SOURCES SOUGHT
99 -- Europe Land Mobile Radio System Sources Sought
- Notice Date
- 11/24/2015
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, Army Contracting Command - Rock Island (ACC-RI), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- W52P1J16REURO
- Archive Date
- 12/19/2015
- Point of Contact
- Conrad Baker, Phone: 3097825417
- E-Mail Address
-
a.c.baker2.civ@mail.mil
(a.c.baker2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this notice is to identify companies capable and qualified to upgrade and connect the current standalone Army Land Mobile Radio (LMR) system with the Air Force European Enterprise (USAFE) LMR system. The resulting contract would be a five year, firm-fixed price Indefinite Delivery/Indefinite Quantity (IDIQ contract.) The USAFE LMR system, which was installed in January 2015, is based upon Motorola's proprietary hardware and software solutions. It is supported by site controllers, which utilize Motorola software and Motorola GTR8000 repeaters. The European Enterprise LMR (E-ELMR) system strategy utilizes the current United States Air Force Europe (USAFE) LMR system Zone Core infrastructure for the U.S. Army locations throughout Europe. USAFE established the Zone Core infrastructure at Ramstein Air Base (AB) in Rhineland-Palatinate, Germany and Royal Air Force (RAF) Lakenheath in Suffolk, United Kingdom under contract FA8732-13-5-0028, which was awarded on 12 Jan 2015 under Network-Centric Solutions-2 (NETCENTS-2). Each Army RF location shall be supported by a site controller and Motorola GTR8000 repeaters as in the USAFE LMR system. The site controller controls how the voice and data communications traffic is handled. The site controller determines which repeater communication traffic is sent to for transmission into the air and also controls which repeater will assume a control channel function if the primary control channel repeater fails. Usage of site controllers with repeaters requires a proprietary relationship with a singular OEM in order to provide the trunked repeater system. The E-ELMR system shall also be supported by MCC 7500 dispatch consoles and system management terminals (network management client). A system management terminal provides overall administrative coverage of a LMR system to include: adding or subtracting new radios to communicate on the LMR system, designating channels or talk groups, and controlling interaction between users and dispatch consoles. The system management terminal and each of the dispatch consoles also utilize software that is proprietary to the OEM and require a proprietary relationship for compatibility between the two. Each of the previously mentioned Motorola devices (site controllers, repeaters, dispatch consoles, and system management terminals) also require periodic software updates and patches and must be covered under a warranty. The contractor shall provide all equipment and services in support of upgrading and connecting the standalone Army system with the Air Force European Enterprise LMR system. NOTICE: THERE IS NO SOLICITATION AT THIS TIME. This sources sought is for market research only and does not constitute a request for proposals; submission of any information in response to this sources sought is purely voluntary; the Government assumes no financial responsibility for any costs incurred. If your organization has the potential capability, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to determine potential market capability to provide supplies and services consistent in scope and scale with those described in this notice and otherwise anticipated. Submission Instructions: Interested parties who consider themselves qualified to perform as described above are invited to submit a response to this Sources Sought Notice by 04 December 2015 no later than Noon Central Time. All responses under this Sources Sought Notice must be emailed to Conrad Baker at a.c.baker2.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/21bb4fbf1cd93fd724ebe7743c9aae20)
- Place of Performance
- Address: Europe, Germany
- Record
- SN03953904-W 20151126/151124234631-21bb4fbf1cd93fd724ebe7743c9aae20 (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 |