SOLICITATION NOTICE
K -- Convert existing wideband-analog VHF radio systems to narrowband-digital "P-25" compliant systems.
- Notice Date
- 11/22/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- IMSF - ACG - Contracting, Cooperative Agreements & General Services 2868 RODEO PARK DRIVE WEST SANTA FE NM 87505
- ZIP Code
- 87505
- Solicitation Number
- Q1274060017
- Archive Date
- 11/22/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quotation (RFQ) and the solicitation number is Q1274060017. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-06. This requirement is 100% small business set aside with an NAICS code of 811213. The small business size standard is $6.0 million. The National Park Service (NPS), Intermountain Region (IMR), has a requirement to convert its existing wideband-analog VHF radio system to narrowband-digital "P-25" compliant systems in order to meet federal mandates. To meet this requirement and under this solicitation the NPS is seeking quotations to enter into a Blanket Purchase Agreement (BPA) for the required services. Under this BPA, work will be performed to assist with the conversion of IMR park radio systems to P-25 digital narrowband technology. The contractor shall provide the necessary technical and business resources as required to document the existing Land Mobile Radio (LMR) systems; redesign systems to meet user coverage and option requirements and federal mandates; install new P-25 compliant radio systems; write digital/mixed mode radio programming templates and program radios and RF infrastructure; complete inspections of newly installed radio systems, and test new systems to ensure the coverage and programming options meet user requirements. The Contractor shall coordinate and work with the staff at various National parks, local radio system cooperator agencies, and IMR radio staff to facilitate all work on radio systems. The Contractor shall be required to be familiar with, and follow the existing Department of Interior (DOI) Frequency Management channels and procedures and be able to effectively communcation with DOI/NPS Frequency Management personnel to effectively process requests for Radio Frequency Assignments (RFA's). A. Description of work as required by the contractor shall be but not be limited to: 1) Work must be performed at elevations from sea level to over 10,000' elevation under all weather conditions. The work may also require using helicopters, horses, boats, 4-wheel drive vehicles, or hiking to access remote repeater sites. Occasional overnight stays at remote sites in a tent or cabin may also be required. 2) Complete site surveys and inspect existing Park radio systems to verify RFA documentation, infrastructure locations, grounding/lightning systems, site sharing opportunities, tower and equipment shelter capacity and physical readiness. This includes tracing and documenting cable runs used for remote control of base stations. 3) Conduct a radio system assessment with local radio system users to gather the coverage and operation requirements of the new radio system design. 4) Provide radio propagation coverage studies and design new system in accordance with user requirements, industry grounding/lightning standards, and P-25 compliant equipment specifications. 5) Investigate co-location opportunities for radio infrastructure. 6) Identify and document communications inter-operability needs. 7) Design new System Block Diagrams 8) Write a detailed list of all radio equipment required for the new system (repeaters, base stations, duplexers, RF filters, etc). NPS will supply the equipment at the time of installation. Include the following information: a. Manufacture of radios/duplexers/dispatch consoles, etc. b. Model of equipment c. Type of equipment (repeater, base station, remote control unit, console, filters, etc). d. Equipment configuration 9) Write a detailed list of all necessary materials that are required for the installation, including hardware and supplies (nuts, bolts, brackets, cables, grounding/lightning equipment, etc.) NPS will supply materials at the time of installation. Include the following: a. Items type (generic/descriptive) b. Item manufacturer part or catalog number c. Item supplier part or catalog number. d. Item per unit cost. e. Total per item quantity. f. Total per item cost. g. Total all item cost. h. Shipping and processing costs. 9) Prepare and submit required RFA requests as required through established NPS channels. 10) Provide necessary hand tools and test equipment required to install and test radio/antenna/grounding systems, i.e., hand drills, wattmeter, test cables, RF connectors, tape, various hand tools, etc. 11) When available, the NPS can provide specific test and programming equipment for use by the contractor on a project by project basis. The equipment includes a P-25 IFR-2390 Service Monitor, various software applications for programming P-25 radios, cable sets for programming various P-25 radios, and a Keyloader for encryption. Use of this equipment will require approval by IMR staff as well as the coordination of its availability. If the equipment is not available by the NPS, the contractor is responsible for supplying needed equipment. 12) Install the new radio system as per the design, using equipment and materials from the supplied lists. The installation standards will meet or exceed technical standards. The new radio system is required to provide coverage and performance options as per the stated objectives arrived at during the radio system assessment conducted with the system users. 13) Install Cat-V cable runs from new P-25 base stations to digital remote control unit locations, and/or make cross connects to enable using existing telephone cables for remote control units. All cable runs will have lightning/surge protection installed at each end of all cable runs. 14) Install mobile radios per user requirements and industry standards. In cases where these requirements conflict, industry standards will take precedence. 15) Program Infrastructure P-25 Radios (repeaters, base stations), mobile radios, and portable radios as per system design and operations requirements. Most installations will require mixed mode operation using multiple Network Access Codes and Talkgroups. 16) Test and retune duplexers and cavities as required. 17) Ensure all equipment is properly grounded and has lightining protection. Contractor must be able to deal with various environmental conditions when grounding at repeater sites. 18) Perform inspections of new system installations and provide documentation of findings. 