Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2007 FBO #2161
SOURCES SOUGHT

58 -- Land Mobile Radio (LMR) Follow-Up Market Research

Notice Date
10/25/2007
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T08RH202
 
Response Due
11/9/2007
 
Archive Date
1/8/2008
 
Point of Contact
kyle.mckinney1, 732-532-1257
 
E-Mail Address
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(kyle.mckinney1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Land Mobile Radio (LMR) This is an additional/follow-up Market Survey seeking sources which have the capability to provide the following: National Telecommunications Information Administration (NTIA) Narrowband, Association of Public-Safety Communications Officials (APCO) Projec t 25 (P25) compliant and secure Trunked Land Mobile Radio (LMR) Systems. The U. S. Army Communications- Electronic Life Cycle Management Command (C-E LCMC) and the Project Manager Defense Communications and Transmission Systems (PM, DCATS) Land Mobile Radio Office requests information from companies regarding their capability t o provide secure Narrowband P25 Trunked LMR Systems. A secure system means a system that can be accredited under the DoD Information Assurance Certification and Accreditation Process (DIACAP). Vendors can find information about DIACAP at http://iase.di sa.mil/policy-guidance. Companies that do not offer P25 secure Trunked LMR Systems but do offer APCO P25 Subscribers should consider teaming arrangements. System Integrators should be prepared to demonstrate a partnership with an APCO P25 Trunked LMR System Manufacturer or Manuf acturers. Specific services required include: The Engineering, Furnishing, Installing, and Testing (EFI&T) of systems, including Subscriber Unit Equipment (Portable, Mobile, and Desktop Units), site preparation, security implementation, training, life cycle support of the fielded systems, and Technical Assistance, to include engineering studies for system designs, system upgrades, trunking migration plans, narrowband migration plans, technical assistance to prepare frequency request documentation, microwave path stu dies, etc. This effort is for planning purposes only and may be consolidated into a larger acquisition effort. The Government may competitively solicit this effort which may result in a multiple award, Indefinite Delivery Indefinite Quantity (IDIQ) commercial contra ct under FAR Part 12. This Market Research will be utilized to help determine the Governments acquisition approach. Formal written response shall be submitted via e-mail to Kimberly Pearson at Kimberly.pearson1@us.army.mil. Formal written response from interested vendors is requested by 12:00, Noon EST, 9 November 2007 and shall include the following information: 1. Company Name 2. Address 3. Web Address 4. Point of Contact Name 5. Phone 6. E-mail Address 7. Type of Business (Large/Small) 8. Manufacturer, Integrator or Consulting Firm 9. Company Country of Origin Interested parties will receive a questionnaire and Sample Customer Requirements Statement (CRS) for review. A CRS is the requirements document used to define post contract award task order efforts. The sample CRS will depict typical requirements for the implementation of a basic Installation/Garrison Wide LMR system. The Government expects to receive technical questions/comments in response to the Sample CRS. Your input will be utilized to shape and formulate the Governments acquisition approach. (Th e Government is NOT requesting a proposed solution to the sample CRS. DO NOT BID THE CRS.) Briefings to discuss response to questionnaires and questions/comments to the Sample CRS will be scheduled from November 2007 through February 2008 and respondents will be contacted with a scheduled appointment. The intent of these briefings is not for i nterested parties to provide a capabilities briefing, but rather, for all parties to have candid discussions regarding Government requirements. Specific briefings dates will be announced on or about 14 November 2007. Additional/follow up market analysis meetings and discussions are anticipated. Interested companies are welcome to contact the PM DCATS, APM LMR, point of contact, Kimberly Pearson, (732) 532-0421, if there are any questions.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01441088-W 20071027/071025224859 (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.