Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2015 FBO #4949
MODIFICATION

99 -- RFI - Army CONUS Enterprise Land Mobile Radio Solution

Notice Date
6/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J15LMR01
 
Response Due
6/30/2015
 
Archive Date
8/9/2015
 
Point of Contact
Kristine Pennock, 3097822293
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(kristine.s.pennock.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DECRIPTION: PROGRAM EXECUTIVE OFFICE (PEO) ENTERPRISE INFORMATION SYSTEMS (EIS)/ PROGRAM MANAGER (PM) DEFENSE COMMUNICATIONS AND ARMY TRANMISSION SYSTEMS (DCATS), PRODUCT DIRECTOR (PD) LAND MOBILE RADIO (LMR) REQUEST FOR INFORMATION (RFI): This RFI is issued pursuant to FAR 15.201(e). Participation in this RFI is voluntary. Participation in this RFI is not required in order to respond to any subseqeunt procurement action ACC RI may take. (A)INTRODUCTION: PD LMR fields solutions that provide for and support National Telecommunications Information Administration (NTIA) narrowband, Association of Public-Safety Communications Officials (APCO) Project 25 (P25) Phase I compliant and secured Trunked Land Mobile Radio Systems. Current Installation LMR systems have been in use for many years and do not meet current P25 and/or NTIA narrowband standards. Phase II of APCO standards is on the verge of being approved and released. LMR technology has also advanced to a stage where the Army can begin to implement a more cost effective solution. In recognition of this advance in technology as well as the need to meet NTIA narrowband requirements PD LMR is developing a requirement for a Regionalized LMR concept for the Continental United Statues (CONUS) which will be APCO P25 Phase I and Phase II compliant and secure, trunked LMR systems. (B)BACKGROUND: The PD LMR mission is to manage, acquire, and deliver non-tactical LMR systems used for Public Safety and base operations at Army posts, camps and stations. The resultant contract vehicle will be made available to Army customer LMR System requirements and on a limited basis to other Department of Defense (DoD) agencies connecting LMR Systems to the Army Regionalized systems. (C)PURPOSE OF RFI: The purpose of this RFI is to assist PD LMR as it conducts market research of LMR systems. This RFI provides LMR system integrators and manufacturers an opportunity to educate PD LMR on their LMR products/services and other innovations that meet or exceed the minimum PD LMR requirements as outlined below. Through this process, PD LMR intends to refine its acquisition strategy and requirements and issue a solicitation. PD LMR intends to award multiple (at least two (2), Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts. The Army has completed extensive market research over several years with regard to implementing a regionalized, enterprise LMR solution across CONUS. The market research indicates that the market can support a CONUS wide enterprise LMR system. Specific services and products required include, engineering, furnishing, installing and testing (EFI&T) of Turn-key LMR systems, including LMR infrastructure, Computer Aided Dispatch (CAD), Position Navigation (POSNAV) systems, and subscriber unit equipment (portables, mobiles and desktop units); site preparation; security implementation; mutual aid interoperability; training; life cycle support of fielded systems and technical assistance to include engineering studies for system designs, system upgrades, and system management. The Army intends to implement a regionalized LMR concept with redundancy throughout CONUS. To maintain competition the Army will implement at least two systems CONUS wide. System Concept: One set (Vendor A and Vendor B) of main system components (system cores) will be located at the Prime Core location to be determined by the Government. Redundant (Back-Up) Cores (Vendor A and Vendor B) will be located at the Continuuity of Operations (COOP) site identified by the Government. After installation of the Cores post/camp/station RF infrastructure, dispatch consoles, etc. will be competed between the Core manufacturers to determine which Core the post/camp/station will be connected to and managed by. A single post/camp/station infrastructure will not be split amongst manufacturers to ensure 100% of first responder communications are interoperable. Attachment 1 depicts the Army's system concept and implementation strategy. (D)PLACE OF PERFORMANCE:Continental United States (CONUS). (E)PRICING/Rough Order of Magnitude (ROM): The Government is not looking for proposal pricing, but merely information to develop cost estimates. Please provide ROM pricing for the CAD and POSNAV solutions. The Government has not fully developed the requirements for Computer Aided Dispatch (CAD). This Sources Sought notice for Land Mobile Radio solutions with integrated CAD will help the Government to develop those requirements. It is anticipated that at a minimum, CAD requirements will include functions such as resource management, call taking, location verification, dispatching, unit status management and call disposition. Future functions may include mapping functionality, interface with mobile data computers (MDC) and interfaces with other external local, state, and federal information systems. Respondents should base ROM pricing on the questions asked regarding CAD implementation in section F of the Sources Sought Notice and the minimum functions identified above. CAD requirements will be implemented in conjunction with the LMR system and will not be a separate acquisition from the LMR system. (F) ASSEMBLY OF INFORMATION REQUESTED: Interested sources are requested to provide the following information: Contractual Questions: 1. Point of Contact Information: a.Company Names: b.Address: c.Point of Contact: d.Phone Number: e.Fax Numer (s): f.Email address: 2.Please identify your company's small business size standard based on the applicable NAICs code of 334220 and 334290. The Small Business Size Standard for these NAICS codes is 750 emloyees. For more information refer to http://www.sba.gov/. a.Large Business Concern b.Small Business Concern c.8(a) d.Small disadvantaged Business (SDB) e.Woman-Owned Small Business (WOSB) f.Historically underutilized Business Zone (HUBZone) g.Veteran-Owned Small Business (VOSB) h.Service-Disabled Veteran-Owned Small Business (SDVOSB) 3.If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question 2 above, is your company interested as a prime contractor for the Army CONUS Enterprise Land Mobile Radio (ACE LMR) effort? 