Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2012 FBO #3735
SOLICITATION NOTICE

58 -- Land Mobile Radio System (LMRS) solution that provides narrowband trunked communications coverage and interoperability with local mutual aid providers for designated sites in Korea.

Notice Date
2/13/2012
 
Notice Type
Presolicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB12R0015
 
Response Due
5/31/2012
 
Archive Date
7/30/2012
 
Point of Contact
Ralph F. Kaminski, 410-278-4982
 
E-Mail Address
ACC-APG - Aberdeen Division D
(ralph.f.kaminski.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command, Aberdeen Proving Ground is issuing a pre-solicitation notice for a firm fixed price contract to provide all services and equipment necessary to supply a turnkey Land Mobile Radio System (LMRS) solution that provides narrowband trunked communications coverage and interoperability with local mutual aid providers for designated sites in Korea. The turnkey solution shall include the engineer, furnish, install and test (EFI&T) of equipment, site preparation, security implementation, training, and life cycle support of the fielded system. The tentative solicitation release date is on or about 13 Mar 2012. The solicitation is open for full and open competition. Basis for award is lowest price technically acceptable without discussions and no trade-offs. The estimated financial magnitude of this procurement is between $4.5 million and $6 million. Proposals shall be due 30 days after solicitation release. To follow are special notices applicable to this acquisition. Special Notice One: This notice is to inform System Integrator vendors that an evaluation factor requires an Offeror be an Original Equipment Manufacturer (OEM) or has a written business partnership/agreement with an OEM specifically for this effort. The Government shall not extend proposal due date to accommodate the negotiation of agreements between a system integrator and an OEM. Special Notice Two: This notice is to inform interested vendors that a site visit is scheduled for Korea on 19 March 2012 through 27 March 2012. Offerors shall provide the names for up to three personnel to attend the site visit to LMRS Korea Contract Specialist, Ralph Kaminski at email address ralph.f.kaminski.civ@mail.mil by close of business 22 Feb 2012. Due to U.S. Army OCONUS installation, post, and camp requirements, the Government shall not extend the due date for designation of Offerors' personnel attending the site visit. Special Notice Three below provides additional requirements for vendors to get into Korea. Special Notice Three: Pre-deployment/departure requirements. Invited Contractor (IC) and Technical Representative (TR) status shall be governed by the U.S.-ROK Status of Forces Agreement (SOFA) as implemented by United States Forces Korea (USFK) Reg 700-19, which can be found under the "publications" tab on the US Forces Korea homepage http://www.usfk.mil. The Contractor shall ensure that the following requirements are met prior to deploying/locating personnel in support of U.S. military forces in the Republic of Korea. Specific requirements for each category may be specified in the statement of work or elsewhere in the contract. All required security and background checks are must be complete and acceptable. All contractor personnel must meet the minimum medical screening requirements and have received all required immunizations. In the Republic of Korea, all contractor employees shall comply with the same DoD immunization requirements applicable to Emergency Essential DoD civilians-INCLUDING ANTHRAX IMMUNIZATION. The Government will provide, at no cost to the Contractor, any Korean theater-specific immunizations and/or medications not available to the general public. Contractor personnel shall have all necessary passports, visas, and other documents required to enter and exit a theater of operations and have a Geneva Conventions identification card from the deployment center or CONUS personnel office-if, applicable. Country and theater clearance is obtained for contractor personnel. Clearance requirements are in DOD Directive 4500.54, Official Temporary Duty Abroad, DOD 4500.54-G, DOD Foreign Clearance Guide, and USFK Regulation 1-40, United States Forces Korea Travel Clearance Guide. Special Notice Four: This notice is to inform interested vendors that a draft copy of the Customer Requirements Statement to include its Annex A, System and General Requirements is available by contacting Contract Specialist, Ralph Kaminski at email address ralph.f.kaminski.civ@mail.mil. Send questions concerning this pre-solicitation notice by email to Contract Specialist, Ralph Kaminski at email address ralph.f.kaminski.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b8871339a91534d7372bb06a39cc8da6)
 
Place of Performance
Address: Korea Building 1730 Camp Market BUPYONG KR
Zip Code: 96283-0518
 
Record
SN02674485-W 20120215/120214000205-b8871339a91534d7372bb06a39cc8da6 (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.