Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 8,1999 PSA#2258

42d Contracting Squadron/LGC, 50 Lemay Plaza South, Bldg 804, Maxwell AFB, AL 36112-6334

58 -- WIRELESS COMMUNICATION SERVICES AND EQUIPMENT DUE 012999 POC Mary Lou Crook, Contracting Officer, (334) 953-2560 E-MAIL: lou.crook@max2.maxwell.af.mil, lou.crook@max2.maxwell.af.mil. This announcement is for market research purposes only. Please do not request a solicitation package or to be added to the source list at this time. The Land Mobile Radio Management Officer at Maxwell AFB is conducting market research to determine the range and capability of contractors to provide commercial wireless communication services with state of the art equipment owned by contractor and /or Government. Wireless communication services shall include all labor, material and transportation necessary to provide high quality land mobile radio, wireless phone and /or paging communication equipment in accordance with current technology standards. Land Mobile Radio (LMR) service would include 300 to 1000 government owned or company owned devices used within the Maxwell AFB and Gunter Annex community and immediate vicinity. At a minimum, each user must be able to clearly communicate within a 60-mile radius; place private calls in specific talk groups of two or more users; have private call options and have the capability to place and receive telephone calls without operator intervention. This system must be able to operate in a conventional configuration in the event the central network becomes inoperative. Access to a central controller is imperative to allow the Land Mobile Radio Management Office the ability to reconfigure talk-groups in support of mission operations, contingencies, exercises and other special situations. Cellular service would include 25 to 250 government owned or company owned devices capable of local to nationwide coverage. At a minimum, each user must have clear high quality communications within a 60-mile radius; no roaming charges for in-state calling; direct long distance access and cloning protection. Paging service would include 200 to 1000 government owned or company owned devices capable of local, statewide and nationwide coverage areas. At a minimum, each device must use a high speed messaging protocol such as (FLEX tm) or any protocol equal faster; capable of group calling; voice messaging; message time stamping; and operate in or above ultra high frequency band. All services would be needed 24 hours a day and 365 days a year; monthly billing will include two copies of detailed invoices and the ability to breakdown accounts into sub-account formats and no activation or deactivation fees. Service would also include on-going technical support; on-site training when necessary; available spare inventory equal to 30% of all active devices on hand for immediate exchange capability. Contractor will need to provide plans to migrate from current services; cross the board cost for minimum to maximum services; indicate coverage capabilities and meet Year 2000 compliance. This agency is conducting a Market Survey (Sources Sought Synopsis). This is a Request for Information (RFI) ONLY. It is not a Request for Proposal (or solicitation) or an indication that a contract will exist for this requirement. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. Firms who wish to respond to this Request for Information are asked to send information regarding (1) Company's full name, address, and point of contact; (2) list of products that meet the stated criteria and related pricing; (3) list of contract vehicles; e.g. GSA Schedule Contract; currently in place that will allow base level ordering and (4) any other brochures and prepared literature to determine the technical acceptability with the specifications and service stated herein. Specific responses should address management qualifications and provide past performance information relevant to government and commercial customers capable of providing wireless communication services and /or equipment. This agency will review respondent packages and may contact selected firms for further face-to-face discussions. Prospective contractors may be required to conduct presentations of their technical expertise and abilities. As industry may expect to see portions of submitted information in a future solicitation, no proprietary information may be submitted. Responses must also include their business size and state that the contractor is not on the GSA List of Parties Excluded from Federal Procurement and Nonprocurement Programs. To be eligible to receive a contract award the contractor must be registered with the Central Contractor Registration (CCR) database. There are (NO EXCEPTIONS). All responsible sources may respond to this Request for Information, which shall be considered by the agency. The deadline for submissions is January 29, 1999. The Point of Contact for additional information will be Contracting Officer, Mary Lou Crook at (334) 953-2560. Oral responses are not acceptable in response to this notice. Posted 01/06/99 (W-SN285507). (0006)

Loren Data Corp. http://www.ld.com (SYN# 0261 19990108\58-0008.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page