SOURCES SOUGHT
58 -- National Enterprise Land Mobile Radio (ELMR) Infrastructure
- Notice Date
- 3/13/2007
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston_MKTSVY_42C1A
- Response Due
- 3/23/2007
- Small Business Set-Aside
- N/A
- Description
- SPAWARSYSCEN Charleston is soliciting information from potential sources to support the Enterprise Land Mobile Radio (ELMR) System Infrastructures. Commander Naval Installations Command (CNIC) requires a narrowband (NB), trunked, enterprise land mobile radio (ELMR) system operating in the DOD ultra-high frequency (UHF) spectrum (380.0??? 399.9 MHz) to support nationwide, integrated voice and data communications for the dispatch for US Navy first responders and other US Navy personnel from two (2) national dispatch centers (NDC) serving the continental US (CONUS). Three regional ELMR systems have recently been procured: Navy Region Northwest (NRNW); Naval District Washington (NDW); and Navy Region Southeast (NRSE). Three CNIC regions remain to be procured: Navy Region Mid-Atlantic (NRMA), Navy Navy Region Midwest (NRMW) and Navy Region Southwest (NRSW). The former Region ??? Navy Region South (NRS) ??? will be incorporated into NRSE. The national ELMR system shall serve all regions listed. Solutions may incorporate existing regional systems into a national architecture or replace existing systems in whole or part provided the proposed approach can be completed within twenty-four (24) months of a contract award. The national system shall function as a single, integrated network with a complete, end-to-end Association of Public Communications Officers (APCO) Project 25 (P25) feature set equal to or better than the P25 feature set of the existing P25 regional systems. The national ELMR system shall include: End-to-end AES encryption certified to meet Federal Information Processing Standard (FIPS) 140-1 / FIPS 197 P25 over-the-air-re-keying (OTAR) P25 over-the-air-provisioning (OTAP) All trunked radio sites required to deliver the required grade-of-service (GOS) and coverage. All dispatch console positions for the two (2) NDC All back-up dispatch positions for each specified base or station. Inter-operability with other LMR Systems including but not limited to, other Navy, other Department of Defense, Local government, State and Federal Agencies. Every system shall operate in P25 trunked mode At least one level of network control redundancy for every trunked radio site and both NDC using the least amount of connectivity that supports all network latency requirements associated with the offerror???s system architecture. Automatic, seamless and rapid fail- over of the primary NDC to the alternate NDC Complete and seamless interoperability with the Navy Emergency Management Response System (NERMS) ???Turn-key??? operation with the sole exception of inter-system network connectivity which shall be provided by the US Navy in accordance with the successful offerrors specifications, i.e. be designed, supplied, built, and installed fully complete and ready to operate Successful completion of DITSCAP/DIACAP certification as a condition of final acceptance Operate in the DOD ultra-high frequency (UHF) spectrum from 380.0??? 399.9 MHz on NB 12.5 kHz channels. This is a not a follow-on requirement. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for a performance based indefinite-delivery, indefinite-quantity firm fixed price type contract for a base period of one year with four one-year option periods. Firms are invited to submit the appropriate documentation, literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. Maximum page limitation is ten (10) pages on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston, via e-mail to grace.brown@navy.mil. Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership, indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, and/or Veteran-Owned Business; (4) number or years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number (if available); (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a list of customers for relevant work performed during the past five years, including a summary of work performed, contract number, contract type, dollar value for each contract referenced, and a customer point of contact with phone number. NOTE REGARDING SYNOPSIS: This synopsis is for information and planning purposes ONLY and is not to be construed as a commitment by the Government. This is NOT a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, nor any follow-up information requests. Respondents will not be notified of the results of the evaluation. Based on the analysis of the responses hereto, the Government reserves the right to consider a set- aside for one of the small business preference groups (i.e., 8(a), SDB, SDVO, etc..). The applicable NAICS code is 334220 with a size standard of 750 Employees. The Closing Date for responses is 23 March 2007.
- Web Link
-
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=213745B86EE487DD8825729D006A77F4&editflag=0)
- Record
- SN01250060-W 20070315/070313221429 (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 |