Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2007 FBO #2040
SOLICITATION NOTICE

D -- Cellular Communications-Mobile Virtual Network Operator

Notice Date
6/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
517212 — Cellular and Other Wireless Telecommunications
 
Contracting Office
USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, LA 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-07-R-0005
 
Response Due
7/27/2007
 
Archive Date
9/25/2007
 
Small Business Set-Aside
N/A
 
Description
The Louisiana Army National Guard (LAARNG) has a requirement to contract for cellular communications support capable of not only day-to-day, steady-state operations, but also in support of emergency response operations. The intent is to use cellular services as a component of the emergency communications strategy for communicating and passing data to and from emergency response areas. As a matter of redundancy and capacity plannin g, in conjunction with the National Guard Bureau, LAARNG is planning on using deployable CDMA cellular systems as part of our overall communications plan. As such, our new cellular service and devices must be compatible with these deployable systems, and integrated to the extent that the day-to-day services and devices can be used at an incident site either with the existing service provider and/or with the deployable systems. This is a Request for Proposal. The requirement stipulates that the Contractor s hall have 1) prior experience in supplying services/systems to GOVERNMENT entities. 2) The vendor shall have proven experience implementing off-the-shelf deployable cellular communications packages. 3) The vendor shall have experience integrating different communications technologies, including CDMA & EVDO cellular services, satellite, VOIP, LMR Gateways, WiFI and WiMAX. 4) The vendor shall deploy services via Internet & provide interoperability to tactical communications. 5) The vendor shall provide no-les s-than three bars of in-building signal strength to each of our major installations (campuses) and armories located throughout the state of Louisiana. Our major installations are: Jackson Barracks, New Orleans, LA; Gillis W. Long Center, Carville, LA; Cam p Beauregard, LA, Pineville, Camp Minden, Doyline, LA, Camp Villerie, Slidell, LA and our JOC-FWD collocated at GOHSEP Headquarters, Baton Rouge, LA . Complete armory information is available upon request. 6) The vendor shall provide priority service, wi thout having to dial any additional priority codes, throughout the entire aggregated vendor systems included in the offering, especially during times of emergencies and peak usage 24/7. 7) The vendor shall provide a contract of 12 month periods at a time ( award may be multi-year- NTE five year contract), based upon the federal government fiscal cycle of October through September. 8) The vendor shall provide one contract for all devices in the LAARNG, J6/CIO Departments inventory. 9)The vendor may negotia te agreements with other vendors included as part of a Mobile Virtual Network Operator (MVNO) offering to allow and enable interoperability with current (Qualcomm) and future National Guard deployable cellular systems. 10) The vendor shall provide agreeme nts in place or with other vendors included for this offering that allows the LAARNG to integrate/utilize its mobile cellular (Qualcomm) tower, with their systems, anywhere in the state, at any time, and without any additional fees. This capability would allow the LAARNG to role the mobile cell system into any incident site, at any time, to provide additional cellular phones and capacity to LAARNG soldiers operating in the incident site vicinity. This agreement would allow the calls seamless service throu gh the vendors systems, if operable, or bypass them if they are inoperable. 11) The vendor shall provide nationwide long distance. 12) The vendor shall provide multiple area codes within the main account. 13)The vendor shall replace the current costly, month-to-month wireless telephone services and establish one-bill delivery. 14) The vendor shall provide one pricing model that includes various levels of service and minute plans, for all devices included. 15) The vendor shall provide service capacity on each of our major installations that can account for an additional 100-200 devices operating at our major installations during emergencies and times of peak usage. 16) The vendor shall provide 18 month maximum technical upgrad e (life cycle) free of charge or no-cost to the government as part of this contract 17) The vendor shall provide or make the transfer of minutes across all devices transparent in order for overages to be offset by those who underutilize their devices. 18) The vendor shall provide unlimited services as part of technology advancements and best possible and least expensive program support (i.e. family plan, no cost between family members, after business hour free communications and weekend free services whenever possible), pooled minutes more-to-less usage among different users. 