Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2016 FBO #5369
SOURCES SOUGHT

58 -- Army National Capital Region LMR System (NCR) Additions Sources Sought

Notice Date
8/3/2016
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J16RANCR
 
Archive Date
8/25/2016
 
Point of Contact
Kristine S. Pennock, Phone: 3097822293, Conrad Baker, Phone: 3097825417
 
E-Mail Address
kristine.s.pennock.civ@mail.mil, a.c.baker2.civ@mail.mil
(kristine.s.pennock.civ@mail.mil, a.c.baker2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this notice is to identify companies capable and qualified to provide a redundant Voice, Interoperability, Data and Access (VIDA) Connect and new Voice Logging Recorders (VLR) at the Pentagon, a Radio Frequency (RF) Site for the National Ground Intelligence Center (NGIC) Rivanna Station, a new RF site at Forest Glen (Ft. Detrick) and a new dispatch console for Fort (Ft.) Ambrose Powell (A.P.) Hill. The resulting contract would be a firm-fixed price delivery order under the Communications and Transmissions Systems (CTS) contract. This delivery order is for five (5) system requirements in support of the Army NCR LMR system. The first requirement for the Pentagon is to provide a redundant VIDA Connect server. The procurement of a redundant VIDA Connect server will mitigate the risk of a server hardware failure and mitigate the health, life and safety risks. The contractor shall manufacture, install and test the equipment. The Period of Performance (PoP) for the Pentagon effort will be eight (8) months followed by a 24-month period that will provide warranty and maintenance. The second requirement for the Pentagon is two new VLRs. The Pentagon has two RF sites (Pentagon and Mark Center). Currently, the Pentagon has a VLR which is now past its life expectancy and the Mark Center has no VLR. Therefore, the Pentagon has a requirement to add a new VLR at the Pentagon RF site as well as a new VLR at the Mark Center RF site for redundancy purposes. The contractor shall provide installation, configuration and training. The PoP for the VLRs will be four (4) months followed by a 24-month period that will provide warranty and maintenance support. The third requirement is to add the five (5) channel RF Site for the NGIC Rivanna Station for integration into the Army NCR LMR system. The NGIC is a tenant command of Ft. Belvoir. As such, Ft. Belvoir is required to provide LMR services to NGIC. This effort will consist of upgrading the current RF site at Rivanna Station to the same configuration as the Army NCR RF sites. This would include adding a VIDA Connect server and incorporation of Government Furnished Equipment (GFE) to be supplied by Defense Intelligence Agency (DIA). The GFE is comprised of five (5) MASTR V repeaters, Network Sentry, network routers, Ethernet switches and RF combining equipment, a new duplexer, Uninterruptible Power Supply and roof mounted antenna. The contractor shall provide engineering, site preparation, furnishing, installing, testing and training. The PoP for the new RF site will be 12 months followed by a 24-month period that will provide warranty and maintenance support. The fourth requirement is to add a new three (3) channel RF site at Forest Glen for integration into the Army NCR LMR system. The Forest Glen RF site will be managed by the Ft. Detrick NEC. When Walter Reed Medical Center was closed, the RF site at Walter Reed was relocated to Bethesda. The relocation of this RF site to Bethesda resulted in numerous dead spots at the Forest Glen Annex. The addition of a new RF site at Forest Glen will improve the coverage for the Forest Glen Annex and supplement the coverage from Naval National Medical Center Bethesda. The contractor shall provide engineering, site preparation, and furnishing, installing and testing. The PoP for this effort is eight (8) months followed by a 24-month period that will provide warranty and maintenance support. The fifth requirement is to add a dispatch console capability for Range Control personnel at Ft. A.P. Hill. The Range Control personnel have a need to interact with multiple distinct communication talkgroups during exercises being conducted on the different ranges. The new dispatch console capability will allow the Range Control operator to monitor all of the talkgroups simultaneously. Furthermore, the operator can transmit on any talkgroup individually, patch several talkgroups together or broadcast messages to all the talkgroups as needs arise. The contractor shall provide engineering, furnishing, installing and testing. The PoP for this effort is six (6) months followed by a 24-month period that will provide warranty and maintenance support. NOTICE: THERE IS NO SOLICITATION AT THIS TIME. This sources sought is for market research only and does not constitute a request for proposals; submission of any information in response to this sources sought is purely voluntary; the Government assumes no financial responsibility for any costs incurred. If your organization has the potential capability, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to determine potential market capability to provide supplies and services consistent in scope and scale with those described in this notice and otherwise anticipated. Submission Instructions: Interested parties who consider themselves qualified to perform as described above are invited to submit a response to this Sources Sought Notice by 10 August 2016 no later than Noon Central Time. All responses under this Sources Sought Notice must be emailed to Conrad Baker at a.c.baker2.civ@mail.mil and Kristine Pennock at kristine.s.pennock.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6f2e42d6dffe8b041c0530da5e7dba80)
 
Place of Performance
Address: National Capital Region, United States
 
Record
SN04208538-W 20160805/160803235955-6f2e42d6dffe8b041c0530da5e7dba80 (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.