SOURCES SOUGHT
63 -- Installation and maintenance of a Mass Notification System in support of Area Support Group Kuwait
- Notice Date
- 10/7/2010
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J10ORAL
- Response Due
- 10/25/2010
- Archive Date
- 12/24/2010
- Point of Contact
- Lorrie Schmidt, (309)782-0673
- E-Mail Address
-
Rock Island Contracting Center (RI-CC)
(lorrie.schmidt@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This RFI is for market research and planning purposes only and is not to be construed as a commitment by the Government. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. The purpose of this document is to identify potential sources, conduct market research, and establish an estimated cost for this potential requirement. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. Submittals will not be returned to the sender. Background The Rock Island Contracting Center, Army Contracting Command seeks sources that can provide Installation and Maintenance of a Mass Notification System (MNS) in support of Area Support Group (ASG) Kuwait. The purpose of the effort is to provide all the equipment as described below to include; design, installation, and testing of the MNS at seven U.S. Military camps located throughout Kuwait. Specific Tasks include: The MNS will provide complete outside coverage at all camps. Selected Command and Control, Primary Gathering Facilities and billeting areas will also have internal MNS speakers located inside the facility. The primary and alternate base stations will control all MNS components for that camp. All speaker towers and internal building speakers will be wireless operated. All Speaker Towers (SPTs) shall run off of solar powered batteries. All messages, songs, tones shall be audible from a pre-determined distance of up to 300 meters. The MNS must be able to allow user to broadcast a voice message and any alert tones to include four (4) distinct alert tones for: Ground Attack, NBC Attack, Scud Attack and All Clear. Primary and Alternate Base Stations will transmit one of four distinct tones and a public test announcement that is clearly audible from the SPT units out to distance coverage of 300 meters (voice and tone). The SPTs and all control stations perform proper and successful self tests and diagnostics. All operators of system are fully capable of operating, troubleshooting and maintaining the Mass Notification System (operator/user/administrator level) at the seven camps. All transceivers shall relay signals and extend the systems coverage area maintaining communication continuity. Each wireless transceiver shall have the capability to be programmed to receive up to nine other transceivers and shall be either automatically (in micro-seconds), or manually be directed to reroute signals in the event of a node failure. This feature shall provide increased reliability and survivability. In the event that the primary transceiver fails, the signal shall be automatically rerouted through a secondary transceiver. Other communications equipment operating in or out on this band, in the immediate area, shall not interfere with the MNS. The MNS shall not interfere with communications (or other) equipment in the area. The MNS shall not be susceptible to intentional jamming or spoofing by adversaries. The MNS shall operate before, during and after an emergency, even in the presence of jammers attempting to interfere with, or corrupt the MNS signal. General Provisions: SECURITY The Contractor shall be responsible for the control and accountability of operators brought on to U.S. military installations. All Contractors personnel shall be required to display their badge/identification at all times. INSTALLATION ACCESS Access passes are required at all camps. It is the Contractors responsibility to arrange for the access of personnel performing the work. Only work visas with a designation of 18 will be accepted for access. Pass applications shall be submitted to the ASG-Kuwait Force Protection Office for review and subsequent submittal to the PMO Office. Installation access shall be arranged prior to commencement of work. The Contractor shall allow sufficient time to process passes (normally one (1) week). The pass application will consist of original passport with visa category 18 stamp or Kuwait civil identification card, sponsorship letter, and health certificate. EQUIPMENT & SUPPLIES The Contractor shall furnish all labor, tools, materials, vehicles, equipment, transportation, supervision and related items and devices necessary to survey, design, furnish, install, test and commission the MNS. The Government will provide a secure and environmentally protected storage facility for all MNS equipment, material and tools, while not under the control/use of Contractors personnel. Government will provide an indoor working area (10ft x 10ft) at the site with proper lighting and electric power to piece equipment together. Indoor working area shall be used by Contractor for staging, storage and gathering of material and parts for the installation. Light sets and generators used shall include environmental containment kits. WORKING HOURS The Contractor shall perform work during normal working hours or as weather and the project timeline dictate. The Contracting Officer may allow deviations from the work schedule upon request. For example, if the Contractor would like to work at night to avoid the heat, the request must be negotiated with and approved by the Contracting Officer. CLEANLINESS & FINAL CLEANUP The Contractor shall maintain the work sites in a neat, orderly, and safe condition at all times. The Contractor shall remove all tools, supplies, equipment, and debris upon completion of the contract. The Contractor shall also meet all Kuwaiti and US environmental requirements. The Contractor shall provide the manpower, equipment, and expense for any environmental contamination created as a result of the construction. QUALIFICATIONS The Contractor shall be certified and experienced to perform all work in the SOW. The