19) The vendor shall provide immediate services for inoperable or replacement devices. 20) The vendor shall provide 24 hours replacement capability to include local store pick-up capability for immediate response to emergency replacement and technical support with minimum of two service centers. 21) The vendor shall allow adding and removing phones, as needed, international capabilities/service on any device, at any time within the contract period, at a standard pre-negotiated rate, but with no penalty fees. 22) The vendor shall allow CUSTOMER to add or subtract users at any point within the contract period, and without penalties. 23) The vendor shall provide one main account with the option to sub-divide devices into sub-accounts as needed. 24) The vendor shall bill once a month with all proper details for any sub accounts and provide a web-based billing enabling secure access to assigned and authorized personnel including so rt options by unit down to major command (MACOM) & different directorates. 25) The vendor shall provide billing representative and local team personnel dedicated and conversant/familiar with this contract to provide high quality response and service. 26) The vendor shall provide a monthly invoice available in both paper and electronic format at no additional charge. 27) The vendor shall provide as a separate cost estimate to replace all current GSM devices. 28) The vendor shall provide and cost out a b aseline to include 175 blackberries with phone and push to talk services if available and 115 cellular phones with push to talk if available. Additionally, price a total of as many as 550 blackberries. 29) The vendor shall cost out incremental or immed iate transition to all blackberry capability. 30) The vendor shall assign current telephone numbers to all new devices at no additional charge. 31) The vendor, whenever possible, shall assist in transferring existing data to new devices. 32) Also, vendo r should also integrate legacy commercial wireless technologies/systems providing for a very robust solution. 33) Additionally the approach should include interoperable solutions for local, city and state LMR systems, broadband data capability, push to tal k over cellular (POC), force tracking (GPS), and the ability to pass both still and full motion images. The Vendors responsibilities include all aspects of hardware installation, configuration, testing, and maintenance as required. Proprietary and for Of ficial-Use-Only protection of all related data Vendor Defined for LANG, individual users, units and locations. The contract will not require any formal level of classification for devices provided, other than the secured capabilities requested for priorit y and the available security procedures and software for devices protection from viruses and intrusion. The LAARNG requires under this RFP a proof of principal of the vendor(s) selected within the competitive range to assure compliance with LAARNG requirements and needed services prior to a contract award. This may require interaction with governmental, c ivilian, and military employees and other hardware and software/system support contractors. Elements for evaluation on proof of concept for selected vendors are: 1) Department of Defense past performance (National Guard preferred) 2) Minimum three bar ca pability in all armory location (samples selected; arm ory sites-data to be made available on need-to-know basis). 3) Priority dialing for emergency responder capability. 4) Billing capability via web-based supported (demo). 4) Local support capability for emergency replacement and technical support. 5) Techni cal support capability with dedicated and responsive (24 hr) service. The government shall provide: 1) General Information on locations and support sites. 2) Availability and access to different sites to conduct testing and proof of principal A firm-fixed price, contract is anticipated for a base period of one year and four one-year options. Award will be made on or about 1 Oct 2007. This acquisition is unrestricted. The North American Industry Classification System (NAICS) code for this requi rement is 517212 and the Small Business Standard Size is 1,500 employees. Selection will be based on best value to the government. Evaluation factors include technical capability, past performance and price, with technical and past performance significantl y more important than price. Failure to address each requirement in the RFP may result in the offer being eliminated from consideration for award. Please submit all questions via e-mail to COL Patti Woods at patti.woods@us.army.mil. Proposals shall be sub mitted not later than 27 July 2007, 11:00 am CST to USPFO-J8-P, COL Patti Woods, 495 3rd Street, Camp Beauregard, Pineville, LA 71360.
 
Place of Performance
Address: USPFO for Louisiana 495 3rd Street, Camp Beauregard Pineville LA
Zip Code: 71360
Country: US
 
Record
SN01328119-W 20070628/070626221128 (fbodaily.com)
 
Source
FedBizOpps 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.