DOCUMENT
58 -- Equip: Radio System - Attachment
- Notice Date
- 8/25/2017
- Notice Type
- Attachment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Veterans Affairs;Gulf Coast Veterans Health Care System;Network Contracting Office 16;400 Veterans Avenue;Biloxi MS 39531
- ZIP Code
- 39531
- Solicitation Number
- VA25617Q1337
- Response Due
- 8/31/2017
- Archive Date
- 11/29/2017
- Point of Contact
- Melanie Hawley
- E-Mail Address
-
3-5069<br
- Small Business Set-Aside
- N/A
- Description
- THIS SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI) NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION VA256-17-Q-1337 SRC This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334220 (size standard of 1,250 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) -16, is seeking sources that can provide brand name or equal for Motorola Radio Systems that at a minimum meets the following salient characteristics with a brand name product for the Overton Brooks VA Medical Center (Shreveport, LA): Brief product specification: The Contractor shall provide a Digital Motorola radio system with 3 repeaters permitting redundancies in system functionality. The system shall have capability that select users can over-ride all other users to transmit critical and timely information. The system shall be able to accommodate 4 channels of use with talk-groups to permit specific project discussions without tying up main channels. All radios shall be programmed for cross-functionality and 45 shall provide one channel that is encrypted for Police Service use. The system shall utilize Overton Brooks VA Medical Center's current Internet Protocols and network available to provide communications with the clinics located in Monroe, LA; Texarkana, AR; and Longview, TX. Transfer of service from current analog system to digital system shall occur at peak/non-peak hours to ensure minimal disruption of services. Combine 2-way radio capabilities with digital technology. Capable of voice and data sharing. Identify and utilize three existing frequencies and complete any coordination/adaptations with the Federal Communications System as necessary. Can communicate within each service or cross functionally with other services on the system. Salient Characteristics- Radio salient features; Noise and static filtering. Integrated GPS and text messaging Select radios will be programmed to have full over-ride of all channels/frequencies Radios for use by Police Service (45) will have at least one channel capable of secure/encrypted communication Extended battery life Manufacturer warranty Easily visible display on 151 units Digital and analog capability Silent alert of incoming message option Can function either via repeater, direct radio-to-radio or via IP connection Repeater Salient features: (MTR3000) Trunked system Connects all three repeaters to maximize user capacity Ability to operate in analog mode if needed Connect to IP system to enhance coverage of system Transmit interrupt capability Control Stations: (XPR 4550) Digital Communications Visible display Configurable as dispatch or control station Encrypt able Initiates emergency to non-responsive units Can function either via repeater, direct radio-to-radio or via IP connection Multichannel Remote: (MC2500) Alphanumeric display Programmable buttons Volume control knob Front speaker Snapshot of SOW description and brand name Info: MOTOROLA RADIO ROLL OVER: The Contractor shall ensure that the Motorola Control stations shall connect to the Digital Radio network by applications with RBX and MDN -Man Down Notifier required by Motorbo user s. Digital Radios with Motorola Option Boards. The Radio System must have the PBX software licenses and Sip function that is necessary for the System to function properly per Motorola manufactory policies and procedures as well as an Analog phone line. All equipment listed in the Motorola Radio quote contract that is agreed upon by Overton Brooks VA Medical Center must be compatible with the existing equipment and function properly with zero to minimal disruption of service. This system must function in extreme weather event and temperature and manmade or natural disaster with zero to minimal disruption. The roll over equipment must function with the existing equipment and Digital radios and must roll over to the 6911 and 5911 phone extension, both extension numbers/lines will transmit the call to the Police hand held Radios, which shall answer the transmission of the 911 distress call on the third ring. The integrative software RBX and PBXs software application will be installed on the Digital Radios using Motorobo control stations which are connected to the server using a custom USB/Audio cable RBX can connect to any PBX (SIP or Analog), simple phone lines. The Following equipment list and Software is required for this Radio System, at Overton Brooks VA Medical Center and the CBOC s Monroe, Texarkana, Longview. The contactor shall incorporate the equipment and software along with the existing equipment to create a functional compatible total functional Radio System. The contractor shall use the base station for the command center, that is create for the command center and not for patrol car use. In addition, this Digital Radio system shall have the function that will allow Overton Brooks VA Medical center to communicate via Digital Radio transmission to Monroe, Longview and Texarkana and the CBOC s communicate with each other by Digital Radio transmission with zero to minimal interruptions or interference. QTY DESCRIPTION ------------------------------------------------------------------------------------------------------------------------- 1 RBX + CORE PACKAGE 10 RBX + SUBSCRIBER LICENSE 1 ANALOG TO SIP TELEPHONY G SIP TELEPHONEY GATEWAY 1 ENHANCED DESKTOP TOWER SE DESKTOP TOWER SERVER 1 1 YEAR SILVER SUPPORT & SOFTWARE ASSURANCE 1 SYSTEM CONFIGURE 1 PMKN4010 1 MOT XPR REAR PROGRAMMING CABLE 2 AAM28TRC9KA1-N MOT XPR5350 UHF 1-40W 450-512 GOB BT/GPS CD 2 SEC1223-XPR5000 TES SAMLEX P.S. 4000/5000 532732 2 0180355A80 MOT ANTENNA MAG MOUNTING KIT WITH MINI-UHF CONNECTOR 2 PCTCN4347 TES MAXRAD UNITY ANTNA 430-470 349321 1 INSTALLATION SERVICES 3 T8319 MOT SLR8000 BASE/REPEATER 3 HKVN4110 MOT MOTOTRBO LINKED CAP + MTR3000 3 HKVN4047 MOT PROGRAMMING LICENSE KEY IP REPEATER ------------------------------------------------------------------------------------------------------------------------- QTY DESCRIPTION ------------------------------------------------------------------------------------------------------------------------- 3 CA02965AA MOT ADD: VHF 136-174 FREQ SELECT FOR SLR8000 INSTALLATION SERVICE AT: MONROE, LA LONGVIEW, TX TEXARKANA, AR 3 SM1500RMXL2UTAA TRIPP LITE 2U 1500VA/1000W UPS 306750 8 XPR 7550E Portable VHF Two Way Radio -2 per CBOC with Rechargeable Battery (per radio), The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that are being sought. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. The Statement of Work has not been fully defined and interested parties should take note of this. If you are interested, and capable of providing the supplies/services sought for above, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? (4) If you re a small business and you are an authorized distributor/reseller (provide letter/memo) for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Question (7) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to Melanie.Hawley@va.gov and use VA256-17-Q-1337 in subject line of email. Telephone responses shall not be accepted. Responses must be received no later than Thursday, August 31, 2017 at 4:00 p.m. CST. If a solicitation is issued all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BiVAMC/VAMCCO80220/VA25617Q1337/listing.html)
- Document(s)
- Attachment
- File Name: VA256-17-Q-1337 VA256-17-Q-1337 SRC.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3758725&FileName=VA256-17-Q-1337-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3758725&FileName=VA256-17-Q-1337-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-17-Q-1337 VA256-17-Q-1337 SRC.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3758725&FileName=VA256-17-Q-1337-000.docx)
- Place of Performance
- Address: Overton Brooks VA Medical Center;Monroe, LA CBOC;Longview, TX CBOC;Texarana, TX CBOC;Shreveport, LA
- Zip Code: 71101
- Zip Code: 71101
- Record
- SN04647246-W 20170827/170825231515-84c59c70d5eebf20fd86eb52f6cf57d5 (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 |