Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2003 FBO #0513
MODIFICATION

70 -- Purchase and Installation of Motorola Trunked Land Mobile Radio System Equipment

Notice Date
4/23/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
FUSCXB30090100
 
Response Due
4/29/2003
 
Archive Date
5/14/2003
 
Point of Contact
Lawrence Henderson, Contract Specialist, Phone 210-652-5183, Fax 210-652-2759,
 
E-Mail Address
lawrence.henderson@randolph.af.mil
 
Description
This modification provides para 4 - 4.3.8 to the SOW. Remaining paras will appear in the next mod. 4. SYSTEM IMPLEMENTATION 4.1 Implementation services at Tyndall, Maxwell and Columbus. Specific services for each base listed below, unless otherwise indicated. Additional clarification may be provided separately under each bases? section. 4.1.2 WARRANTY AND MAINTENANCE ?The Contractor shall provide a one-year manufacturer?s standard commercial warranty to correct possible defects in materials and workmanship. This warranty shall commence after system acceptance. Coverage shall be available 24-hours per day and 7-days per week. ?The Contractor shall respond within 4 hours after notification by each respective base in the event of major system failure. (Major system failure is defined as 60% of the system is down.) ?The Contractor shall respond on non-emergency issues within 24 hours. ?At the time of system acceptance, the contractor shall provide the name of the local authorized technician and the service manager and their phone numbers to be used when an event occurs. ?On-Site Response: The contractor is responsible for on-site technical response as determined by the customer?s level/degree of system impact. Technicians will perform first echelon service, provide information regarding system condition, remove failed components for repair, and reinstall new or reconditioned components. The contractor shall provide qualified personnel, test equipment, standard service vehicles, tools, materials, supervision, and other items necessary to perform troubleshooting, repair, preventive maintenance, and operational checks/adjustments. ?Board repair shall be performed at the manufacturer?s authorized repair facility. ?Preventive maintenance inspection and optimization: The contractor shall provide an annual operational test and alignment on each respective base?s system or fixed network equipment to ensure the equipment meets original manufacturer?s specifications. The contractor shall remove any oil, dust, and or foreign substances from the equipment, clean filters, if applicable, and measure, record, align, and adjust the applicable equipment parameters, to the frequency and modulation outlined in the Rules and Regulations of the NTIA. Preventive maintenance activities shall be documented and available for review upon request. This is a maintenance service to ensure the communications system is operating efficiently and functioning at the original manufacturers specifications. ?Regular Business Hours Hot Line: The contractor shall provide a toll free line during regular business hours, Monday - Friday, 9AM-5PM EST, for technical questions and customer satisfaction issues. ?Test Equipment: The contractor or its authorized service repair center shall possess sufficient and reliable test equipment to ensure quality adjustments, alignments, and repair of communications systems. This test equipment must meet all requirements of the National Institute of Standards and Technology Standards and be allowed for inspection by each base. 4.1.3 DOCUMENTATION The Contractor shall provide pricing for documentation of the final system design and implementation plans. Documentation may include those listed below. ?System component user manuals ?System component service manuals ?System manual to include: ?System block diagram(s) ?System ?as-built? system documentation ?System programming documentation ?RF coverage predictions ?System architecture description ?Floor plans ?Equipment shelter/tower site layout drawings ?4.2.19.10 System installation plan ?System acceptance test plan and report 4.1.4 IMPLEMENTATION SERVICES ?Delivery Period: The final system acceptance and all related documentation shall be completed no later than 180 days after contract award. ?The Contractor shall identify key milestones for the final design, integration, installation and testing of the system. The milestones shall be described with reference to days after contract award. The schedule shall include, but may not be limited to: oSite preparation/development activities oSystem installation and optimization oFinal system acceptance testing oSystem Management and Dispatch Console Training 4.2 