Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2012 FBO #3904
SOURCES SOUGHT

D -- Land Mobile Radio (LMR) maintenance services.

Notice Date
7/31/2012
 
Notice Type
Sources Sought
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Sextant, Cannon AFB, New Mexico, 88103-5109, United States
 
ZIP Code
88103-5109
 
Solicitation Number
FA4855-12-P-0045
 
Archive Date
8/23/2012
 
Point of Contact
Travis Beck, Phone: 5757841066
 
E-Mail Address
travis.beck@cannon.af.mil
(travis.beck@cannon.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED SURVEY THE MARKET TO DETERMINE THE AVAILABILITY OF POTENTIAL SERVICES. NO AWARDS WILL BE MADE FROM THIS SOURCES SOUGHT. NO SOLICITATION IS AVAILABLE AT THIS TIME. THEREFORE DO NOT REQUEST A COPY OF A SOLICITATION. ALL RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR THE FUTURE ACQUISITION. 2. Cannon AFB, NM is seeking sources interested in a possible contract to provide Land Mobile Radio (LMR) maintenance services. The contractor will be responsible for providing management, materials, labor, tools, parts, transportation, and equipment necessary to perform maintenance and repair services for LMR equipment owned by the 27th Special Operations Wing (27 SOW) radios on Cannon Air Force Base and surrounding area. An office will be provided to base of operations during this contract terms. The oversight/maintenance of approximately 1200 handheld and base Motorola units radios of various styles. The contractor shall provide personnel, supervision, and other services necessary to support the following: • Shall program and test all equipment undergoing maintenance and repair on the user's network of frequencies, prior to government acceptance to ensure Intrinsically Safe (IS) certification is maintained • Services shall include recurring and non-recurring maintenance for the equipment listed on the contract price list. • The contractor shall perform all services in accordance with the Federal Communication Commission (FCC) and Original Equipment Manufacturers' (OEM) specifications. Communications Security (COMSEC)-equipped, Advanced Encryption Standard (AES), and Data Encryption Standard (DES) equipment shall be maintained in according with the manufacturer's specifications and the requirements outlined in Section B of AFI 33-106, Managing High Frequency Radios, Personal Wireless Communication Systems, and the Military Affiliate Radio System. Ruggedized AES and DES encoders will be repaired in accordance with manufacturer's specifications to include pressurization and water resistance testing. • Preventive maintenance, required software patches and intrinsically safe inspections constitute recurring maintenance. These inspections are performed monthly on different equipment, thereby creating a recurring service. • The contractor shall ensure that employee technicians have certificates showing successful completion of a military or commercial general electronics school. • The contractor shall ensure that employee technicians have a certificate of competency (at the journeyman, senior technician, or equivalent level) from one of the following organizations: o National Association of Business and Educational Radio (NABER) o National Institute for Certification of Engineering Technology (NICET) o Electronics Technicians Association o International Society of Certified Electronics Technicians o National Association of Radio and Telecommunications Engineers • The contractor shall ensure that employee technicians are Motorola certified and have certificates showing successful completion of a military or commercial general electronics school. • The contractor shall provide a one to two (1-2) page summary of information outlining procedures, whether currently in place or planned, which will explain how they plan to implement quality control procedures. • The contractor shall maintain a current list of employees and provide a copy to the contracting officer. The contracting officer shall forward a copy of the list to the sponsoring agency's security manager via the program manager. • Period Of Performance TBD 3. All interested parties are invited to provide the following information for your company/institution and for any teaming or joint venture partners, provide examples of past experience on projects from Department of Defense, State and Local agencies that are similar in scope. Provide description, dollar value and government activity (i.e., West Point, City of New York, etc.): A. Company/Institute Name and CAGE code. B. Mailing Address. C. Point of Contact (to include phone/fax and e-mail). D. Web site, if applicable. E. State if your company is registered under NAICS or not. F. State whether your company is small, small disadvantaged, woman-owned small, HUB-Zone, 8(a) certified business concern, service disabled veteran owned, or etc. G. State the size of your company in terms of personnel. H. Degree of experience. I. Briefly describe how your company can satisfy the requirements described above, and your associated technical capabilities in 5 pages (one-sided, 12 pitch, Times New Roman) or less. 4. Responses are due no later than 1200 MT, Wensday,8 Aug 2012, and shall be electronically submitted using Microsoft Word 2003 (or above) to all of the following: Contract Specialists Travis Beck, travis.beck@cannon.af.mil and Joshua Kinsey,joshua.kinsey@cannon.af.mil or Contracting Officer, Bonnie Yoakum, at bonnie.yoakum@cannon.af.mil. 5. Questions relative to this market research should be sent electronically to everyone referenced in paragraph 4. NO PHONE INQUIRIES. All communications shall be in writing by referencing FA4855-12-P-0045. DO NOT MAIL. Place of Performance: Cannon AFB, NM, United States. Primary Point of Contact: Travis Beck, Contract Specialist travis.beck@cannon.af.mil Fax: 575-784-1148. 6. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE U.S. AIR FORCE, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPERLY IDENTIFIED INFORMATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-12-P-0045/listing.html)
 
Place of Performance
Address: 110 E Sextant Ave, Cannon AFB, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN02822049-W 20120802/120801000656-93d2f0a3d0356b77b9fc63f5ee4e3215 (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.