SOLICITATION NOTICE
58 -- DHS Tactical Communications - Request for Proposal - DHS Tactical Communications
- Notice Date
- 8/8/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
- ZIP Code
- 20223
- Solicitation Number
- HSSS01-11-R-1001
- Archive Date
- 10/29/2011
- Point of Contact
- David Keene,
- E-Mail Address
-
david.keene@usss.dhs.gov
(david.keene@usss.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 4 - Pricing Matrix Attachment 1 - DHS Tactical Communications Technical Specifications Full request for proposal for DHS Tactical Communications (Attachments 1 and 4 are attached as separate packages) The Department of Homeland Security (DHS) intends to establish a multiple award Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract from this solicitation for commercial items under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items. The contracts will be available for ordering to DHS, its components, and specified ordering activites. The purpose of this contract is to support the Department of Homeland Security (DHS and its Components) purchase a full array of tactical communications (TacCom) commodity products, infrastructure and services. DHS seeks to establish a multi-vendor approach to implementing fully interoperable solutions to support mission critical, public safety communications. It should be noted that DHS TacCom contractors can have contracts for specific technical categories (TC) as listed below. Contractors may receive contracts in one or multiple technical categories. Contractors can only propose at the delivery order level for those technical categories for which they have been awarded a contract. TC1 Subscriber Base - Portable/mobile radios, control/base stations, oftware, upgrades, etc. TC2 Infrastructure - Repeaters, routers, comparator systems, OTAR, etc. TC3 Infrastructure Services - Engineering, design, installation, etc. TC4 O&M Services - Maintenance, frequency managers, spectrum managers, etc. TC5 Test Equipment. The TacCom products, infrastructure, and services included in the scope of this contract include, but are not limited to, products and services that comply with applicable technical requirements set forth in Section J. Attachment 1. NOTE: At the order-level, RFQs for product will specify which of the specific technical requirements are applicable to each requirement. All commercial offerings available from a vendor that are within the scope of this contract and are made available through their commercial or GSA catalog, including both existing and new technologies as they become available, may be purchased through this contract. TacCom orders may include ancillary service in addition to items of supply. Small Business Set Aside: This is dual track procurement with all technical categories being procured unrestricted. In addition, for the services technical categories (TC3 and TC4) there is a small business track wherein small businesses will be considered independent of large business proposals. The NAICS Codes for each technical category is as follows: TC 1 Subscriber Base (Equipment) NAICS code: 334220 TC 2 Infrastructure (Equipment) NAICS code: 334220 TC 3 Infrastructure Services (Services) NAICS code: 541330 Within Small Business Track - Dollar Threshold of $4.5 million TC 4 O&M Services (Services) NAICS code: 541330 Within Small Business Track - Dollar Threshold of $4.5 million TC5 Test Equipment (Equipment) NAICS code: 334515 Use of the term "Delivery Order" in this document is not intended to express a limitation on the ordering of services provided under this contract, whether or not ordered in unison with supplies. This solicitation is being posted electronically via FBO. The full solicitation document, along with any additional attachments, are attached to this FBO posting (HSSS01-11-R-1001). Responses are to be submitted electronically to david.keene@usss.dhs.gov no later than October 14, 2011 at 5 PM EST. Questions regarding this solicitation will be accepted electronically at david.keene@usss.dhs.gov until August 22, 2011 at 4 PM EST. The Government will post all responses and notices as amendments to this solicitation posting. It is the bidders' responsibility to monitor this posting for any amendments or additional notices. This acquisition had a request for information, draft solicitation, and related questions and answers posted to FBO under the solicitation number RFI-DHSTacCom. For reference, this posting can be found at https://www.fbo.gov/spg/DHS/USSS/PDDC20229/RFI-DHSTacCom/listing.html. The related packages/attachments can be found at https://www.fbo.gov/spg/DHS/USSS/PDDC20229/RFI-DHSTacCom/packages.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-11-R-1001/listing.html)
- Record
- SN02524964-W 20110810/110808234738-ce971e6750ee8cf4d019e7aa7d895173 (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 |