TYNDALL AFB (CLIN 0001): Tyndall AFB has a requirement for the current 10 channel wideband analog trunking system to be upgraded and expanded to a 15 channel narrowband digital trunking system. The system shall operate in mixed digital/analog mode to allow operations of existing and newly acquired portable, mobile and fixed radio systems. Also, Tyndall requires two additional remote console operator positions linked to the digital trunking system. Finally, the system shall support the Project 25 defined Common Air Interface, DES-OFB encryption algorithm and Type 1 encryption fascinator capability. The effort shall include the engineering design, the furnishing of equipment, complete systems integration, testing, and training. 4.2.1 Tyndall AFB Trunking Site (Adjacent to Bldg 1479) EQUIPMENT CURRENTLY OPERATING AT TYNDALL AFB NEAR BLDG 1479 Tyndall has an existing ten channel SMARTNET system located in a shelter adjacent to building 1479 (herein referred to as the main Trunking Site). This site is operating with SMARTNET II Plus System ?CSC v36.13.05? and ?MCB v2102?. Tyndall AFB Trunking Site Information Existing Tower:(Assume that existing tower will support additional antennas) 170-foot self supporting tower Latitude: 30? 04? 14??N. Longitude 85? 36? 19?? W. Site Elevation 25 feet Receive Antenna 167 feet Transmit Antennas (2) 145 feet Receive 7/8? Cable Run ?? Transmit 7/8? Cable Run (2) ?? The newly authorized frequency information is provided below. All thirty narrowband frequencies are to be utilized for the 15 channel Trunked System. Motorola has already accomplished the intermodulation analysis. Tyndall AFB Trunking Site Frequency Information Transmit Frequencies Receive Frequencies 406.16250 MHz 415.16250 MHz 406.36250 MHz 415.36250 MHz 406.56250 MHz 415.56250 MHz 406.96250 MHz 415.96250 MHz 407.36250 MHz 416.36250 MHz 407.76250 MHz 416.76250 MHz 408.16250 MHz 417.16250 MHz 408.56250 MHz 417.56250 MHz 408.76250 MHz 417.76250 MHz 408.96250 MHz 417.96250 MHz 409.36250 MHz 418.36250 MHz 409.76250 MHz 418.76250 MHz 410.16250 MHz 419.16250 MHz 410.56250 MHz 419.56250 MHz 410.76250 MHz 419.76250 MHz 4.2.2 GOVERNMENT FURNISHED EQUIPMENT (GFE) ?One new CENTRACOM Gold Elite operator console owned by the base Fire Department (Bldg.214) is available for installation. This unit is currently in storage. ?Five used CENTRACOM Series II Trunked consoles in operation. One console is at Security Forces (Bldg. 659) and four consoles are at the Maintenance Operations Control Center (Bldg. 548). ?Ten repeaters in use at the main Trunking Site adjacent to building 1479. Eight MSF-5000 and two Quantar repeaters are available for upgrade. ?Existing trunking system Controller, CENTRACOM II Central Electronics Bank (CEB) and all other fixed network equipment (FNE) available equipment that can be utilized for upgrade. (Equipment utilization must be in a way as to allow the current 10 channel Trunked System to remain operational until cutover to the new 15 channel system) ?UPS and/or backup generators for emergency power at remote locations and tables/workstations to hold main and support equipment. ?Poles and towers for antenna mounting ?All existing equipment shall be used to the greatest extent possible. Engineering plans should allow for the upgrade of existing equipment where possible to minimize cost to the government. Any equipment that can be reused, if not deemed beyond its normal life expectancy, shall also be considered in the design. 4.2.3 MATERIALS REQUIRED ?Contractor shall use 2 existing Quantar repeaters and provide 13 new Quantar Repeaters ?Contractor shall provide upgrade kits for 5 existing CENTRACOM Series II consoles, support equipment for 1 CENTRACOM Gold Elite console and 2 completely new CENTRACOM Gold Elite consoles with support equipment ?Contractor shall provide the most current ASTRO SMARTNET system software ?Contractor shall provide a Centralized Telephone Interconnect ?Contractor shall provide 3 new 10 dB omnidirectional antennas with associated transmission lines and connectors ?Contractor shall provide 2 new Transmit Combiners and 1 new Receive Multicoupler ?Contractor shall provide 1 Audio Distribution Rack (ADR) ?Contractor shall provide 15 new Digital Interface Units ?Contractor shall provide Site Lens Software Package ?Contractor shall provide Site Lens Terminal and ?CENTRACOM Gold Elite? Alias Database Manager/Console Database Manager (ADM/CDM) Terminal ?Contractor shall provide 1 new CENTRACOM Gold Elite Console Central Electronics Bank (CEB) ?Contractor shall provide a Single Site Controller ?Contractor shall provide an equipment shelter with room for expansion capability to accommodate