SOLICITATION NOTICE
58 -- TALMEC Land Mobile Radio (LMR) modernization requirement - Market Survey
- Notice Date
- 2/25/2019
- Notice Type
- Synopsis
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
- ZIP Code
- 20591
- Solicitation Number
- 32663
- Response Due
- 3/11/2019
- Archive Date
- 3/11/2019
- Point of Contact
- Bill White, bill.white@faa.gov, Phone: 405-954-5238
- Small Business Set-Aside
- N/A
- Description
- This is a market survey for upgraded Land Mobile Radio (LMR) communication capabilities to substantially reduce and/or eliminate the radio dead zones in order to safely support field operations for Customs and Border Protection (CBP) personnel. The Government has created an initial design based on linear simulcast technology. Also included are stand-alone repeaters at certain locations to support Office of Field Operations (OFO). Simulcast is required based on the limited spectrum in the areas requiring improved coverage. This effort must validate the initial Government design, deliver, install, configure, integrate, and test the solution as well as provide training and documentation. The project will provide the specific hardware, software, accessories, and services required to deliver a fully-functional system. A DRAFT Statement of Work (SOW) is attached to this market survey. It is the FAA ™s intent to develop, award, and administer a contractual agreement on behalf of Customs and Border Protection (CBP) in order to support this effort. Responses to this market survey will be used for informational purposes only. This is not a Screening Information Request or Request for Proposal of any kind. The FAA is not seeking nor accepting unsolicited proposals at this time. Any information provided under this market survey is for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendors' expense. The FAA anticipates awarding an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a period of performance consisting of one (1) 24 month base period with one (1) 12 month option period. At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. This market survey will be utilized to solicit statements of interest and capabilities from small businesses, in particular service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing the required support. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses, or 8(a) certified firms. The principle North American Industry Classification System (NAICS) code for this effort is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a size standard of 1,250 employees. The FAA requires the following (limited to 30 pages) from interested vendors based on the attached draft SOW: 1. Clearly state whether or not you can meet all of the requirements of the SOW; e.g., Program Management, System Design, System Staging and Implementation, Training, and Testing. 2. Capability Statement - This document should identify: - Type of services provided by your firm - Size and type of services provided by previous contracts (elaborate and provide detailed information and past performance) - Number of years in business 3. Business size All responses to this market survey must be received by 12:00 p.m. CT on March 11, 2019. All responses to this announcement should be submitted via email to the Contracting Specialist and Technical POC at the following: bill.white@faa.gov (Contracting Specialist) connie.m.houpt@faa.gov (Technical POC) Respondents are encouraged to review the attached documents and provide comments and questions. If you are viewing this announcement through Fed Biz Ops (www.fbo.gov) the attachments may not be available/viewable to you. If so, please proceed to the FAA's Contract Opportunities Website at https://faaco.faa.gov to obtain the attachments. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/32663 to view the original announcement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/32663/listing.html)
- Record
- SN05231817-F 20190227/190225230010 (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 |