Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2011 FBO #3579
SOURCES SOUGHT

36 -- Source Sought for Motorola

Notice Date
9/10/2011
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
 
ZIP Code
22331-1700
 
Solicitation Number
W91QUZ-0010071775
 
Response Due
9/15/2011
 
Archive Date
11/14/2011
 
Point of Contact
Ines Lopez, 703-428-0313
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(ines.lopez1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Request for Sources Sought NAICS Code: 334220- Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The Information Technology Agency (ITA) is the executive agency responsible for the operation and maintenance of three separate PCIN headend facilities; two of which carry classified cable television signals. This effort focuses on PCIN distribution of news and information services throughout the Pentagon and other select buildings within the National Capital Region (NCR). Agencies supported by PCIN include: Office of the Secretary of Defense (OSD), Joint Chiefs of Staff (JCS), Defense Intelligence Agency (DIA), Secretaries of the Air Force, Army, Navy, Marine Corps, Intelligence and Public Affairs communities, as well as other organizations which require near real time delivery of current events. Of particular interest is the current global media coverage of evolving political and military developments in a variety of foreign locations. U.S. Army Information Technology Agency intends to procure using small business set-aside procedures in accordance with FAR Part 19 or under ITES-2S ID/IQ competitive procedures. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 15 September 2011 at 12:00 PM (EST), the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under ITES-2S ID/IQ competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 334220 with a size standard of 750 employees are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the PWS. Capability packages must not exceed (2 pages per each question) and must be submitted electronically. All contractor questions must be submitted no later than 12:00 PM (EST) on 16 September 2011. This task order will require Motorola "GOLD" Digital Video Service Level Agreement for activities necessary to perform online and telephone support services (24 X 7), hardware and soft-ware support, and repair and exchange on the Motorola Conditional Access & Headend Equipment; CherryPicker Equipment repair and exchange, software support and maintenance; BSR/CMTS and soft-ware support, repair and soft-ware support, and repair and advance component exchange (ACE) for the BSR 2000. All responses to 10 questions are limited to 2 pages per each questions (excluding the cover page), using a Microsoft word format (i.e., 1 inch margins, Times New Roman 12 font). The responses should specifically describe the contractor's ability to meet the requirements outlined in the RSS and attached PWS. Please include company's name, point of contact, address, phone number, DUNS number, CAGE Code, Tax ID and business size. Marketing Brochures will not be accepted and is not considered adequate information as a response to this RSS. All small businesses to include Small Disadvantaged, HUBZone, Women-Owned and Service Disabled are strongly encouraged to submit their responses. Question and responses to this RSS must be submitted via email to the following: Ines.Lopez1@us.army.mil & akefeh.lambert@us.army.mil by 12:00 PM (EST) on 15 September 2011. Small business concerns are to outline their experiences based on the following (See attached PWS). Areas or tasks where a contractor does not have prior experience should be annotated as such. To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to Ines Lopez, Contract Specialist for this procurement, via email at ines.lopez1@us.army.mil. A highbred Firm Fixed Price (FFP) type contract is anticipated. The anticipated period of performance will be 30 Sept 2011- 29 Sept 2016 (Base year and Four (4) Option Year periods). The place of performance will be (See attached document). Information Technology Agency (ITA) Hoffman Complex-Bldg 1 Alexandria, VA This notice is not a solicitation and does not obligate the government to issue a solicitation, nor will the government be liable for any costs involved for submission of information in response to this notice. DISCLAMER: This request for sources sought (RSS) is issued solely for information and planning purposes only and does not constitute a solicitation. Neither unsolicited proposal nor any other kinds of offers will be considered in response to this RSS or accepted by the Government to form a binding contract. Contractors are solely responsible for all expenses associated with responding to their RSS. All information received in response to this RSS that's marked proprietary or confidential will be treated accordingly. Information received in response to this RSS will not be returned. The purpose of this RSS is to gather potential sources that have the capabilities to provide services for the Information Technology Agency (ITA). Contracting Office Address: ACC-NCR 200 Stovall Street Hoffman II bldg Alexandria, VA 22332 Primary Point of Contact: Akefeh Lambert, Senior Contracting Officer Phone: (703)325-0788 akefeh.lambert@us.army.mil Secondary Point of Contact: Ines Lopez, Contract Specialist Phone: (703)325-3276 ines.lopez1@us.army.mil CAPABILITY QUESTIONS 1. Does the proposed vendor have factory authorized Engineering Access rights (level III) to the current software operating platform? 2. Can the proposed vendor provide factory authorized repair and return maintenance support services on the following proprietary conditional access head-end equipment: DAC 600- Digital Addressable Controller NC 1500- Network Controller KLS 1000- Key List Server RADD- Remote Addressable DANIS/DLS SEM V8-Services Encryption Module SDM- Smartstream Devices Manager OM 2000- Out of band Modulator BSR/CMTS 64000- Broadband Service Router/Cable Modem Term Sys 3.Can the proposed vendor provide factory authorized remote technical support 24/7 X 365 days? 4.Can the proposed vendor provide factory authorized on site support if remote diagnostics fail to rectify the fault? 5.Can the proposed vendor guarantee compliance with all manufacture's warranties, whether express or implied, in conjunction with any repair action, software modification (operating system major or minor commercial release) which may affect service or systems operation capabilities? 6.Can the proposed vendor warrant that the hardware ( a tangible device or component thereof, including any embedded code or firmware required for such device to function on a stand-alone basis) will be free from defects or material and workmanship under normal use and service for a period of one year following shipment by the vendor? 7.Can the proposed vendor supply new or refurbished replacement parts to replace defective parts or products within five (5) business days after notification from PCIN personnel, for a period of one year following execution of this service level agreement/warranty? 8.Can the proposed vendor provide factory generated service announcements relating to pending software releases, maintenance patches, and work around solutions, product recall notices, hardware end of life notification, and equipment compatibility issues? 9. Can the proposed vendor provide a contract manager who shall be responsible for the performance of the work, with telephone number and email contact information? 10.Can the proposed vendor provide a contract manager who must be able to read, write, speak and understand the English language?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/394d60ff36543a3a4cb8d1090497d719)
 
Place of Performance
Address: ITA-I2TS//Pentagon Cable Information Network 6607 Army Pentagon Washington DC
Zip Code: 20310-6607
 
Record
SN02570934-W 20110912/110910233544-394d60ff36543a3a4cb8d1090497d719 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.