the newly upgraded/enhanced narrowband Trunked LMR system. Provide shelter foundation. ?Contractor shall furnish shelter with new trunking equipment, interior/external grounding systems, HVAC, AC circuits and outlets, circuit breakers, main service protectors, shelter Uninterruptible Power Supply (UPS), cable trays and exterior cable/ice bridge. ?Contractor shall provide a one-way RF Signal Booster/Passive Repeater (Tyndall Range Area at Bldg 9401). ?Contractor shall provide Central Electronics Bank upgrade package for 15-channel system. ?Contractor shall provide primary spares kits for the Central Electronics Bank, Quantar Repeaters, and Digital Interface Units. ?The contractor shall identify and provide pricing for all required equipment to include equipment connectivity from the new Trunked Site/Shelter and remote facilities. 4.2.4 SERVICES REQUIRED ?Contractor shall upgrade/expand existing UHF trunked radio system from a 10-channel wideband analog system to a 15-channel narrowband ASTRO digital trunking system utilizing SMARTNET operations ?Contractor shall configure system for simultaneous mix-mode analog/digital operations to accommodate existing and newly acquired portable, mobile and fixed radio equipment ?Contractor shall provide trunked system capability to support Project 25 defined Common Air Interface, DES-OFB encryption algorithm and Type 1 encryption fascinator capability. ?Contractor shall install new and upgraded CENTRACOM Gold Elite consoles at remote sites. Install one in the Fire Department (Bldg 214), two at Security Forces (Bldg 659) and five at the MOCC (Bldg 548). ?Contractor shall upgrade 2 existing Quantar repeaters and install 13 new Quantar Repeaters in new Trunking Site/Shelter. ?Contractor shall install Site Lens Terminal and ?CENTRACOM Gold Elite? Alias Database Manager/Console Database Manager (ADM/CDM) terminal in Bldg 653. ?Contractor shall set system levels, optimize, and perform in the field acceptance testing of the system. ?Contractor shall assist customer in planning of new system integration. ?Contractor shall develop and coordinate Cutover Plan and activities. ?Contractor shall review Fleetmap and develop one mobile and one portable programming template in conjunction with the customer. ?Contractor shall develop and provide system documentation such as: diagrams/charts/testing documents/operations manuals/inventories/equipment parameters?etc. ?Contractor shall provide necessary system orientation and training. ?Contractor shall ensure installations are in accordance with federal, state, and local codes. ?Contractor shall ensure proper disposal of all debris generated from installation activities. ?Contractor shall provide all grounding from new equipment to customer provided single-point grounds. ?The contractor shall identify and provide pricing for all required services to include system planning, delivery, installation, testing and training of the new ASTRO Digital Trunked System. 4.2.5 IMPLEMENTATION SERVICES ?Delivery Period: The final customer system acceptance shall be completed no later than 180 days after contract award. Final documentation shall be delivered no later than 30 days after the final acceptance. ?The contractor shall identify key milestones for the final design, integration, installation and testing of the system. The milestones shall be described with reference to days after contract award. The schedule shall include, but may not be limited to: oSite preparation/development activities oSystem staging, integration and testing oSystem shipment to the field oSystem In-Field installation, optimization and testing oSystem cutover and RF coverage testing oFinal system acceptance testing oSystem Management and Dispatch Console Training 4.2.6 STAGING Contractor shall provide customer an opportunity to witness system testing and operations prior to shipment in the field. Customer is able to verify configuration and operational requirements as requested in the contract. 4.2.7 OPTIMIZATION The contractor shall accomplish final adjustments of equipment to ensure optimal performance. This optimization shall be done in a manner that meets the objectives of Tyndall AFB. 4.2.8 TESTING The contractor shall provide an acceptance test plan to Tyndall AFB for review prior to system testing. System testing shall include operational and coverage testing of the RF site, dispatch console position, system management terminal and selected subscriber units. 4.2.9 CUTOVER Close coordination between Contractor and Tyndall AFB supervisors and operators will be crucial to ensure smooth cutover and minimal disruption of normal operations. 