SOURCES SOUGHT
58 -- ARMY NATIONAL CAPITAL REGION LMR SYSTEM WINDOWS 10 UPGRADE
- Notice Date
- 4/11/2018
- 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 - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- W52P1J18RANCR
- Archive Date
- 5/3/2018
- Point of Contact
- Kelly L Herlein, Phone: 3097825843, Conrad Baker, Phone: 3097825417
- E-Mail Address
-
kelly.l.herlein.civ@mail.mil, a.c.baker2.civ@mail.mil
(kelly.l.herlein.civ@mail.mil, a.c.baker2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command- Rock Island is issuing this sources sought to identify companies capable and qualified to provide Windows 10 upgrade for the National Capital Region (NCR) Land Mobile Radio (LMR) equipment that utilizes a Microsoft Operating System (OS) for compliance with DoD policy. The NCR Regional LMR system is a Joint Army Navy LMR system that supports first responder communications throughout the Military District Washington for Army, Navy and Air Force emergency personnel and is based upon Harris's proprietary hardware and software solutions. The resulting contract will be firm-fixed price for hardware and services. The first requirement is to upgrade the existing Dispatch Consoles, Network Sentries and System Management Terminals to Windows 10. The Period of Performance (PoP) for the Windows 10 upgrade is six (6) months followed by a 12 month period for warranty. In addition, this requirement includes an option to add the ability of the Symphony Consoles to steer interoperability radios to talk group. This feature will be required for six (6) Symphony Dispatch Consoles. The locations are as follows: Pentagon (3); Mark Center (1); Raven Rock (1) and Fort Myer (1). The Fort Myer location is tentative and may change. This effort will consist of installation and configuration of software. The PoP for this option is six (6) months followed by a 12 month period for warranty. The second requirement for the Symphony Dispatch Console in the Security Operations Center at the Mark Center. This effort will consist of engineering, furnishing, installing and testing. The PoP for this effort is six (6) months followed by a12 month period for warranty. 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. Point of Contact Information: a. Company Names: b. Address: c. Point of Contact: d. Phone Number: e. Fax Numer (s): f. Email address: 2. Please identify your company's small business size standard based on the applicable NAICs code of 334220 and 334290. The Small Business Size Standard for 334220 is 1,250 employees and 750 employees for 334290. For more information refer to http://www.sba.gov/. a. Large Business Concern b. Small Business Concern c. 8(a) d. Small disadvantaged Business (SDB) e. Woman-Owned Small Business (WOSB) f. Historically underutilized Business Zone (HUBZone) g. Veteran-Owned Small Business (VOSB) h. Service-Disabled Veteran-Owned Small Business (SDVOSB) 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question 2 above, is your company interested as a prime contractor for the effort? 4. Does your company, as the prime, possess the capabilities to independently provide the entire range of hardware and services identified in above? You must answer this from the perspective of you as the prime solely having the capabilities to provide ALL hardware and services without consideration of any teaming arrangements you may tentatively have now or envision having in the future. 5. If you answer yes to question 4 above, specifically detail your ability to provide ALL hardware and/or services identified above. The detail should consist of documented past and current experience. Any list of contracts that accompanies this answer must be augmented with a presentation that gives the Government an understanding of the complexity and scope of the contract listed including all features and functions identified above. 6. If you answered no to question 4 above, what hardware and/or service identified above can you, as the prime, provide without regard to any teaming arrangements you may tentatively have now or envision having in the future? This detail should consist of your documented past and current experience that you can provide as the prime. Additionally, provide any teaming arrangements you may tentatively now have or envision having in the future that would provide the capabilites of all remaining hardware and service capabilities (those you cannot perform as the prime) identified above. 7. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy these requirements. Offerors are encouraged to identify teams, indicating each team member's size status based upon NAICS code of the work that the team member may be performing. 8. If arrangements identified in question 7 above rely on reseller agreements or partnerships that are limited in nature (e.g. limited to subscriber unit resale only, resale in certain markets or to specific customers, etc.), please provide a description of all limitations of that agreement. Your response should be limited to no more than 10 pages, font size 12, Arial. Any information used will be on a non-attribution basis. Restrictions that would limit the Government's ability to use the information for these purposes are of limited value to the Government and are discouraged. Please email your response to Mr. Conrad Baker, Contracting Officer at a.c.baker2.civ@mail.mil, and Ms. Kelly Herlein, Contract Specialist at kelly.l.herlein.civ@mail.mil by 1200 Noon on 18 April 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/170ac273f8df5a677db3846f511f8915)
- Place of Performance
- Address: National Capital Region, United States
- Record
- SN04885949-W 20180413/180411230912-170ac273f8df5a677db3846f511f8915 (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 |