SPECIAL NOTICE
58 -- AFICAMotorola ASTRO25 Core Maintenance Support - Motorola ASTRO25 Maintenance Support PWS
- Notice Date
- 7/28/2016
- Notice Type
- Special Notice
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA3002-Motorola_ASTRO25_Maintenance_Support
- Archive Date
- 8/26/2016
- Point of Contact
- Cassandra Ayala, Phone: 2106522033, Sheldon Washington, Phone: 2106527873
- E-Mail Address
-
cassandra.ayala.1@us.af.mil, sheldon.washington.2@us.af.mil
(cassandra.ayala.1@us.af.mil, sheldon.washington.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Motorola ASTRO25 Maintenance Support Draft PWS THIS IS NOT A REQUEST FOR QUOTE - THIS IS A NOTICE OF THE GOVERNMENT'S INTENT TO ISSUE A SOLE SOURCE CONTRACT TO MOTOROLA SOLUTIONS TO PROVIDE MOTOROLA ASTRO25 LAND MOBILE RADIO SYSTEM CORE REMOTE MONITORING & MAINTENANCE SUPPORT. The Air Force Installation Contracting Agency (AFICA) - 338 SCONS, JBSA-Randolph Air Force Base (AFB), Texas 78150-4302, announces the intent to award a firm-fixed price contract on a sole source basis to Motorola Solutions, Inc. under the authority of 10 U.S.C. 2304(c)(1): Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The anticipated period of performance will be for a one year base coverage period plus two (2) one-year optional coverage periods. The anticipated award to Motorola Solutions, Inc. is to provide 24/7 remote network monitoring by the Motorola Federal System Support Center (SSC) with technical support and dispatch/on-site response, 24/7 on-call technical support, infrastructure repair with advanced replacement, and network preventative maintenance of fixed core infrastructure equipment, as needed, in support of the existing Motorola ASTRO25 LMR System core infrastructure at Joint Base San Antonio (JBSA) - Lackland TX. The contract will require on-site technical response as determined by the Government's level/degree of system impact. Technicians will perform first echelon service, provide information regarding system condition, remove failed components for repair, and reinstall new or reconditioned components. The contractor shall provide OEM certified personnel, test equipment, standard service vehicles, tools, materials, supervision, and other items necessary to perform troubleshooting, repair, preventive maintenance and operational checks/adjustments. System configuration is critical to network operations and all maintenance actions must provide integrated solutions to meet original equipment manufacturer (OEM) standards. The ASTRO25 system core shall be maintained to support all current and designed capabilities to include Information Assurance (IA) certifications and accreditations. Maintenance activities must provide continued coverage for existing factory warranties. Motorola systems are proprietary in nature and require utilization of same brand core components and/or certified third party products to ensure 100 percent interoperability and functionality of the system. Maintenance and sustainment of the existing Motorola ASTRO25 system core capabilities is necessary to support radio communications throughout AETC. This notice of intent is NOT a request for proposals or quotations. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. The Government reserves the right to decide whether or not a SB set-aside is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. RESPONSE FORMAT: Please provide answers for each of the following questions, utilizing the existing numbering scheme for each response and limiting your total response for this synopsis to no more than ten (10) pages: 1. All interested parties are invited to provide the following information: A. Company 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 code 811213 or not. F. State whether your firm is large, small, small disadvantaged, woman-owned small, HUB-Zone, veteran owned, service-disabled veteran owned, or 8(a) certified business concern for NAICS 811213. 2. Describe your capability to meet the technical requirements defined in the attached draft PWS. 3. Describe your experience with similar requirements to include the type of contract. All interested firms that possess the capabilities and capacities addressed herein are encouraged to respond to the notice by providing the information specified above no later than 3:00 PM (CST), on 11 August 2016. Information is preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint and shall be provided via e-mail. You may forward your responses and/or submit questions regarding this synopsis to the POCs identified below. Contract Specialist:1st Lt Cassandra Ayala, cassandra.ayala.1@us.af.mil Contracting Officer:Sheldon Washington, sheldon.washington.2@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5e8a8debed42c324eae13380fdc6f8f4)
- Place of Performance
- Address: HQ AETC/A6X/A6XR, JBSA Randolph, Texas, 78150, United States
- Zip Code: 78150
- Zip Code: 78150
- Record
- SN04199460-W 20160730/160728234530-5e8a8debed42c324eae13380fdc6f8f4 (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 |