|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 8,1999 PSA#225842d 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
|
|