SOURCES SOUGHT
58 -- Request for Information for Land Mobile Radio (PD-LMR) Systems and Services.
- Notice Date
- 6/22/2012
- Notice Type
- Sources Sought
- 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
- W91CRBLANDMOBILERADIOSYSTEMS
- Response Due
- 7/16/2012
- Archive Date
- 9/14/2012
- Point of Contact
- Labinot Shabani, 410 306 2856
- E-Mail Address
-
ACC-APG - Aberdeen Division D
(labinot.shabani@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information for Program Executive Officer-Enterprise Information System (PEO-EIS), Product Manager-Land Mobile Radio (PD-LMR) Systems and Services. The U. S. Army Contracting Command, Aberdeen Proving Grounds is requesting capability statements on behalf of the Program Executive Officer-Enterprise Information System (PEO EIS), Product Manager-Land Mobile Radio (PD-LMR), to identify capable sources that can provide LMR products/services and other innovations. This is a request for information (RFI) only. PD LMR's mission is to manage, acquire, and deliver non-tactical LMR systems used for public safety and base operations at Continental United States (CONUS) and Outside the Continental United States (OCONUS) Army posts, camps and stations. LMR may also support LMR requirements for other Department of Defense (DoD) agencies. PD LMR fields solutions that provide for and support National Telecommunications Information Administration (NTIA) narrowband, Association of Public-Safety Communications Officials (APCO) Project 25 (P25) Phase I compliant and secure Trunked Land Mobile Radio systems. Current installation LMR systems have been in use for many years and do not meet current P25 and/or NTIA narrowband standards. Phase II of APCO P25 Standards is on the verge of being approved and released. In recognition of this advance in technology as well as the need to meet NTIA Narrowband requirements PD LMR is developing a requirement for NTIA narrowband, APCO P25 Phase I and Phase II compliant secured Trunked LMR systems that have or are participating in the P25 Compliance Assessment Program (CAP). Specific services and products required include: engineering, furnishing, installing, and testing (EFI&T) of systems, including subscriber unit equipment (portable, mobile, and desktop units); site preparation; security implementation; mutual aid interoperability; training; life cycle support of the fielded systems; and technical assistance, to include system management, engineering studies for system designs, system upgrades, trunking migration plans, narrowband migration plans, technical assistance to prepare frequency request documentation, microwave path studies, etc. The findings from this Market Research effort may impact any future solicitations related to this requirement. This Market Research is not a solicitation as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. Any responses to this RFI Request For Information received by the Government will not be accepted to form a binding contract. This is a Request for Information and does not constitute a solicitation or request for proposal. This is a market survey for planning purposes and no award will be made as a result of this sources sought notice. The Government does not seek a lead integrator for this effort, alternative P25 compliant solutions, or alternatives to using secure Trunked Land Mobile Radio systems. If a solicitation is issued, the Government does not guarantee that it will be issued to RFI respondents. The Government is also requesting that restrictive or proprietary markings not be used in response to the RFI. Capability Statements, including attachments, are limited to ten (10) pages. Any Capability Statements, including attachments, that are not submitted in MS Word and/or MS EXCEL format will be rejected and considered nonresponsive. Capability Statements should include: cost information, business size, current contract/task order numbers, GSA Contract information and any information that can be used to determine contractor capabilities for performance of same or similar services. Systems Integrators who are not Original Equipment Manufacturers (OEM) must submit written agreements from an OEM(s) that they can provide support. No telephonic submissions will be honored. All product information shall be submitted at no cost or obligation to the government. Interested parties should respond by 16 July 2012. Qualified sources are requested to electronically send their product information via email to the Contract Specialist: Labinot Shabani, email: labinot.shabani.civ@mail.mil and Project Lead: Mr. Neal Dedicatoria, email: neal.h.dedicatoria2.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f6160d94a978eea3594bbeccb2138604)
- Place of Performance
- Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN02784085-W 20120624/120622235406-f6160d94a978eea3594bbeccb2138604 (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 |