SOURCES SOUGHT
J -- This is a Market survey for companies interested and capable to provide Maintenance and repair of Motorola Land Mobile Radio equipment. Please respond to percy.morgan@us.army.mil or betina.emmerichgruening1@eur.army.mil.
- Notice Date
- 10/10/2008
- Notice Type
- Sources Sought
- NAICS
- 443112
— Radio, Television, and Other Electronics Stores
- Contracting Office
- Department of the Army, ACA, US Army Contracting Command Europe, ACA, Wiesbaden Contracting Center, ACA, Wiesbaden Contracting Center, ATTN: AEUCC-C, CMR 410, Box 741, APO, AE 09096-0741
- ZIP Code
- 09096-0741
- Solicitation Number
- W912CM-09-M-0001
- Response Due
- 10/27/2008
- Archive Date
- 12/26/2008
- Point of Contact
- Yanina Seeger, 011-49-816-2204<br />
- Small Business Set-Aside
- N/A
- Description
- The government is performning a market survey, and seeking sources which have the capability to provide Land Mobile Radio equipment maintenance and repair services for Headquarters, United States Army, Office of the Provost Marshal, US Army Europe (USAREUR). The scope of the work will providing secure, and unsecure trunked and un-trunked LMR systems, which extend to various U.S. Forces military installations dispersed throughout the U.S. European Command (EUCOM). The U. S. Army, Headquarters, United States Army, Europe, Office of the Provost Marshal requests information from companies regarding their capability to provide encrypted narrowband trunked and un-trunked LMR communications. A secure system means a system that come equipped with DES-XL, DES-OFB or AES encryption modules. Vendors may not use any other type of encryption, which has not been approved by the National Security Agency. Companies should be prepared to demonstrate a partnership with a trunked LMR system manufacturer, or Manufacturers. Specific services include, but are not limited to: a. Providing all labor, material, equipment, transportation, and supervision necessary to perform preventive maintenance, corrective maintenance and emergency recall and restoration of communication circuits. b. Maintain and repair all LMR associated equipment in accordance with manufacturers recommendation. c. Furnish those items required to accomplish the services in the contract; maintain adequate replacement parts, materials, test equipment, and technical data to ensure compliance with the terms of the contract. Maintain a bench stock, as recommended by the original equipment manufacturer, sufficient to meet restorable times. d. Ensure technicians are available at designated service shops (on U.S. Forces military installations) eight-hours per day, Monday thru Friday, excluding American federal holidays. Also ensure a technician is available on a 24/7 basis for all service requirements. e. Ensure that technicians possess, or will obtain specialized training on servicing LMR equipment prior to the execution of a contract. Also, provide the Contracting Officer a Certificate of Competency for completion of specialized training in the following areas (Voice Privacy equipment DES, control consoles base stations and trunking systems). f. Resposible for maintaining sufficient calibrated test/support equipment, commensurate with the technology level of the equipment being maintained. g. Ensure all personnel are capable of reading, writing, speaking and understanding English to the extent required to perform the required duties under the Government contract. h. Ensure that all technicians have undergone a background investigation and possess either a U.S. Secret security clearance. i. Provide the Government technical assistance for LMR site preparation, engineering studies for system designs, upgrades, fielding of communication antennas and trunking migration plans. Also, provide technical assistance to prepare frequency request documentation. j. Possess an adequate number of technicians to provide LMR throughout U.S. EUCOM to repair/service more than 1500 assorted portable and mobile radios; base stations, repeaters, consoles, single and multi-chargers. This market research is for planning purposes only and may be consolidated into a larger acquisition/support effort. This Market Research will also be utilized to help determine the Governments acquisition approach. Offerors are to provide a brief capability statement that include current and past contracts with demonstrated capability for verification purposed only. Offerors may also include technical drawings, a brief summary of Performance Work Statements, or other technical literature to demonstrate capabilities. We request interested vendors to respond with a formal written response, not later than: 15 October 2008. The written response should include the following information: The company name, mailing address, web address, name of a point of contact, telephone number, e-mail address, the type of business and size of business, i.e., (small/medium/large). A formal written response should be submitted via e-mail to percy.morgan@us.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ae7e237921b7320f17c9d4f522acce2b&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Wiesbaden Contracting Center ATTN: AEUCC-C, CMR 410, Box 741 APO AE<br />
- Zip Code: 09096-0741<br />
- Zip Code: 09096-0741<br />
- Record
- SN01691318-W 20081012/081010215417-ae7e237921b7320f17c9d4f522acce2b (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 |