SOURCES SOUGHT
58 -- Command Trackers_FY 22
- Notice Date
- 1/4/2022 7:45:52 AM
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- W6QM MICC-FT RUCKER FORT RUCKER AL 36362-5000 USA
- ZIP Code
- 36362-5000
- Solicitation Number
- W9124G_CT
- Response Due
- 1/11/2022 12:00:00 AM
- Point of Contact
- Laura J Blackmon
- E-Mail Address
-
laura.j.blackmon2.civ@army.mil
(laura.j.blackmon2.civ@army.mil)
- Description
- INTRODUCTION The Army - Mission and Installation Contracting Command - Fort Rucker, Alabama is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide one hundred and eleven (111) Motorola Land Mobile Radio SRX2200 VHF Model 1.5 Portable (H99KGD9PW5BN), one hundred and eleven (111) Software Trunking 9600/3600 Baud (QA02592), one hundred and eleven (111) Military Data Package (QA02590), one hundred and eleven (111) FIPS 140-2 Level 3 AES Encryption (Q629), one hundred and eleven (111) 3 Year SFS Lite Warrantv (H885BK), one hundred and eleven (111) P25 Link Layer Authentication (QA01767), one hundred and eleven (111) ManDown Operation (QA01843), one hundred and eleven (111) Command Tracker GPS User Licenses 10 (DSCOMTRACK100TO499), nineteen (19) IMPRES 2 Multi-Unit Fast Charger with 6 Displays and 6 Integrated USB Charging Ports (NNTN8844A), one (1) Software APX CPS Download � Current (HKVN4289A), one (1) Master System Key Starter Kit (DVN4046B), one (1) Portable Programming Cable (PMKN4012B), one (1) Workstation Software Install & Hardening (SVC03SVC0104D), one (1) Subscriber Programming (SVC03SVC0115D) and one (1) Workstation Application Training (SVC03SVC0125D). The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND Our mission is to educate and train warrant officer candidates and senior warrant officers at key points in their careers. We serve as the focal point for U.S. Army warrant officer professional and leader development matters. Functionally, we are Training and Doctrine Command�s (TRADOC) executive agent for all common-core warrant officer training issues; oversee warrant officer education; develop and administer active and reserve component Warrant Officer Candidate Course, Warrant Officer Intermediate Level Education, and Warrant Officer Senior Service Education; coordinate the development, design and implementation of the common-core elements of the Warrant Officer Basic and Advanced Courses with Headquarters Department of the Army (HQDA) agencies, TRADOC, Army Reserve Personnel Command, National Guard Bureau, and the various warrant officer branch proponent offices. This supply is needed because the WOCC land navigation course is approximately 5 square kilometers of wooded and swampy terrain. In the event of a medical emergency, GPS tracking allows cadre to locate and assist distressed candidates before it�s too late. Non-Developmental Item. Motorola Land Mobile Radio SRX2200 VHF Model 1.5 Portable, Software Trunking 9600/3600 Baud, Military Data Package, FIPS 140-2 Level 3 AES Encryption, 3 Year SFS Lite Warranty, P25 Link Layer Authentication, ManDown Operation, Command Tracker GPS User Licenses 10, Software APX CPS Download � Current, Master System Key Starter Kit, Portable Programming Cable, IMPRES 2 Multi-Unit Fast Charger with 6 Displays and 6 Integrated USB Charging Ports, Subscriber Programming, Workstation Software Install & Hardening, and Workstation Application Training should be a non- developmental item to the maximum extent possible. Qualification. WOCC would have to submit a memorandum to the frequency manager on Fort Rucker to provide necessary channels and tower coverage. Proof of qualification should be addressed in the response. Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. ELIGIBILITY The applicable NAICS code for this requirement is 334220 � Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing with a Small Business Size Standard of 1,250 in number of employees. The Product Service Code (PSC) is 5825 � Radio Navigation Equipment, except Airborne. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Laura J. Blackmon, in either Microsoft Word or Portable Document Format (PDF), via email laura.j.blackmon2.civ@army.mil no later than 12:00 a.m. CST on 11 January 2022 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, 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. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3d133ee75ec44dd3af48fe0dba706ddf/view)
- Place of Performance
- Address: Fort Rucker, AL 36362, USA
- Zip Code: 36362
- Country: USA
- Zip Code: 36362
- Record
- SN06209276-F 20220106/220104230112 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |