Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2007 FBO #2132
SOLICITATION NOTICE

D -- Pre-Solicitation Notice, Motorola Repair

Notice Date
9/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACA, Fort Sam Houston , Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W45B9H7255TT34
 
Response Due
9/27/2007
 
Archive Date
11/26/2007
 
Point of Contact
Clifton Wells, 210-221-3250
 
Small Business Set-Aside
N/A
 
Description
The Southern Region Contracting Center - West (SRCC-W), Fort Sam Houston, TX 78234 is issuing this pre-solicitation synopsis on behalf of their customer, the United States Army, IMCOM, Fort Sam Houston TX 78234. SRCC-W anticipates award to Motorola, Inc on a sole source basis. The Contractor shall provide all personnel, equipment, transportation, tools, materials, supervision, and other items and services necessary to perform maintenance and repair of Government owned Motorola trunked Land Mobile Radios (LMR) and LMR Systems at the 400 MHz range for Fort Sam Houston, TX in accordance with manufacturer specifications, to include original equipment manufactured parts and labor. The Contractor coverage shall be 24-hours per day, 7 days per week, 365 days a year. The Contractor shall respond within 4 (four) hours after notification by Fort Sam Houston representative in the event of major system failure. (Major system failure defined as 33% system down, 33% site channels down, or activation of site environment alarm .) The Contractor shall respond with 8 hours after notification by Fort Sam Houston representative in the event of minor system failure. (Minor system failure defined as significant system impairment or intermittent problems). Contractor shall respond on n on-emergency issues within 24 hours. (non-emergency issues defined as parts questions, upgrades-intermittent problems, or system problems presently being monitored). The Contractor shall provide an annual operational test and alignment on the multi-site Fort Sam Houston TLMR system or fixed network equipment to ensure the equipment meets original manufacturers 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 Manual. Preventive mai ntenance activities shall be documented and available for review upon request. This is a maintenance service to ensure the communications system is operation efficiently and functioning at the original manufacturers specifications. The Government envisions a firm fixed price contract contract with a basic year and one option year. The contract will include line items priced on a firm fixed price. All interested sources are requested to provide capabilities and information about exi sting/developed expertise and experience. Each Capabilities Statement shall note the companys full name, address, CAGE Code, and size/socioeconomic status (large or small, 8(a), SDB, and whether it is in a HUBZone). The North American Industry Classific ation Systems (NAICS) code is 334220. Include any relevant contracts (commercial or government), contract numbers, dollar value, dates of performance, number and type of personnel involved, and the government program managers contact information. The Ca pabilities Statement for this sources sought synopsis are not expected to be proposals, but rather they are expected to be short statements regarding the companys ability to demonstrate existing/developed expertise and experience in relation to the areas above. The Capabilities Statements are limited to five (5) pages with no prescribed format. Any commercial brochures or currently existing marketing material may be submitted with the Capabilities Statement. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Air Force in tailoring requirements consistent with industry capabilities. The Capability Statements are due by 4pm CST on 27 Sep 07 and should be submitted to the follow ing email address: Clifton.wells@us.army.mil All Federal Contractors must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) database. The contracting Point of Contact is Charles Fortune, SRCC-W, 2107 17th Street, Bldg, 4197, Suite 15, Fort Sam Houston, TX 78234, charles.fortune@us.army.mil.
 
Place of Performance
Address: DOIM, Acquisition Division Bldg 4190 Fort Sam Houston TX
Zip Code: 78234-5015
Country: US
 
Record
SN01421717-W 20070928/070926224202 (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.