SOLICITATION NOTICE
D -- SINGLE USER CASE, EMERGENCY RESPONSE, COMMUNICATIONS KIT
- Notice Date
- 8/31/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
- ZIP Code
- 32085-1008
- Solicitation Number
- W911YN06R0009
- Response Due
- 9/21/2006
- Archive Date
- 11/20/2006
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. SINGLE USER CASE, EMERGENCY RESPONSE, COMMUNICATIONS KIT, 74 Each The proposal closing date is 21 September 2006, at 1500 EST to the United States Property and Fiscal Office for Florida, Purchasing and Contracting Office, Attn: MAJ William L. Markham, 189 Marine Street, St. Augustine, FL 32085-1008. Electronic proposal submissions are preferred to william.markham@us.army.mil. This procurement is unrestricted. In accordance with Federal Acquisition Regulation 5.102(a)(1), availability of the solicitation will be limited to the electronic medium; the solicitation will be available to all potential offerors by emailing william.ma rkham@us.army.mil. NO HARD COPIES WILL BE PROVIDED. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Register via the CCR Internet site at http://www.ccr.gov. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. Award is anticipated to be on or before 30 September 2006. Point of contact is MAJ William L. Markham at william.markham@us.army.mil Florida Army National Guard (FLARNG) Organizational Analysis The mission of the Florida Army National Guard (FLARNG) is to provide mission ready units in support of the National Military Strategy. Our Federal Role: To maintain properly trained and equipped units, available for prompt mobilization for war, national emergency, or as otherwise needed. Our State Role: To provide trained and disciplined forces for domestic emergencies or as otherwise required by state law. Statement of Work / Objectives SINGLE USER CASE, EMERGENCY RESPONSE, COMMUNICATIONS KIT, 74 Each This statement of work provides the basis for development, design, engineering, sustainment, and configuration of self-contained mobile communications packages to provide reliable and rapid voice, data, and limited video services to Florida National Guard elements responding to natural or manmade disasters. The FLNG requires an expert information management Technical Solutions Provider capable of planning, performance analysis, and oversight of the design, engineering, development, testing, quality assuran ce, information assurance, configuration, installation, implementation, integration, and maintenance of satellite phone, cellular phone, and wireless technology. Scope of Work: Seventy-Four (74) Mobile Cases Sets. Each mobile communication package must contain the following functionality: a. Ruggedized notebook PCs with the following minimum hardware and software specifications: (1) Hardware: MIL-STD-810E (2) 1.8 GHz Intel processor 1Mg RAM (minimum) (3) 80GB hard drive (4) two USB connections (5) Internal speakers (6) backlit keyboard (7) microphone (8) external USB optical mouse with scroll (9) integrated 10/100/1000 NIC (10) one Type I or Type II PCMCIA (11) integrated Smart Card Reader (12) 3-year business-class warranty (13) VOIP Soft phone application (14) Vendor will provide operating system license (Microsoft Windows XP) (15) FLNG will provide additional application software for installation including Microsoft Office Professional, WinZip, form applications (e.g. Je t Form, Form Flow), applicable Client Access Licenses (CAL), VPN client, and anti-virus b. Multi-function fax/copier/printer/scanner must: (1) incorporate a minimum of 64MB of internal memory (2) have a minimum print resolution 1200x1200dpi or betters (3) use inkjet technology; shall produce color and black & white documents (4) have an automatic document feeder (5) provide a minimum of 33.6 kilobits per second (kbps) fax send and receive capability (6) connect to the network via Ethernet and support USB 2.0 or parallel connections: (specify type) c. Satellite phone with satellite and tri-band cellular capability (specify equipment, provider, and one year subscription/bandwidth plan) d. GPS capability e. Remote management f. Diverse power sourcing (AC and DC) g. Power conditioning h. Internal light i. Ruggedized case (Transportable as Commercial Airline Carry-on) Size NTE Maximum carry-on size = 45 Linear Inches. Or, Length (in inches) + Width (in inches) + Depth (in inches) = 45 Inches j. Video capture and video conferencing capability k. Redundant cellular data connectivity l. VOIP softphone m. NIST-accredited wireless capability n. Unified antenna section Optional items include: a. BGAN Satellite access capable of supporting 128K Bandwidth b. Solar recharge collector The Technical Solutions Provider will be responsible for providing all plant, materials, labor, and technical expertise required to configure, assemble, test, and deliver all designed equipment. a. Assemble and test a prototype, obtain government approval before proceeding with the remaining sets. b. Provide operator/maintenance manuals and training to FLNG J-6 staff and key personnel based on the final designed equipment solution. c. Establish 24/7/365 support for this system(s) to support J-6 CIO emergency, ongoing training, maintenance, and response missions/operations. Response time not more than 8 hrs. Deliverables: The Technical Solutions Provider must provide maintenance, labor, documentation, maintenance supplies, tools, test equipment, transportation and other related services required to achieve acceptable levels of availability and performance. The Technical Solutions Provider must resolve equipment malfunctions to acceptable performance thresholds as defined and documented by the component manufacturer and this contract. Deliverables: a. Detailed capabilities description, bills of material, hardware connectivity schematics, pricing, form factor b. Two Operator/maintenance manuals per Set c. Operator and sustainment training plan d. Maintenance support plan 1-year maintenance and support of all equipment, to include onsite troubleshooting and equipment replacement. e. Proposal for two and 3-year maintenance agreements The government requires completion of one full prototype for initial evaluation, testing and approval within 60 days of award date. Project deliverables due not later than 120 days from the award date. *This project is contingent upon NGB funding. *Government will allow the contractor to use GSA Schedule under FAR 51 Proposal Schedule Mobile Case Set Each $ ________________ 74 Mobile Case Set Total Cost $ ________________ The proposal closing date is 21 September 2006, at 1500 EST to the United States Property and Fiscal Office for Florida, Purchasing and Contracting Office, Attn: MAJ William L. Markham, 189 Marine Street, St. Augustine, FL 32085-1008. Electronic proposal submissions are preferred to william.markham@us.army.mil.
- Place of Performance
- Address: USPFO for Florida 189 Marine Street, St. Augustine FL
- Zip Code: 32085-1008
- Country: US
- Zip Code: 32085-1008
- Record
- SN01131576-W 20060902/060831221504 (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 |