SOURCES SOUGHT
23 -- Sources Sought Notice for Mobile Communication Trailer
- Notice Date
- 3/20/2023 12:34:24 PM
- Notice Type
- Sources Sought
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25623Q0660
- Response Due
- 3/29/2023 8:00:00 AM
- Archive Date
- 04/28/2023
- Point of Contact
- Anthony Marion, Contracting Officer, Phone: 713-794-0825
- E-Mail Address
-
anthony.marion2@va.gov
(anthony.marion2@va.gov)
- Awardee
- null
- Description
- 1. Title: Mobile Communications Trailer 2. Purpose: The Network Contracting Office (NCO) 16, located at Galleria Financial Center, 5075 Westheimer Rd, Ste 750, Houston, TX 77030, hereby issues the following Sources Sought to Request Information (RFI) with the intent of determining the contractor interest, capabilities, qualifications of potential businesses, nonmanufacturer rule compliance, Buy American Act compliance, Trade Agreement compliance and estimated industry pricing information for market research and estimated budgetary purpose for a Mobile Communications Trailer. The Contractor shall provide a white Aluminum self-powered trailer or gooseneck 8.5 feet x 34 or longer with 8 feet of internal height. VA requires a quiet noise cancelling reduced diesel generator installed on the tongue or pull-out compartment of trailer, that shall be an equivalent to the needs of the equipment supporting the generator. Runtime shall be a minimum 12 plus hours. The trailers shall be able to provide power to support the VSAT, DISH Satellites, LTE routers and other communication equipment. Trailer shall support at least (2) operators with workspace, and 2 workspaces dedicated to employee support workstations, a rack to hold communication bases and have room to store the cased based equipment. The internal trailer temperature shall be climate controlled. The HVAC system (s) needs to be capable of providing both cooling/heating with a thermostat control. The HVAC unit shall maintain a range 65 to 75 degrees F. The roof shall be reinforced and capable of mounting heavy equipment such as a Satellite Dish weighing up to 350 pounds.. Please review this announcement, respond to questions below and review all attachments in their entirety. Government request that interested offerors complete all questions below, provide required documentation, descriptive literature and authorization letter as described below. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. 3. Objective: To find qualified and certified contractors with the capability to provide all shipping, manufacuring and delivery for one Communications Trailer. Specifications: (Meet or Exceed) 1. Minimum 8 feet wide x 34 feet long 2. Minimum Inside height 8 feet 3. Aluminum Cross Members correctly mounted On Center 4. Aluminum Tube Roof Members on Center 5. Aluminum Tube Wall Posts on Center 6. Walls should have D rings flush mounted to cross members 16 inches apart. There should be 3 rows of rings on side of trailer where side door is 24 inches apart from floor and one row 24 inches from floor under counter. Walls have white board capability with storage. 7. Triple or Dual axel heavy duty grade with E-Z Lube Hubs 8. Electric Trailer Brakes 9. Mounted Spare tire with cover 10. Gooseneck, and or 2 3/8-inch Ball hitch with safety chains. 11. Anti-sway and weight distribution for Trailer 12. Electrical Connector 13. Strongly reinforced walk-on roof; able to mount heavy equipment such as a Satellite Dish weighing 350 pounds 14. Up & Over fixed exterior aluminum ladder 15. White Aluminum exterior and fenders 16. A side entry and Lockable Backdoor (Double is an option) serves as ramp and reinforced where it comes in contact with the ground 17. Need workspace counter 24 wide x 10 length mounted along one side of trailer for 2 people with options for 4. Need overhead mounted lockable cupboards 12 D x 18 H x10 L Walk up window with shelf or fold down table or desk at entrance for equipment check out. 18. High powered HVAC system capable to provide cooling/heating with thermostat. Can maintain a range 65 to 75 degrees F. 19. Quiet Diesel Generator installed on tongue or pull-out compartment of trailer 5000 watt or equitant. Generator should not he heard inside of the unit. Water resistant enclosure, removable door, and locking latch. Runtime minimum 8-12 hours. 20. Inside lighting on switch for both 12 volt and 110volt. LED water resistant lighting should be in center of trailer, as well as, over the workspaces. 21. 12 volt dry cell battery with inline charger for the internal lights and for electric start for the generator. 22. Exterior water-resistant LED lighting over side door and over ramp at back of trailer, and over the generator. LED water resistant lights in back of trailer over ramp, need to operate on 12 volt as back up lights and lights need to run on 110V when trailer is plugged in. A power inverter may be used. LED strip tail & backup and corner light. 23. Shore power exterior Inlet to accept external 110v 20A power if generator is not used 24. Internal electrical wiring and 10 - GFI 110-volt 20amp outlets throughout interior of trailer In addition; two exteriors mounted GFI outlets with all-weather covers 25. VOIP Phones and Cat6e cabling wired to central internal IT rack; 20 quad boxes located inside, and 6 quad boxes located outside with all-weather covers terminating in IT rack mounted inside. Exterior mounted Quad CAT6e jacks should be near the exterior mounted GFI outlets and CAT 6 cabling at each work station and USB A and USB C outlets at each workstation and outside the units Full size Equipment Rack with Power Distribution Units (PDU) and UPS and access to back of rack. (can be swing out rack or access door) Following will be installed in rack 2 Cellular Routers (Cradlepoint E3000 with MC4005-G) (OIT provided) Install LTE/5G antennas (4) Mako (Vendor purchase and install) (Specs Below) 8 Cisco wireless phones and charger Video DVR for cameras 26. Circuit Breaker box with main breaker shut off for emergencies 27. 32 inch entry door on side with internal lock and external bar lock and combination lock for access. 28. 