Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2016 FBO #5236
SPECIAL NOTICE

L -- Request For Information LMR System Maintenance

Notice Date
3/23/2016
 
Notice Type
Special Notice
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W25G1V) Tobyhanna, 11 HAP ARNOLD BLVD, TOBYHANNA ARMY DEPOT, Pennsylvania, 18466-5107, United States
 
ZIP Code
18466-5107
 
Solicitation Number
TYAD-RFI-LMR-2016
 
Archive Date
4/21/2016
 
Point of Contact
Ruth C. Mecca, Phone: 5706157432
 
E-Mail Address
ruth.c.mecca.civ@mail.mil
(ruth.c.mecca.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to provide onsite maintenance support services for a Government owned Motorola P25 Narrowband Land Mobile Radio Trunk System at Tobyhanna Army Depot, Tobyhanna, PA 18466. This Request for Information (RFI) is issued solely for market research information and planning purposes only and does not constitute a solicitation. Responses will be treated as information only and will not be used as a proposal. The information submitted in response to this RFI may be used to help the Government further define its requirements. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to make an award on the basis of this RFI. Companies responding to this RFI are advised their response does not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI that indicate that the information therein is proprietary, or represents confidential business information, will be received and held in confidence. Proprietary information submitted, as part of responses to the RFI, should be clearly identified and it will be treated as such. The Government reserves the right to follow up on a one-on-one basis with RFI respondents to gain additional information or clarity about information submitted. Specific Requirements The contractor must be capable of providing and meeting the following requirements: The Contractor shall be responsible for 24/7/ 365 days LMR System Maintenance Support for maintaining, repairing, ensuring communication availability and integrity for the entire onsite LMR infrastructure to ensure operational readiness of the LMR for emergency communications and response to day to day and contingency operations, and to ensure routine maintenance and rapid repair during failures/outages. The skills needed involve technical proficiency of the Motorola LMR System Astro 7.14 components such as intrusion detection, proprietary software system hardware such as routers/switches, modems, servers, client PC's, dispatch consoles, network management consoles, encryption servers/clients, logging recorders, fiber optic and copper links, unique vendor developed grounding standards that impact warranty criteria for the infrastructure and also the subscriber handheld and mobile radios. LMR support solution includes but not limited to the following - provide daily communication with the Government POC(s) with daily status reports, immediate outage notification, weekly and monthly reports, maintain a Government service desk account, maintain LMR system and existing Motorola radio inventory, handheld and vehicle radio repairs, and LMR System equipment repairs. The Government is seeking contractors capable of satisfying this requirement at the prime contractor level. Companies interested in responding to this RFI must complete the below Contractor Capability Survey which allows the respondent to provide their company's capability. Requested Responses Business Information: Provide the following Business Information for your company: • Company Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page Address: • Registered in System for Award Management (SAM) (Yes \No) • Specify whether your company is a U.S. or foreign-owned firm • North American Industry Classification System (NAICS Code: Based on above NAICS code, state whether your company is small business and provide additional information regarding the type of small business (women-owned, small disadvantaged business, HUBzone, etc.) Identify if your company is qualified as an 8(a) candidate. Potential Offeror Capabilities: Provide the Government with responses to the following items: 1. What is your experience in providing the capability to accomplish the objectives/requirements listed above? Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officers or Program Managers). 2. The expected period of performance is twelve months with a minimum of two option years. Please address capability of supporting the periods of performance. 3. Discuss any documents or data you will require to complete the objectives listed above and briefly explain their purpose. 4. What are the top five risks you see in accomplishing this effort? 5. Are there any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy? Potential Offeror Capability Briefings: A focused capabilities briefing may be required. The Government will contact you should it be determined that a capabilities briefing is needed. Response Procedures: Identify a representative to support further Government inquiries and requests for clarifications of the information provided. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. Companies responding to this market research are advised their response does not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expense associated with preparation or participation in this market research. If your company is interested, e-mail your response to. theresa.a.rebar.civ@mail.mil E-mail response must be received no later than April 6, 2016. Questions concerning this RFI shall be addressed to the following: Name: Theresa Rebar Business Architecture and Design Branch Tobyhanna Army Depot Tobyhanna, Pa 18466 Office 570-615-6314 DSN 795-6314
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a7afc6821fd3c23199f481f61df97e4a)
 
Record
SN04060754-W 20160325/160324000325-a7afc6821fd3c23199f481f61df97e4a (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.