4.2.10 ACCEPTANCE Formal system acceptance shall be granted after completion of the acceptance test and a successful 30-day equipment burn-in period. 4.2.11 TRAINING The contractor shall provide pricing for customer training for system management and operations. Tyndall AFB key representatives will receive the following training: ?Site Lens Operator (4 attendees) ?CENTRACOM Gold Elite Console Operator (16 attendees) ?CENTRACOM Gold Elite Console Operator Administration (4 Attendees) ?Alias Database Manager Applications (4 Attendees) 4.2.12 SPARES The contractor shall provide pricing for spare infrastructure equipment for critical system components. The spares shall be priced separately. The spares shall be packaged to support the following system areas: ?Central Electronics Bank ?Quantar Repeaters ?Digital Interface Units 4.2.13 TECHNOLOGY REFRESHMENT The contractor shall include software support agreement that makes the latest infrastructure software updates and releases available to Tyndall AFB. 4.2.14 HOURS OF OPERATION Pricing shall be based on the assumption that installation work will be performed during normal business hours, Monday through Friday, 8 a.m. to 5 p.m., excluding holidays observed by the contractor, except as required for system cutover. 4.2.15 WARRANTY AND MAINTENANCE ?The contractor shall provide pricing and services to include 24 hours/day and 7 days/week contractor or authorized repair center response to Tyndall AFB for the 1st year of warranty service. ?The contractor or authorized repair center shall respond within 4 hours after notification by Tyndall AFB in the event of a major system failure. (Includes: major system loss, at least 33% of the system down, at least 33% of the site channels down, or an environmental alarm activation for smoke, access, temperature, or A/C power) ?The contractor or authorized repair center shall respond within 8 hours after notification by Tyndall AFB in the event of a significant system failure. (Includes: significant system loss or intermittent problems) ?The contractor or authorized repair center shall respond within 24 hours after notification by Tyndall AFB in the event of a minor system failure or non-emergency issues. (Includes: minor outages, intermittent problems, upgrades, parts questions or system problems already being monitored) ?Technical Support: The contractor shall provide a telephone number 24 hours/day, 7 days/week, and 365 days/year for technical support on issues requiring communications expertise or troubleshooting of trunking system infrastructure. 4.3 MAXWELL AFB (CLIN 0002): Maxwell AFB has a requirement to (1) expand their existing digital SMARTNET radio system (2) upgrade an existing conventional repeater system to a SMARTNET trunked system (3) upgrade the existing console central electronics bank to support both SMARTNET sites. The effort shall include the engineering design, the furnishing of equipment, complete systems integration, testing, and training. The system shall operate in the digital mode and support the Project 25 defined Common Air Interface and DES-OFB encryption algorithm. 4.3.1 Maxwell AFB Building 1062 Site EQUIPMENT CURRENTLY OPERATING AT MAXWELL AFB BUILDING 1062 Maxwell has an existing four channel SMARTNET system located at Building 1062 (herein referred to as the Building 1062 site). This site is operating with digital SMARTNET release version 3.0. Maxwell AFB Building 1062 RF Site Information Existing Tower: 100-foot self supporting tower (Assume that existing tower will support additional antennas) Latitude: 32? 22? 14??N. Longitude 86? 21? 24?? W. Site Elevation 168 feet Receive 6-dB Antenna RX antenna on top, TX antenna underneath facing downward. Transmit 6-dB Antenna TX antenna at approximately 90 ft and RX antenna extends to 100 ft mark Receive 7/8? Cable Run APPROXIMATELY 80 FT. FROM EQUIPMENT TO BASE OF TOWER. Transmit 7/8? Cable Run The frequency information is provided below. The first four pairs of frequencies are already in use at this site. The fifth pair of frequencies shall be used on the channel to be added. Maxwell AFB Building 1062 RF Site Frequency Information Transmit Frequencies Receive Frequencies 406.1625 MHz 415.1625 MHz 407.9625 MHz 416.9625 MHz 409.7125 MHz 418.7125 MHz 410.7625 MHz 419.7625 MHz Other frequencies authorized for Maxwell AFB to use are listed below. 