Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2008 FBO #2357
SOLICITATION NOTICE

99 -- Multiple Carrier Wireless/cell phone In-Building Connectivity System, Post Implementation Support, and Maintencne Support

Notice Date
5/8/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Mike Monroney Aeronautical CTR, FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
00000
 
Solicitation Number
6668
 
Response Due
6/8/2008
 
Point of Contact
Diana Pickel, (405) 954-8381
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), Oklahoma City, Oklahoma, has a requirement to purchase a multiple carrier wireless/cell phone in-building connectivity system, post implementation support and maintenance support. MMAC is a campus environment and is comprised of over fifty buildings plus tunnels connecting certain major buildings. The wireless/cell phone in-building connectivity requirement will start with the fifteen most heavily occupied buildings (see spreadsheet), the Security Command center and the tunnel area. Options for adding buildings should be included. This requirement is to provide all personnel with cell phone connectivity within buildings, in basements and tunnel areas. This requirement should also take into account the radar signals at MMAC and should in no way interfere with those signals. Various organizations have purchased and installed Wilson amplifiers, duplexers, and antennas. However, the current equipment covers only specific areas of those buildings where it is installed. The purpose for this request for information is to have connectivity throughout all buildings including the tunnel area. If the MMAC telephone switch were to incur loss of function, the cell phone in-building connectivity would allow for communication to continue. Also, when all personnel are sent to the basements and tunnel areas during times of impending weather, this connectivity would assure continued communication and could be utilized, if required, as part of disaster recovery communication. Drawings are currently available for the top fifteen buildings, however due to security risks, these drawings will be available on an as needed basis and will require a non-disclosure agreement. The drawings will be signed out to the requesting party and will be returned to the FAA after use. The drawings are in electronic format and require AutoCad software for viewing. The principle North American Industry Classification System (NAICS) code for this effort is 517210; Wireless Telecommunications Carriers, with a small business size standard of 1,500 employees. Responses to this market survey will be used to develop the source list for this requirement and to determine if there is adequate competition to set the requirement aside for Small Businesses, Service Disabled Veteran Owned Small Business, or the 8(a) program in lieu of opening the acquisition up for full and open competition. Interested vendors should respond with the following:1.Documentation that clearly demonstrates that the interested vendor is capable of fulfilling the requirement as evidenced by answering the questions that follow. (The format of the documentation is at the discretion of the vendor)a.Can the vendor provide signal for wireless telecommunications (cell phones, pagers, Blackberry, etc) to building, including basement and tunnel areas. If yes, please provide proof.b.The FAA has a national wireless program and provides various carrier devices. Can vendor's equipment provide non-carrier specific service? c.Explain how the vendor provides service in b.d.What equipment is required?e.Does the vendor install the equipment?f.Does the vendor maintain equipment after installation?g.Is there a instructional class that the FAA technicians can attend for certification to maintain the equipment?h.Is the equipment currently installed in another government facility? If so, include location and point of contact.i.When is the vendor available to begin installation and how much time is required for completion?j.The equipment would be located in our telecommunications' closets. Is the equipment wall mounted, rack mounted, etc?k.All buildings have shielding (older buildings have wire mesh, new buildings have metal faces). Will vendor's equipment/signal work with shielded buildings?l.Give an explanation of your company, equipment and services, not to exceed 20 pages. 2.Complete and return the attached Business Declaration Form. The form is provided as a separate document under this announcement. The FAA reserves the right to review and verify each offeror's program eligibility. The survey is not to be construed as a screening information request (SIR), nor request for offer (RFO). As such, the FAA will not accept unsolicited proposals and will not pay for any information received or costs incurred in preparing responses to this market survey. Any proprietary information should be so marked. Responders to this announcement may be asked to provide additional details/information based on their initial response. The final determination by the FAA not to open this requirement to competition, based on any information provided, is solely within the discretion of the FAA. All responses should clearly be labeled WIRELESS. Vendors must respond by 4:30 p.m. (CST), June 2, 2008. Responses should be submitted electronically in either a portable document format (ie. *.pdf file) or Microsoft Word to: Diana.Pickel@faa.gov. FAA will not respond telephonic inquiries. Note: Any contract awarded resulting from this survey will contain the AMS Clause 3.3.1-33 Central Contractor Registration (April 2006). Award cannot be made to a vendor that has not accomplished this registration. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=89f3e730fc32e947904a23de278e5a4f&tab=core&_cview=1)
 
Record
SN01569115-W 20080510/080508215934-405db481ef0c810d463bae38d3a66c10 (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.