2 storm resistant windows that open with screens, at least 2 x 3 , one on each side of trailer 29. Scissor jacks/pair (for aluminum) 30. Cable splicing door (16-1/2 W X 18 H) 31. Electric jack 32. Amber LED Beacon light w/6 X24 14GA 33. 1 inch insulation 34. Vendor installation of VSAT on top of unit 35. Electric awning on the side of the trailer 36. White board and outside table and stand for seating and in processing staff 37. TV monitors at each workstation and 1 large 55 plus in TV mounted inside 38. Security Camera System and an extendable boom for eye in the sky Other items needed for communication connectivity and inside trailer Extendable Boom on back with movable Camera, In addition to camera connection we need 3 cat 6 weather tight connections on top of boom to add 2 Wireless APs and Cradlepoint Modem terminated in vehicle rack. (Wireless Aps (2-4lbs) and Modem Cradlepoint W2005 (13.5lbs) Roof access Storage area with webbing or tiedowns Our team will supply the following equipment Wireless AP and Modem Cradlepoint W2005 that will be mounted on Boom, 2 Cellular Routers (Cradlepoint E3000 with MC4005-G) VASAT Team to provide VSAT on roof Antennas(4 -MAKO 5G 7-in-1 4x4 cell, 2x2 Wi-Fi and 1 GPS. Dome antennas. Add mounting bracket/rail Need 2 antennas per Router, one for each modem. Total of 4 installed. There is 16.5 of cable that should be brought to equipment rack area 4. Place of Performance: Delivery Location: Central Arkansas Veterans Healthcare System 2200 Fort Roots Drive North Little Rock, AR 72114 5. Responses Requested: The NCO 16 requires all the following information and questions answered in this RFI/SS: Questions and information that is not provided shall be considered nonresponsive to the Request for Information and contractor shall not be considered as part of the market research. a. Contractors shall provide their point(s) of contact name, address, telephone number, and email address; and the company's business size, and SAM Unique Entity Identification Number. b. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. c. Is your company considered small under the NAICS code: 336212? d. Do you (Contractor) manufacture the product itself or a distributor of the items being researched above? e. Are you an authorized distributor/reseller? Provide evidence from original equipment manufacturer (OEM). f. Do you (Contractor) supply a product manufactured by another domestic small business, if it is a nonmanufacturer? g. Do you (Contractor) supply the product of any sized manufacturer if SBA has granted a waiver to the nonmanufacturer rule? h. Is your (Contractor) Buy American Certificate completed in SAM? Please provide evidence with response. i. Is your (Contractor) Trade Agreement Certificate completed in SAM? Please provide evidence with response. j. Information for the product being requested, is it manufactured outside the US-Domestic non-available? k. Information for the product being requested, is it a foreign manufactured end product under the trade agreement? l. What is your schedule of delivery after receipt of order for the product? m. For the product required, Is your company available under any; Government Wide Agency Contract (GWAC) General Services Administration Schedules (GSA) Indefinite Delivery Indefinite Quantity (IDIQ) Blanket Purchase Agreement (BPA) If so, please list the contract number for which the product can be procured under. n. Provide descriptive literature demonstrating ability to meet all of the SOW requirement/salient characteristics listed for the product being offered. Please provide list of contracts for commercial, federal, state, and local governments. Listed contracts shall provide communication on the government requirement illustrating the capability for comparison. to the product meeting the specific requirements per the draft Statement of Work. o. Contractors shall provide an estimated industry pricing for product for market research and budgetary purpose. 6. Opportunity: The NCO 16, is seeking information from potential contractors on their ability to provide this service. THIS IS A SOURCES SOUGHT FOR REQUEST INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this Sources Sought in order to assist the NCO 16 in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives. 7. Instructions and Response Guidelines: Sources Sought responses are due by March 29, 2023 at 10:00 am (CST) via email to anthony.marion2.gov. All Questions shall be submitted by March 23, 2023 at 10:00 pm (CST) via email to anthony.marion2.gov. Telephone requests or inquires will not be accepted. Public Information will not be provided and shall be utilized to the full extent possible. This a New Requirement. The subject line shall read: 36C25623Q0660 -RFI-Sources Sought- Mobile Communication Trailer. -NLR, AR. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 5(a) - 5(o). Please provide the information you deem relevant in order to respond to the specific inquiries of the Sources Sought. Information provided will be used solely by NCO 16 as ""market research"" and will not be released outside of the NCO 16 Purchasing and Contract Team. This Sources Sought notice does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this Sources Sought is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it will be synopsized on Contracting Opportunities (https://beta.sam.gov/) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought, or future RFP/RFQ. 8. Contact Information: Contract Specialist, Anthony Marion Email address: anthony.marion2@va.gov Your responses to this notice are appreciated. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES/PROPOSALS; however, any firm that believes it can meet the requirements may provide answers, responses and give written notification prior to the response due date and time. Supporting evidence and responses must be furnished in enough detail to demonstrate the ability to perform the requirements.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/79bad38286854af39014e0e6a03cc7ac/view)
- Place of Performance
- Address: Central Arkansas Veterans Healthcare System 2200 Fort Roots Drive, North Little Rock 72114, USA
- Zip Code: 72114
- Country: USA
- Zip Code: 72114
- Record
- SN06624455-F 20230322/230321060702 (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 |