Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 29, 2022 SAM #7608
SPECIAL NOTICE

D -- Site Relocation for IP2 LMR (ASTRO P25), PMRF, Hawaii

Notice Date
9/27/2022 6:31:34 PM
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
DITCO-PAC PEARL HARBOR HI 968605815 USA
 
ZIP Code
968605815
 
Solicitation Number
HC1019-22-R-0018
 
Response Due
9/29/2022 9:00:00 AM
 
Archive Date
09/29/2022
 
Point of Contact
Jodie S. Onaga-Nuttall, Phone: 808-786-9327, Tanya D Buttner, Phone: 808-786-9344
 
E-Mail Address
jodie.s.onaga-nuttall.civ@mail.mil, tanya.d.buttner.civ@mail.mil
(jodie.s.onaga-nuttall.civ@mail.mil, tanya.d.buttner.civ@mail.mil)
 
Description
HC1019-22-R-0018 Title 41 U.S.C. �3304(a)(1) Description of Requirement: The Defense Information Technology Contracting Organization- Pacific, Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii, intends to award a sole source, firm fixed price contract to Motorola Solutions to relocate the IP2 (ASTRO P25) Land Mobile Radio (LMR) repeater site, including the antenna systems, at Kauai Pacific Missile Range Facility (PMRF) from the current portable trailer shelter at B287 to Building 1100 (B1100). The minimum specific government requirements and characteristics of the LMR system and the expertise requirements limit the availability to a single source, Motorola Solutions. The following are the minimum requirements used as the basis for sole source justification: This is a new requirement to relocate the U.S. Navy�s IP2 (ASTRO P25) Land Mobile Radio (LMR) repeater site at Pacific Missile Range Facility (PMRF), Kehaka, Kauai, Hawaii, from the current portable trailer shelter at B287 to B1100. The portable shelter is in the immediate vicinity of the ocean, with no earth or natural vegetation blocks between the ocean and the trailer and sits a mere 6-12 inches above the ocean waves. It was placed there years ago as a temporary solution and has not yet been moved to a permanent fixed building for a myriad of reasons.� The antenna systems will be mounted to the existing guyed tower on site at B1100. �Additionally, this requirement includes the B1100 LMR system upgrade at the fixed location including equipment racks, cable trays, and grounding upgrades within the building. The equipment being installed is a combination of Government Furnished Equipment (GFP) and Contractor Furnished Equipment (CFP), both existing and a minimum, of new equipment.� To maintain the existing Motorola warranties on the existing equipment, relocation work, unhooking, transporting, reassembly and reconnection of the IP2 LMR systems must be performed to the Motorola 56 standards for the installation of site and fixed equipment.� This requirement requests the implementation of a compatible LMR solution with the Navy�s IP2 LMR system. �At this time, no other brands are authorized because of advanced encryption standards, interoperability existing assets, and capability to sustain asset and network constraints of existing solution. Using vendors other than Motorola would result in mismatched systems parts, equipment, software, and lack of configuration control that would result in loss of capabilities and lack of coverage for the existing system�s reach and coverage, and the potential for non-compliance with DoDI 4650.10, Land Mobile (LMR) Interoperability and Standardization. The proposed solution contains capabilities that are proven from the sole source vendor.� Moving the IP2 LMR system from the current portable trailer location has been planned to provide a more stable location for the IP2 PMR system.� The system relocation must be performed by personnel certified by Motorola for this relocation action, with oversite and testing monitored by Motorola for reactivation of the relocated system in B1100. Motorola does not intend to partner with resellers for this acquisition. This notice is submitted pursuant to the authority of Title 41 U.S.C. �3304(a)(1), which provides that full and open competition need not be obtained where there is ""only one responsible source and no other supplies or services will satisfy agency requirements"". (FAR 6.302-1(a)(2)(ii)(A&B)). This authority is supported by an approved Justification Limited Sources / Sole Source Rationale. �This notice constitutes neither a solicitation of any type or request for capability statement nor should not be construed as a commitment by the Government. This serves as a procurement notice to fulfill public posting requirements in accordance with FAR 5.101(a)(1). North American Industry Classification System is 541519. Estimated Period Of Performance: 9/29/2022 � 3/28/2023 Place of Performance: Kekaha, Kauai, Hawaii (Pacific Missile Range Facility (PMRF) Proposed Solicitation No: HC101922R0017 This notice of intent is NOT a request for quotation/proposal and expires 29 September 2022 at 6:00 AM Hawaii Standard Time. Inquires will only be accepted in writing via email to jodie.s.onaga-nuttall.civ@mail.mil and tanya.d.buttner.civ@mail.mil by the expiration date / time. No telephone calls �or facsimile inquiries and / or questions will be accepted or entertained.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/48712458df0a4746a6aba3c101374fda/view)
 
Place of Performance
Address: Kekaha, HI 96752, USA
Zip Code: 96752
Country: USA
 
Record
SN06479722-F 20220929/220927230118 (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.