19) Test new radio systems to verify that the system coverage and options meet the requirements as determined in items number 3 above during the system evaluation. 20) Provide hands on training for park personnel on how to operate the new radios and how to use the new system. B. Deliverables: 1) Site Survey and inspection documentation 2) Infrastructure requirements analysis 3) System assessment and engineering analysis 4) Radio propagation charts 5) System design and configuration documentation, including proposed channels changes 6) Detailed equipment and material lists 7) System block diagrams 8) Functional drawings 9) RFA documents 10) Install new radio systems 11) Write radio programming templates for, and program various P-25 repeaters, control stations, portables, and mobile radios, and provide programming temples and documentation. 12) Inspect new radio system installations and provide pass/fail documentation and work still required documentation, if required. 13) Test the new radio system's performance for coverage and performance. 14) Media format for deliverables, including media type: a) Documentation - Word or Excel b) Drawings - Design CAD LT, paper and CD-format c) Narrative - MS Word files, paper and CD format d) Radio programming temples - computer program file. Acceptance of deliverables under each task order issued under this BPA shall be made in writing by the NPS. Delivery address for all deliverables will be: NPS, Attention: Dale Sorrels, 2282 S. West Resource Blvd., Moab, UT 84532. C. Place of performance: The work under this BPA will be performed at various National parks located within the 8 states of the IMR - Montana, Wyoming, Utah, Colorado, Arizona, New Mexico, Texas, and Oklahoma. D. Travel and Work Schedules: Travel and work schedules will be coordinated in advance with IMR and Park radio staff. Miscellaneous work such as documentation may be performed at the Contractors site or other NPS facilities when approved by the IMR radio staff. Contractor is responsible for their own travel requirements and must be coordinated and appoved by the IMR staff no later than 10 business days in advance. All travel arrangements must be made in accordance with Federal Travel Regulations. A cost comparison of driving versus flying/rental car may be required for certain trips, especially if multiple park visits are scheduled for the same trip. Daily per-diem, lodging costs, and mileage will be limited to the rates as stated by the Federal Travel Regulations except in circumstances where advance approval has been granted by IMR staff. E. Submission of Quotation and Award: The Government will issue an award as result of this RFQ to the quoter whose quote represents the best value to the Government, price and other factors considered. For this solicitation other factors include: A LL CONTRACTORS ARE REQUIRED TO ADDRESS THE FOLLOWING TECHNICAL EVALUATION CRITERIA FOR THEIR ORGANIZATION: 1. Project Understanding: Contractor must clearly show in-depth understanding of P-25 radio system design including P-25 equipment specifications and requirements. 2. Programming skills and experience: Contractor must have experience with writing digital/mixed mode programming temples for various P-25 radios, including Motorola, Daniels, and BK radios. Also list programming experience with AES and DES-OFB encryption. 3. Past Performance and Qualifications: Contractor must show past performance in designing, installing, programming and testing P-25 radio projects. Contractor must provide a list of specifical key personnel qualifications as well as 3 references (please provide name, address, and telephone number). Price Quotations: The Price Quotations submitted by Contractors shall be for an hourly rate for the work described in Section A and B of this combined solicitation/synopsis ONLY. DO NOT INCLUDE TRAVEL COSTS IN YOUR PRICE QUOTATION. Travel costs will be approved and reimbursed on each task order issued against this BPA on a project by project basis and in accordance with Section D of this combined solicitation/synopsis. Award will be made to that quoter whose technical evaluation criteria/cost relationship is the most advantageous to the Government. For this solicitation the technical criteria is more important than price. While cost is secondary to technical it will be a factor in the award decision. AWARD MAY NOT NECESSARILY TO BE MADE TO THE QUOTER SUBMITTING THE LOWEST QUOTE. After award of the BPA, task orders will be issued against the BPA for each project required to be completed under this BPA. The Government intends to award the BPA without discussions (except clarifications as described in FAR 15.306 (a), therefore, quotes should be submitted initially on the most favorable terms which the quoter can make to the Government. The Government reserves the right to reject any or all quotes or to make award without conducting discussions. Quoters shall submit their quotations to the following address no later than 4:30 p.m. (MST) December 23, 2005: National Park Service, Intermountain Region Attention: Trish Fresquez-Hernandez 2968 Rodeo Park Drive West Santa Fe, New Mexico 87505 Quoters are hereby notified that if their quote is not received by the date/time and at the location specified in this announcement, it will be considered late and therefore non responsive. Quoters are required to submit the following information with their quote: 1. Response to technical evaluation criteria. 2. Price Quotation 3. Offeror Representations and Certifications - Commercial Items (Contractors may request a copy of 52.212-3 by faxing a request to Trish Fresquez-Hernandez at 505-988-6075.) F. Points of contact for this solicitation are: Administrative/Contracting: Trish Fresquez-Hernandez Contracting Officer National Park Service 2968 Rodeo Park Drive West Santa Fe, New Mexico 87505 Telephone: 505-988-6122 Technical: Mr. Dale Sorrels National Park Service 2282 S. West Resource Blvd. Moab, UT 84532 Telephone: 435-719-2323 G. The following FAR clauses and provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. NOTE: Each offeror must include a completed copy of the FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with their quotation. Contractors may request a copy of 52.212-3 by faxing a request to Trish Fresquez-Hernandez at 505-988-6075.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2024475)
- Place of Performance
- Address: Intermountain Region - Montana, Wyoming, Utah, Colorado, Arizona, New Mexico, Texas, and Oklahoma
- Zip Code: 87505
- Country: US
- Zip Code: 87505
- Record
- SN00936423-W 20051124/051122212237 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |