Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2011 FBO #3463
SOURCES SOUGHT

58 -- Motorola LMR Upgrade

Notice Date
5/17/2011
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F3SF561097HC02
 
Archive Date
6/11/2011
 
Point of Contact
Patrick Boyette,
 
E-Mail Address
Patrick.Boyette@us.af.mil
(Patrick.Boyette@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. THIS IS A SOURCES SOUGHT NOTICE FOR THE PURPOSE OF MARKET RESEARCH. THIS NOTICE IS NOT A REQUEST FOR QUOTE, REQUEST FOR PROPOSAL, OR INVITATION FOR BID. NO SOLICITATION IS AVAILABLE AT THIS TIME. ALL RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR THE FUTURE ACQUISITION. 2. MacDill AFB is seeking sources interested in a possible contract to provide an upgrade of the existing Motorola 10-Channel UHF trunking, land mobile radio (LMR) system. The system shall be designed to operate in UHF, 12.5 kHz-narrowband equipment that complies with National Telecommunications and Information Administration (NTIA) directives. The LMR System shall support P25 trunking standard features, 9600-baud control channel, Advanced Encryption Standard (AES) encryption, and equipped to support Over-the-Air Rekeying (OTAR) and Over-the-Air Programming (OTAP). The system shall be software based and readily accept software enhancements for technology updates. The existing Motorola LMR system shall be used to the greatest extent possible. Services should include project management, systems engineering services, system design, system staging, equipment programming, equipment installation and optimization, acceptance testing, training, and maintenance support for the system. The system will support all the features associated with APCO P25 trunking protocol with use of the 9600-bps control channel and AES encryption. The P25 wide area trunked 12.5 KHz digital narrowband radio system will utilize P25 digital narrowband 10-Channel trunked repeater site and IP based dispatch consoles. The system shall be capable of future expansion to include additional P25 digital narrowband trunked repeater sites and additional IP based consoles as needed. The proposed system capacity shall meet the minimum requirements listed below: Number of Individual IDs 128,000 Number of Talk or Voice group IDs 16,000 The system shall provide RF coverage for base support users operating mobile and portable radio units. MacDill AFB understands reuse of the existing site will determine coverage and a coverage test will not be required. It is the intent of MacDill AFB to continue use of existing Motorola portable radios and accessories. The current equipment to be upgraded is as follows: Model Qty. KVL-3000 Plus 11 XTL-5000 34 XTS5000 - I 426 XTS5000 - II 218 XTS5000 - III 20 As required, the radios will also offer audio interface capabilities to the existing external consoles or public address systems that are currently in use with some of the radios that are being replaced. In order to interoperate with these existing subscribers, the system's IV&D solution must leverage the SNDCP protocol for any OTAR and OTAP applications. MacDill AFB is located in a lightening prone area. The existing RF site may not sufficiently meet R-56 (a Motorola standard) nor the DoD equivalent standards for lightning protection. The Contractor shall upgrade, as needed, the existing site to meet Motorola R56 Standard rev2005, "Standards and Guidelines for Communications Sites" as it pertains to lightening protection. 3. All interested parties are invited to provide the following information about your company/institution, or any teaming or joint venture partners. Interested parties are requested to submit a statement of capability outlining past work relative to this requirement. The statement of capability shall include: a) Contractor Name • Address • Point of Contact (POC) • POC phone number(s) and email addresses • CAGE Code b) Description of Capability & Approach • Approach/Methods of upgrading existing Motorola LMR system • System Description c) Description of Relevant Contract Experience (Government and Commercial) • Contract number • Description of the requirement • Dollar Value • POC for the requiring activity • POC address, e-mail, phone number(s), fax number, and the company's web page, if applicable 4. Contractors capable of providing these services should submit a Statement of Capability containing the above referenced information via e-mail to the person(s) stated below in paragraph six (6). Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and future RFP. 5. Responses are due no later than 1200 EST, Friday, 27 May 2011, and shall be electronically submitted to Mr. Patrick Boyette - patrick.boyette@us.af.mil. 6. Questions relative to this market research should be sent electronically to Mr. Patrick Boyette - patrick.boyette@us.af.mil. NO PHONE INQUIRIES. All communications shall be in writing by referencing "LMR Sources Sought". 7. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE U.S. AIR FORCE, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPERLY IDENTIFIED INFORMATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F3SF561097HC02/listing.html)
 
Place of Performance
Address: MacDill AFB, MacDill AFB, Florida, 32621, United States
Zip Code: 32621
 
Record
SN02449897-W 20110519/110517234618-b25003746c107ec636ac5f88efda00fd (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.