Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SOURCES SOUGHT

99 -- Modern Land Mobile Radio (LMR) Communications System

Notice Date
11/22/2011
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M-TORP-0256
 
Response Due
12/1/2011
 
Archive Date
1/30/2012
 
Point of Contact
Letoria Mayberry, 256-955-5889
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(letoria.mayberry@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT and is issued for INFORMATION AND PLANNING PURPOSES ONLY. This is not a SOLICITATION. This is NOT a request for proposal and is not to be construed as a commitment by the Government to evaluate or purchase any goods or services. The Government will not reimburse for information requested nor will it compensate any respondent for any cost incurred in developing information or materials furnished in response to this sources sought notice. Information received as a result of this notice will become part of our market research and used to determine interest and capability of potential sources. Proprietary information will be protected to the greatest extent provided by law. THIS NOTICE FOR PARTICIPATION FROM THIS NOTICE DOES NOT CONSTITUTE A COMMITMENT BY THE GOVERNMENT. DESCRIPTION: The U.S. Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT) is seeking potential sources with the capabilities to satisfy a requirement for host nation law enforcement entities operating in Ciudad Juarez, Mexico with a modern land mobile radio (LMR) communications system providing a variety of capabilities that will also permit the future integration of additional capabilities and external systems. Principle capabilities being sought are as follows: * secure digital communications * integration with the legacy Ciudad Juarez emergency call center * and interoperability among Mexican federal, state, and local law enforcement organizations using legacy LMR assets, to include law enforcement counterparts in El Paso, Texas. The Government is seeking information on contractors with the capabilities, capacity and interest in supporting the design, procurement, installation, and testing of the objective LMR system The contractor, independently and not as an agent of the Government, will be required to provide all goods and services at OCONUS locations and must plan accordingly, to include but not limited to insurance, security, licenses, warranties, shipping and logistics. The contractor, independently and not as an agent of the Government, shall provide all necessary materials, labor, equipment and facilities, except as specified to be furnished by the Government, and shall do all that is necessary or incident to perform the requirements of this Scope of Work. The specific items/parts that this SOW requires are included in the attachment. All requirements for new equipment are presented as Brand Name (see FAR 6.302-1). CONSTRAINTS Several constraints have been imposed on the objective LMR system that may bound the Contractor's solution space. The principle constraints are: 1) The Government of Mexico (GoM) legacy LMR systems extensively employ Motorola products. Therefore, the Contractor's solution must be based on the implementation of Motorola products. 2) The GoM has identified specific locations and frequencies where the LMR infrastructure (e.g., base stations, repeaters, etc.) are to be installed and operated. 3) Government Furnished Equipment (GFE) provided by the GoM shall be accepted on an 'as-is' basis. This GFE includes the aforementioned legacy infrastructure. 4) A specific Bill of Materials (BoM) has been generated and forms a part of this task order. See Appendix B to the draft SOW. The US Government (USG) recognizes that these constraints may prevent the Contractor from proposing an "optimal" system design. However, the Contractor shall leverage best industry practices, due diligence, and professional expertise to work within these constraints and propose a system design that satisfies the requirements specified. The Contractor may propose alternative solutions (e.g., alternative parts) outside these constraints. CAPABILITY: To maximize fair opportunity, all firms interested in performing this requirement may reply to this Sources Sought and shall provide the following: (1) Capability Statement (limited to 5 pages in length, singled-spaced, 12 point font minimum) to include: (a) company name, address, primary point of contact and phone number, company DUNS number and CAGE/NCAGE code; (b) positive assertion indicating registration in the Department of Defense, Central Contractor Registration CCR) database (http://www.ccr.gov); (c) demonstrate the ability to perform the requirement. This statement should specifically describe your firm's ability to provide adequate resources to perform the task. (2) Relevant Experience (limited to 2 pages) in projects of similar size, scope and complexity, citing dollar value within the last three years, including contract number, indication of whether a prime contractor or subcontractor, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced is relevant to the scope of work. (3) Contractor's expertise in exporting supplies to OCONUS (limited to 2 pages). (4) NAICS code identified is 334220. The contractor shall advise their business size status in their response. The synopsis, amendments and other information related to this sources sought as well as any subsequent procurement notifications will be posted on FedBizOpps. All information related to this procurement will be available on this website through the date of any award. All interested parties capable of providing these services are encouraged to respond to this SOURCES SOUGHT announcement via email by submitting their responses to Letoria Mayberry at letoria.mayberry@us.army.mil by 30 November 2011, 1300 Central Standard Time (CST). Please send your response in PDF or MS Word format. Proprietary processes or data must be clearly marked and documented as such. Submittals furnished will not be returned to sender. NO FAXES, MAIL OR PHONE CALLS WILL BE ACCEPTED The decision to solicit for a contract shall be solely the Government's discretion. Respondents will not be notified of the results of any government assessments. The information received will be utilized to assist in formulating the strategy for competitive procurements. Sources Sought Notice to Industry.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-TORP-0256/listing.html)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
 
Record
SN02627941-W 20111124/111122235146-7458a269b8c5c550a98e057755164ba6 (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.