SOURCES SOUGHT
58 -- TRANSPORTABLE LAND MOBILE RADIO (TLMR) SYSTEM
- Notice Date
- 8/14/2008
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston_MKTSVY_63C7E
- Response Due
- 8/28/2008
- Archive Date
- 9/12/2008
- Point of Contact
- Point of Contact - Calvin L Howard, Contract Specialist, 843-218-5941<br />
- Small Business Set-Aside
- N/A
- Description
- The Space and Naval Warfare SystemsCenter (SPAWARSYSCEN), Charleston, Expeditionary C4I Systems Branch, Code 5.3.1.6 is soliciting information regarding industry capability to provide the following: a. The primary objective of this effort is to field and make operational a Transportable Land Mobile Radio (TLMR) System that complies with the US Marine Corps (USMC), TLMR System Performance Specification (SPS). The contractor shall provide a turnkey system to include all labor, materials, shipping, personnel transportation (within CONUS), facilities, test equipment, vehicles, fuel, documentation, and software required. The Government will provide all life support services required for OCONUS locations, including personnel transportation, security, billeting, food, and medical services. The Government will also provide all military air transport and material handling between the CONUS delivery point and OCONUS installation sites as well as OCONUS training facilities. b. The contractor shall provide engineering, installation preparation, installation, configuration/optimization, system certification support, verification, documentation, training, program management, and sustainment required to implement and provide life cycle support for a transportable, digital, trunked, encryption-capable, narrowband, non- tactical, Land-Mobile Radio (LMR) system for essential mission support communications at one or more OCONUS locations. c. The TLMR will be compliant with the P25 suite of standards approved by the Association of Public Safety Communications Officials (APCO). It will also be compliant with the applicable Department of Defense Information Assurance, Joint Interoperability, and Spectrum Certification requirements. The system will support narrowband trunked and conventional operations in both clear and encrypted voice modes as well as potential mobile data services, and provide coverage both on and off each related service area. The applicable NAICS code is 334220 with a size standard of 750 Employees. Each potential source is requested to provide a description of work performed in the last three years, including specific demonstrated expertise. Only provide information on demonstrated performance with examples of reports or other documents. Do not include documentation for any company other than your own. This is an analysis of your companys ability to perform based on previous experience. This notice is for planning purposes only. It is anticipated that a formal solicitation will be issued in the near future, after market research has been conducted. The period of performance shall include a one year base period with four (4) one-year option periods. Firms are invited to submit appropriate documentation (e.g., literature, brochures, and references) showing that they possess the required capabilities necessary to meet or exceed the stated requirements. Responses are not to exceed seven pages. Responses must include the following: (1) name and address of firm; (2) size of business, including average annual revenue for past three years and number of employees; (3) ownership: Large, Small, Small Disadvantaged, 8(a), Woman-Owned, HubZone, Veteran-Owned, and/or Service-Disabled Veteran-Owned; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number; (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a list of customers covering the past five years; highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer point of contact with phone number. Responses shall be submitted via email to SPAWARSYSCEN Charleston, Calvin Howard, Contract Specialist at calvin.howard@navy.mil. Request that name of firm be stated in the subject line of the email message. Notice Regarding Market Survey: This market survey is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a SB set- aside or 8(a) set-aside based on responses to this market survey. This market survey closes fourteen days after issuance.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a3ef1326a24a0a9e3c4300345e240fea&tab=core&_cview=1)
- Record
- SN01640153-W 20080816/080814222107-a3ef1326a24a0a9e3c4300345e240fea (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 |