Contractor shall have a fluent English speaking supervisor on site at all times when work is in progress. EQUIPMENT SHIPPING AND STORAGE Contractor shall deliver equipment, material and tools to each ASG-KU camp that will be installed with new equipment. Equipment will be F.O.B. at Camp Arifjan. PERSONNEL TRANSPORTATION, SECURITY AND ACCOMODATIONS Government will provide APO, PX, MWR and Dining Facility privileges on all ASG-KU site. Government does not provide contractor housing or vehicle. Government will provide safe escort if threat dictates for contractor personnel to and from work site(s) and while in the country of Kuwait. Contractors access badges will be provided at Camp Arifjan. INSTALLATION EQUIPMENT AND WORKING FACILITIES Government will provide electric power at all installations. Powered equipment to be hard-wired into existing AC power source shall not be a simple plug-in outlet. Contractor shall tie into power from the nearest unswitched source (e.g. wall outlet, light fixture, etc.). If wiring cannot be run inside the walls or above the drop ceiling, then appropriate conduit shall be run to enclose the power cabling. Government will supply electric power for all outdoor installations, unless alternative power supply (solar power) is specifically priced in the proposal and included in the customers purchase order. All visible speaker wiring shall be placed in appropriate conduit. If drop ceilings are available, the speaker wire shall be run in the drop ceiling plenum from the transceiver to the appropriate speakers without the use of conduit. The speaker wires shall then only be tacked and labeled appropriately. Antenna cables shall be run directly from each transceiver to its associated antenna. Antenna cabling shall be emplaced appropriately by a tie-down, laced, routed and shall look aesthetically-pleasing installation. The Contractor shall install the following equipment at each camp as indicated: Camp Arifjan (8 Sq Miles) (1) Base and (1) alternate control station (19) Solar powered speaker towers (100) Internal building speaker systems Camp Buehring (6 Sq Miles) (1) Base and (1) alternate control station (10) Solar powered speaker towers (50) Internal building speaker systems Camp Virginia (1 Sq Mile) (1) Base and (1) alternate control station (5) Solar powered speaker towers (20) Internal building speaker systems A-LSA (1 Sq Mile) (1) Base and (1) alternate control station (5) Solar powered speaker towers (15) Internal building speaker systems K-Crossing (1/2 Sq Mile) (1) Base and (1) alternate control station (5) Solar powered speaker towers (5) Internal building speaker systems Camp Patriot (1/2 Sq Mile) (1) Base and (1) alternate control station (7) Solar powered speaker towers (20) Internal building speaker systems Shuabia Port (SPOD) (1 Sq Mile) (1) Base and (1) alternate control station (5) Solar powered speaker towers (5) Internal building speaker systems Spare Parts (5) Base and alternate control stations (5) Solar powered speaker towers (20) Internal building speaker systems The Contractor shall ensure that all equipment communicates properly with both the primary and alternate base stations. WARRANTY The Contractor shall provide a one (1) year warranty on all items to include parts, labor, and all associated expenses, on the workmanship and installation of the MNS and its associated equipment. The warranty shall not include the cost to repair, replace and/or service equipment and material that fails due to Force Majeure (acts of God e.g. lightning, floods, hurricanes, etc.), terrorist attacks, acts of war, or abuse. In the case of failure due to Force Majeure, Government will be responsible for financial cost incurred. If during that time any of these units become unserviceable or through the fault of the initial installation, service and/or repair, the Contractor shall respond within 24-hours to repair it, at no cost to the Government. MAINTENANCE The contractor shall provide maintenance and repairs of the MNS for a period of one year from the acceptance date of the installation. This time period may be renewed for up to 4 years in one year increments. Contractor shall implement a Preventive Maintenance Inspection (PMI) program to prevent or correct deficiencies with equipment items, minimizing breakdowns and service interruptions, extending component service life, and maximizing operating efficiency. The PMI plan shall include two inspections per site per year for minor adjustments, corrosion preventative measures, corrosion removal, replacement of minor parts, and minor repair of components. The contractor will respond to all repair or service calls within 12 hours notification by base authorities. Repairs shall be competed within 48 hours of arrival on-site. All repairs requiring replacement hardware shall be drawn from the spare part bench stock furnished by the Government. Equipment to be used for repairs will be under the inventory control of the Government at Camp Arifjan. If part is not on hand, a cost estimate for procuring part/item shall be submitted to the Government based on the recommendation of the Contractor using standard GSA prices. The Contractor shall not be required to provide service on a recognized Federal Holiday unless for an emergency repair. Contractor shall provide user, supervisor and administrator training at each camp/site twice per year. Government will be responsible to provide classroom and projector for training. Contractor shall be responsible for ensuring all personnel obtain proper access to each camp. Office space on each of the camps will be provided to the Contractor. Office will have phone/LAN/electrical connections. Office space is at least 10ft. x 10 ft.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/84fd3831539b5f94839cc51eb49219bc)
- Place of Performance
- Address: Rock Island Contracting Center (RI-CC) ATTN: CCRC-RK Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02307842-W 20101009/101007234112-84fd3831539b5f94839cc51eb49219bc (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 |