SOURCES SOUGHT
99 -- Japan Land Mobile Radio System Sources Sought
- Notice Date
- 12/9/2015
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Rock Island (ACC-RI), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- W52P1J-16-R-J2LM
- Archive Date
- 1/5/2016
- Point of Contact
- Eric Eischen, Phone: 3097827144, Conrad Baker, Phone: 3097825417
- E-Mail Address
-
eric.t.eischen.civ@mail.mil, a.c.baker2.civ@mail.mil
(eric.t.eischen.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 maintain the connection of the current Army Land Mobile Radio (LMR) assets with the Japan and Okinawa (J2) LMR Air Force LMR system. The resulting contract would be an 18 month Firm Fixed Priced (FFP) contract. The Army portion of the J2LMR system 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 J2LMR system strategy utilizes the current United States Air Force owed LMR system Zone Core infrastructure, five Army Radio Frequency (RF) sites, five Air Force RF sites and eight Marines Corps RF Sites and end user equipment. The Air Force Zone Core infrastructure is located at Kadena Air Force Base Japan. The Army RF Site locations are located at Camp Zama, North Dock, Sagami Depot, Haigamine and Fort Buckner. Each Army RF location shall be supported by Motorola site controllers and GTR8000 repeaters as in the J2LMR 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 Original Equipment Manufacturer (OEM) in order to provide the trunked repeater system. The Army portion of the J2LMR system shall also be supported by a System Management Terminal (SMT) as well as Motorola Supervisory Control and Data Acquisition (MOSCAD) equipment. The SMT provides overall administrative management of the LMR system to include: adding or subtracting new radios to communicate on the LMR system and designating channels or talk groups. The system management terminal utilizes software that is proprietary to the OEM and requires a proprietary relationship for compatibility between the SMT and the Zone Core. The MOSCAD system provides remote monitoring of RF locations. Each of the previously mentioned Motorola devices (site controllers, repeaters 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 reconnecting the J2LMR Army assets with the J2LMR 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 21 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 and Eric Eischen at eric.t.eischen.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b516f0ae1ed4326e57d11646ba3bbccc)
- Place of Performance
- Address: Japan, Japan
- Record
- SN03965745-W 20151211/151209235045-b516f0ae1ed4326e57d11646ba3bbccc (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 |