406.1125 MHz 415.1125 MHz 406.3625 MHz 415.3625 MHz 408.7625 MHz 417.7625 MHz 410.3625 MHz 419.3625 MHz 4.3.2 GOVERNMENT FURNISHED EQUIPMENT (GFE) ?Quantar repeater that was purchased in 2001. (This repeater is unused and still in the box). Quantar repeater is a 100-watt; UHF 403 - 420 MHz, Quantar repeater is configured for digital SMARTNET operation. The combiner in-use is a Sinclair model TJ3215, serial number 9619562-1-1 tuned to the TX frequencies given in the table above. ?Multicoupler currently in use is an 8 channel, 100 watt, non-expandable model DB8303 with serial number D29205. It is tuned to the RX frequencies given in the frequency box above. This multicoupler is also able to support the combiner described below. ?One unused combiner, which was ordered last year for this expansion. The combiner is a Cellwave model number DQTJD4254T. This unused combiner was programmed with TX frequencies 406.1125, 406.3625, 408.7625 and 410.3625. ?All existing equipment shall be used to the greatest extent possible. Engineering plans shall allow for the upgrade of existing equipment where possible to minimize cost to the government. Any equipment that can be reused, if not deemed beyond its normal life expectancy, shall also be considered in the design. 4.3.3 MATERIALS REQUIRED ?Contractor shall use the above GF Quantar to add another channel to their existing Bldg 1062 site. ?The Contractor shall provide the current ASTRO Smartnet system software release for the four existing repeaters and the controller. ?The contractor shall provide an antenna and transmission line to support the unused GF combiner described above. The distance between the antenna and transmitter is approximately 135 feet. ?The contractor shall identify and provide pricing for the materials in the contractor?s proposal required to connect this new Bldg 1062 Smartnet site to the existing Centracom Gold Elite Console Central Electronics Bank (CEB) located at the Dial Central Office (DCO) in Maxwell AFB Building 942. The distance between the DCO and Building 1062 is approximately 1700 feet. 4.3.4 SERVICES REQUIRED ?The contractor shall reconfigure the software and firmware of the four existing repeaters, existing controller, and the GF Quantar to the current ASTRO SMARTNET system software release ?The contractor shall program, install, optimize, and test the GF Quantar. The vendor shall be responsible for installing the materials required to make the GF Quantar operate with the site. Equipment installation should adhere to communications industry standards. ?The contractor shall perform the services required to connect this Bldg 1062, trunked site to the existing Centracom Gold Elite Console CEB (Upgrade Console CEB and Interface to the Security Forces and Fire Department consoles) ?The contractor shall upgrade the Central Site Controller as necessary. 4.3.5 CONSOLE OPERATING AT THE FIRE DEPARTMENT Maxwell AFB has an existing one position Conventional Centracom Gold Elite Console. This dispatch operator position is located at the Fire Department. The Central Electronics Bank (CEB) is located at the Dial Central Office in Maxwell AFB Building 942. The distance between the Fire Department and the DCO is approximately 2500 feet. 4.3.6 GOVERNMENT FURNISHED EQUIPMENT -A Central Electronics Bank was purchased with the above Centracom Gold Elite Console. Maxwell AFB shall provide the connectivity and the termination points for this task. -Existing equipment shall be used to the greatest extent possible. Engineering plans provided by the contractor should allow for the upgrade of existing equipment where possible to minimize cost to the government. Any equipment that can be reused, if not deemed beyond its normal life expectancy, shall also be considered in the design. 4.3.7 MATERIALS REQUIRED The Contractor shall specify the connectivity required to interface the two sites to the CEB and identify and provide pricing in their proposal for the materials required to upgrade the above Centracom Gold Elite Console for wireline trunking operation. Included in the contractor?s pricing shall be the identification of materials necessary to enable the Centracom to support both the Maxwell Bldg 1062 site and the Gunter Annex Bldg 833 site in a trunked mode. 4.3.8 SERVICES REQUIRED ?The Contractor shall perform the engineering and technical services required to upgrade the Centracom for wirelined trunked operation. ?The Contractor shall provide for the interconnection via wireline the Bldg 1062 and the Bldg 833 sites to the upgraded Console. ?Testing and optimize of the upgraded Centracom Gold Elite with Bldg 1062 and Bldg 833 trunked sites shall be the responsibility of the contractor. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (23-APR-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 24-APR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: RANDOLPH AFB TX
Zip Code: 78150
Country: USA
 
Record
SN00311657-W 20030426/030424214315 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.