Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

58 -- 58--Market Survey for Services & Equipment in support of command control and communications (c3) system

Notice Date
12/19/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
MARKET-SURVEY-4363-1
 
Response Due
12/29/2008
 
Archive Date
2/27/2009
 
Point of Contact
Robin Turner, 732-532-2109<br />
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT MARKET SURVEY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. Any information submitted by respondents to this synopsis is strictly voluntary. This market survey does not constitute a Request for Proposals (RFP) or a request for sealed bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay respondents for any information that they submit in response to this Sources Sought request. The United States Army CECOM LCMC is conducting this sources sought market survey to determine price and availability from potential sources capable of fulfilling a Foreign Military Sales (FMS) requirement as follows. This scope of work is to provide communications services for its command control and (C3) system this includes switch packages of different capacities which satisfied with military specification. Vendor shall provide required technical support to integrate the following switch packages with the existing communications network. Package A Quantity (14), Capacity Switch with (500 lines) -R2 and NO.7 PCM Trunk 2Mb-s -100 digital extension lines -400 analogue telephone sets -20 DID lines -16 x 4 wire tie lines -500 pieces of analogue telephone sets -Main distribution frame (MDF) for all lines -Voice and data guide function -ARS-Automatic rouge selection -Telephone directory for 60,000 recording -A4760i system management application -Remote maintenance modem -Rectifier and battery for 24 hour back up -Installation documents -200m power cables -Essential spare part at value of 5 percent -Remote Technical Support (RTS) -Operating at temperature of minus 30C to plus 70C Package B - Quantity (50), Capacity Switch with (200 lines) -R2 and NO.7 PCM Trunk 2Mb-s -40 digital extension lines -160 analogue telephone sets -15 DID lines -14 by 4 wire tie lines -200 pieces of analogue telephone sets -Main distribution frame (MDF) for all lines -Voice and data guide function -ARS-Automatic rouge selection -Telephone directory for 60,000 recording -A4760i system management application -Remote maintenance modem -Rectifier and battery for 24 hour back up -Installation documents -200m power cables -Essential spare part at value of 5 percent -Remote Technical Support (RTS) -Operating at temperature of minus 30C to plus 70C Package C - Quantity (230), Capacity Switch with (50 lines) -R2 and NO.7 PCM Trunk 2Mb-s -10 digital extension lines -40 analogue telephone sets -5 DID lines -5 x 4 wire tie lines -50 pieces of analogue telephone sets -Main distribution frame (MDF) for all lines -Voice and data guide function -ARS-Automatic rouge selection -Telephone directory for 60,000 recording -A4760i system management application -Remote maintenance modem -Rectifier and battery for 24 hour back up -Installation documents -200m power cables -Essential spare part at value of 5 percent -Remote Technical Support (RTS) -Operating at temperature of minus 30C to plus 70C Spare parts and Accessories Contractor Furnished Spare Parts (CFSP) for 3rd level maintenance is required as well as installation accessories. The value of these spares should not exceed 5% of the equipment costs. The parts list is to be based on the vendors recommendation for the type of quality of equipment purchased. In addition, the vendor shall provide the required testing toos and equipment necessary to conduct maintenance processes. Warranty Contractor shall provide 2 years of warranty (from the date of delivery to the site) Operator Training Vendor will be required to train 12 Officers (factory training) for an 80 hour period of installation, Operation, and management of each package. Maintenance Training Maintenance training (factory training) for four technicians for a period an 160 hour period. The desired end state of this training is a creation of the maintainer to be fully capable of maintenance on each package at the 1st and 2nd level. They are also desired to be capable of training an additional maintainer. All classroom material (slides and handouts) shall be translated into the desired native language. The vendor will be required to provide a translator during training. Each shall be provided a manual based on their native language. Shipment/Delivery Shipment of equipment to country shall not exceed 120 days of contract award. Vendor shall provide a delivery limited time schedule before the delivery. Contract code number on all containers is required as well. Operations and maintenance Also provide ROM (Rough Order of Magnitude) pricing for monthly maintenance according to the equipment manufacturers specifications. This ROM should be based on a monthly maintenance fee per site regardless of location. This equipment is being used extensively by countries with forces that are deploying to drug interdiction programs and the Global War on Terror. Respond to Randy Stampone by COB 29 Dec 08 at Randy.Stampone@us.army.mil. EMAIL: Randy.Stampone@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9ac44c42b25aeb1c0854d26d020b067d&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
Zip Code: 07703-5008<br />
 
Record
SN01722460-W 20081221/081219220200-9ac44c42b25aeb1c0854d26d020b067d (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.