Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 23, 2020 SAM #6660
SOURCES SOUGHT

58 -- DAS system/Cellphone Booster System upgrade for HRC

Notice Date
2/21/2020 1:00:40 PM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
PANMCC20P0000009782
 
Response Due
3/11/2020 5:00:00 AM
 
Archive Date
03/26/2020
 
Point of Contact
Dremayne Doyle, Daniel J. Hereford
 
E-Mail Address
dremayne.t.doyle.civ@mail.mil, daniel.j.hereford.civ@mail.mil
(dremayne.t.doyle.civ@mail.mil, daniel.j.hereford.civ@mail.mil)
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing; small business size standard is 1[DDTC1]�,250 employees. DESCRIPTOIN OF NEED The U.S. Government requires a solution to upgrade a Neutral Host Distributed Antenna System (DAS) from a 3G system to a high function 4G/5G system (using Cell Phone Boosters or replacing the existing system) in support of the U.S. Army Human Resources Command (HRC) located at Fort Knox, Kentucky that is designed to provide excellent RF coverage for an area that is approximately 940,000 square feet for six buildings. The DAS must support several wireless services that operate at different carrier frequency and use different signal protocols. The system should allow for a high degree of flexibility, allowing use of the same set of equipment for a wide variety of different installations, so the system can grow on demand without the need of adding more components to the infrastructure.� BACKGROUND:� HRC has an existing DAS system/Cellphone Booster System [Requiring Activity is uncertain] that was installed in 2010 which provides cellular signal propagation in six buildings within the complex, which is approximately 938,000 square feet.� The system is at capacity and outdated, currently only supporting 3G service.� An overall upgrade is required to bring the technology up to current standards and provide expansion capabilities.� The estimated number of Government-issued and employee-owned devices is 3500. ANTICIPATED SYSTEM DESIGN: �AT&T: 700/1900/2100 MHz �Verizon: 700/1900/2100 MHz �T-Mobile: 1900/2100 MHz �Sprint: 800/1900/2600 MHz �Post: 450 MHz MINIMAL SYSTEM DESIGN GOAL PARAMETERS: LTE 700/800 MHz at -90dBm RSRP or better LTE 1900 MHz at -95dBm RSRP or better LTE 2100 MHz at -95dBm RSRP or better LTE 2600 MHz at -97dBm RSRP or better UMTS 1900 MHz at -90dBm RSCP or better LMR 450 MHz at -95dBm RSSI or better If interested in attending, please contact Dremayne Doyle by email at dremayne.t.doyle.civ@mail.mil to be placed on the site list.� Offerors should identify which date is best for them no later than 3:00 pm on 4 March 2020. Contractors shall meet with government personnel at the visitor�s center located at the Maude Complex, U.S. Army Human Resources Command, Building 3, Fort Knox, Kentucky 40121. Tentatively scheduled for the following dates:�� Option 1 - 9:00 AM, Eastern Time (ET), Thursday, 5 March 2020 Option 2 - 9:00 AM, Eastern Time (ET), Friday, 6 March 2020 Entering Fort Knox: Visitor Control Center: Open 7 days a week 6:00 AM - 9:00 PM. Next to Chaffee Access Control Point (ACP). - All personnel without a valid DOD Identification cards (CAC, Retire and Dependent) and have not previously accessed Fort Knox will be required to stop at the Visitor Control Center, show proper identification and be vetted for access and registered into AIE prior to entry. Far left Lane(s) will be used for vetting personnel when the Visitor Control Center is closed. Personnel that have previously accessed Fort Knox will continue directly to the gate for access. All Non US Citizens will be required to be escorted by DoD ID Card holder and sponsored in writing at the Visitor Control Center. Chaffee ACP: 24 hours daily 7 days a week. - Located on 31 North/South on Bullion Blvd exit. Wilson ACP: Open 6:00 AM - 6:00 PM. Monday through Friday, closed on Federal Holidays. - Located on Wilson Rd. Adjacent to Knox BLVD. Wilson ACP is open for DOD Identification cards (CAC, Retire and Dependent), as well as any person who has registered in AIE and has an AIE Pass. Personnel with passengers with a drivers� License will be directed to Chaffee APC for processing. Brandenburg ACP: Open 6:00 AM - 1:00 PM Monday through Friday, closed on Federal Holidays/Training Holidays. - Located on Highway 31 North/South adjacent to Brandenburg Station Rd, near Muldraugh, Kentucky. Brandenburg ACP is dedicated for DOD Identification cards (CAC, Retire and Dependent), Commercial Deliveries and any person who has registered in AIE and has an AIE Pass. Personnel with passengers with a driver�s License will be directed to Chaffee APC for processing. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women- Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. Attachment: Attachment 1 is the description of the Physical Areas & Estimated Square Footage. Attachment 2 is the Sources Sought Response Form that must be return with a brief capabilities statement. Rename Attachment 2 using the following naming convention: Company Name � Sources Sought Response.� ��� A Rough Order of Magnitude (ROM) price to include a notional Statement of Work and schedule is requested based on the currently available information presented. The ROM price should include the price for new originally-manufactured equipment, ancillary materials [bill or materials], installation, professional services, freight and the 1st year of maintenance and monitoring. A ROM price for the out years for Maintenance and Monitoring is also very beneficial. A parametric price is also beneficial. In response to this sources sought, please email Sources Sought Response (Attachment 2) and the ROM by 11 March 2020, 08:00a.m. ET to Contract Specialist, Dremayne T. Doyle at dremayne.t.doyle.civ@mail.mil and Contracting Officer Daniel J. Hereford at Daniel.j.hereford.civ@mail.mil Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mi or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/87ba54638d6f48578bddd2b4a8a56cca/view)
 
Place of Performance
Address: Fort Knox, KY 40121, USA
Zip Code: 40121
Country: USA
 
Record
SN05569075-F 20200223/200221231701 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.