID is displayed at the Dispatch Console. f. Emergency Button - Upon pressing the button, an alarm will display at the Dispatch Console and remain until cleared at a terminal. g. Over the Air Rekeying (OTAR) In-Field Upgrade - Subscriber Units shall be field upgradable to support OTAR. h. Advanced Encrption Standard (AES) Encryption Capable - The units shall be capable of operating with AES encryption by the addition of hardware or software modules. The upgrades shall be accomplished in the field and shall not require replacement of the Subscriber Units. All encryption hardware and software/firmware shall be National Institute of Standards and Technology (NIST) certified in accordance with NIST policies. i. Alerting - Capable of sending a minimum of five distinctive alert tones (both warble and straight tones). The distinctive alert tones shall precede emergency message traffic. A unique tone shall be provided for emergency evacuation orders. j. On-Scene Communications - Capable of supporting on-scene analog communications. k. Channel Capacity - Capable of operating on at least 48 radio channels (analog or digital). l. Call Alert - Capable of receiving and initiating Call Alerts. Call Alert should enable a private conversation. m. Broadcast Updates - Units that become activated during a conversation, or units that leave the system coverage and return, shall use the continuous update to immediately affiliate with their assigned talkgroup. n. Multiple Channel Operation - Subscriber Units shall be capable of multiple-channel operation to enable on-scene radio communications that are independent of dispatch channels. o. Portable Keypad Disable - Portable Subscriber Units that are equipped with key pads that control radio functions shall have a means for the user to disable the keypad to prevent inadvertent use. p. Challenge and Response Authentication - Subscriber Units shall be enabled to authenticate to the LMR system using challenge and response authentication. These additional services, features, and capabilities are provided for specified Subscriber Units: a. AES Encryption - The units shall come equipped with the appropriate hardware and software modules to enable AES encryption. Type I encryption shall not be used. b. Intrinsically Safe - The units shall be certified to be operational in Class I, II and III, Division 1 locations (as defined by reference 2.1.3.e). Factory Mutual 3610:1988 shall be used for devices certified prior to or on 31 December 2011. ANSI/TIA 4950 shall be used for devices and accessories certified after 31 December 2011. c. Ruggedized Housing - The contractor shall provide units with ruggedized housing. d. Submersible - The contractor shall provide units that are capable of operating after being immersed in one meter of water for a minimum of 30 minutes. e. Glove Operation - The contractor shall provide first responders with portable units that are designed to allow channels to be changed while first responders are wearing NFPA approved structural fire-fighting gloves. Capability Statement: Interested sources may provide a corporate capability statement with the following information. a. Name, address, and Contractor and Government Entity (CAGE) code of your company along with business size. b. Point of Contact (Name address, phone number, and e-mail). c. Identify if the vendor is an OEM or reseller. d. Identify current contract(s)/task order numbers and identify relevant contract(s)/task orders where radios are compatible with any of the said Accredited IA System Releases and any information that can be used to determine contractor capabilities for performance of same or similar services, in addition to relevant cost information. Response Format: Capability Statements, including attachments and specification sheets, are limited to twenty (20) pages. In accordance with FAR 15.201(e), a response to this Sources Sought is not an offer and cannot be accepted by the Government to form a binding contract. Response to this Sources Sought is voluntary. The Government will not award a contract on the basis of this Sources Sought, nor pay for information provided in response to this Sources Sought. This information will not be returned. The Government is also requesting that restrictive or proprietary markings not be used in response to this Sources Sought. Responses to this Sources Sought shall be emailed to Contract Specialists: Ms. Kristine Pennock, email: kristine.s.pennock.civ@mail.mil; and Mr. Eric Eischen, email: eric.t.eischen.civ@mail.mil, no later than 17 November 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/107f5cedf6079d862329a5db6ded976f)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03562731-W 20141101/141031001157-107f5cedf6079d862329a5db6ded976f (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.