Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2003 FBO #0546
SOURCES SOUGHT

D -- Air Mobility Console Integration Program

Notice Date
5/27/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (AMC/LGCF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
 
ZIP Code
62265-5015
 
Solicitation Number
Reference-Number-RFI-Air_Mobility_Console_Integration_Prog
 
Response Due
6/13/2003
 
Archive Date
6/28/2003
 
Point of Contact
Gary Steinkamp, Contract Specialist, Phone (618)256-9990, Fax (618)256-5724, - Tina Voss, Contract Specialist, Phone 618-256-9983, Fax 618-256-3091,
 
E-Mail Address
Gary.Steinkamp@scott.af.mil, tina.voss@scott.af.mil
 
Description
This synopsis is issued for informational and planning purposes only. The AMC Contracting Flight anticipates issuance of a solicitation for installation of a system that meets the minimum requirements listed. The program is the Air Mobility Console Integration Program. The government is soliciting information to determine the availability of capable contractors that can provide the identified capabilities and perform the identified work. Provide information for a system that integrates voice and radio circuits into a single interface, either telephone or Graphical User Interface. Radio circuits may include UHF, VHF and/or LMR. System requirements: Joint Interoperability Test Command (JITC) certified or show the ability/plan to meet JITC certification; capable of UHF/VHF air/ground radio patching; integrate with existing telephone switch (such as Nortel?s Meridian One, MSL-100 and Lucent?s Definity); integrate with existing radio equipment (such as Motorola?s Astro Digital, Astro Spectra, CDM1250, CM200, DGT9000, Gold Elite, L99DX, RT 980/GRC-171, TANN, UEC-100, URC-200; Rockwell Collins AN/GRC-171; Harris URC-119; ); push-to-talk handsets/headsets; minimum 15 channel digital recorder; integrated multi-channel speakers; handle minimum of 2 conference calls that can connect up to 10 callers each; 4 hour UPS; initial on site training for users and system administrators; a turn key solution. Provide warranty and maintenance options. Provide system installation as-built documentation. System should be scalable. The Government may entertain demonstrations/presentations at a later date. Based upon a scenario, provide an estimated cost, from site survey to government acceptance. Use the same scenario to determine the approximate number of installations you can support in a 12-month period. These estimates will be used by the government to develop a proposed schedule and budget and will not be the sole basis for an eventual award. Scenario: Using capabilities identified above, integrate 20 telephone lines and a combination of 5 UHF/VHF/LMR radios. Install 2 duplicate operator consoles. Request contractors interested and capable of performing this function submit the following information electronically: name and address of company, company point of contact, telephone number, fax number, e-mail address, business size, and disadvantaged, HUBZone, woman-owned, or 8(a) status. E-mail capability statements are preferred and encouraged. For purposes of the Request for Information (RFI), the Standard Industrial Classification (SIC) code is 7622, and the corresponding NAICS code is 811213. The capability package must be clear, concise, and complete, and submitted to the contracting officer noted below no later than 13 Jun 03. Limit the capability package to 20 pages. Your statement of capabilities must include, as a minimum, the following items: (1) contract references relevant to the requirement to include GSA contract number, agency supported, whether or not you were a prime or a subcontractor, period of performance, original contract value, final or current contract value, technical monitor and phone/fax number, e-mail address, POC with current phone/fax number, and a brief description of the effort; (2) company profile?number of employees, annual sales history, locations, security clearances, and DUNS number, etc. POINT OF CONTACT: AMC CONF/LGCFC (Ms. Tina Voss, Contract Specialist, (618) 256-9983, FAX (618) 256-3091, e-mail tina.voss@scott.af.mil, or Mr. Gary Steinkamp, Contracting Officer, (618) 256-9990, FAX (618) 256-3091, e-mail gary.steinkamp@scott.af.mil.
 
Record
SN00332828-W 20030529/030527213424 (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.