4.If you identified your company as a Small Business or any of the SB subcategories as stiplulated in question 2 above, under the current SB recertification regulations do you anticipate your company will remain a small business under NIACS code 334220 and 334290 in 3QFY15? 5.Does your company have experience as a prime contractor administering Multiple Award Contracts (MACS)? 6.If you answered yes to Question 5 above, please provide as much information as possible for no more than 5 contracts. a.MAC contract number(s): b.Aggregate dollar value of entire MAC contract: c.Aggregate dollar value of task orders you prime on each MAC: d.Number of task orders you prime on MAC: e.Is the work of each MAC similar in scope to that of the identified in paragraph (c) above? 7.Does your company, as the prime, possess the capabilities to independently provide the entire range of hardware and services identified in paragraph (c) above? You must answer this from the perspective of you as the prime solely having the capabilities to provide ALL hardware and services without consideration of any teaming arrangements you may tentatively have now or envision having in the future. 8.If you answer yes to question 7 above, specifically detail your ability to provide ALL hardware and/or services identified in paragraph (c) above. The detail should consist of documented past and current experience for each and every hardware and service capability detailed in paragraph (c) above. Any list of contracts that accompanies this answer must be augmented with a presentation that gives the Government an understanding of the complexity and scope of the contract listed. 9.If you answered no to question 7 above, what hardware and/or service identified in paragraph (c) above can you, as the prime, provide without regard to any teaming arrangements you may tentatively have now or envision having in the future? This detail should consist of your documented past and current experience for each and every hardware and service capability detailed above that you can provide as the prime. Additionally, provide any teaming arrangements you may tentatively now have or envision having in the future that would provide the capabilites of all remaining hardware and service capabilities (those you cannot perform as the prime) identified in paragrpah (c) above. 10.Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements of the entire ACE LMR requirement. Offerors are encouraged to identify teams, indicating each team member's size status based upon NAICS code of the work that the team member may be performing. 11.If arrangements identified in question 10 above rely on reseller agreements or partnerships that are limited in nature (e.g. limited to subscriber unit resale only, resale in certain markets or to specific customers, etc.), please provide a description of all limitations of that agreement. Technical Questions: 12.Based on the concept depicted in the attached concept and paragraph (c) above, what would be the recommended mitigation if the installation Wide Area Network (WAN) connectivity to the Master Sites via the MPLS cloud is lost? If MPLS goes down at one installation, what is the mitigation? Does the installation fail over to site trunking, continue normal operations, dispatch, mutual aid, and first responder communications? Is there a solution that keeps first responder communications operational? 13.How can the Government estimate bandwidth requirements for the regionalized system? 14.If at the beginning of the architecture implementation, MPLS is not available, how would migration to an MPLS be implemented that minimizes end user impact? 15.What kind of maintenance would the regionalized architecture be able to support? 16.How could legacy maintenance be updated to address a phased approach to migrating to an enterprise architecture? 17.How would the architecture support a technical refresh cycle every three years to maintain an Authority to Operate (ATO)? 18.What recommendations would industry suggest to address a CONUS level fleet map, IP address scheme, and equipment naming convention to ensure interoperability between post/camps/stations in emergency situations such as Hurricane Sandy? 19.Would spares be recommended for the Master Sites? 20.What is the recommended method to provide the system administrators at the Master Sites with electronic records of the Master Site and all connected installations (e.g. drawings, network diagrams, connectivity diagrams, shelter and rack layouts, HW/SW lists, etc.)? 21.What LMR architecture from Master Site (with complete redundancy) to RF Sites, Dispatch Console locations, Network Management Terminal locations would industry recommend for an Army Enterprise LMR system? 22.How would industry integrate key features and functions such as Over the Air Rekeying (OTAR), and Over the Air Programming (OTAP) at the enterprise level? 23.Can current architecture support an enterprise level implementation of POSNAV (e.g. POSNAV HW/SW installed, maintained, and managed at the Main System (Core) locations with only the required services pushed to the edge (posts/camps/stations))? What are the advantages/disadvantages of implementing POSNAV at the enterprise level? 24.Can current architecture support an enterprise level implementation of CAD (e.g. CAD HW/SW installed, maintained, and managed at the Main System (Core) locations with only the required services pushed to the edge (posts/camps/stations))? What are the advantages/disadvantages of implementing CAD at the enterprise level? 25.How would industry implement Information Assurance (IA) requirements for the architecture providing at a minimum, the following capabilities: patching/updates, secure technical implmentation guides (stigs) compliance and updating, scanning and reporting via Assured Compliance Assessment Solution (ACAS)? 26.What capabilities exist for industry to provide enterprise level administrative services at Master Site (core) locations? 27.How would industry recommend or propose to expand the system by phasing in installations, over time adding installation requirements such as post/camp/station RF sites, Dispatch consoles, voice logging recorders, playback stations, mutual aid gateways and telephone interconnect? Your response should be limited to no more than 30 pages, font size 12, Times New Roman. Any information used will be on a non-attribution basis. Restrictions that would limit the Government's ability to use the information for these purposes are of limited value to the Government and are discouraged. Please email or send your capability statements to Mr. A. Conrad Baker, Contracting Officer, at a.c.baker2.civ@mail.mil and Ms. Kristine Pennock, Contract Specialist, at kristine.s.pennock.civ@mail.mil by 1400 (EDT) 30 June 2015. Please email inquiries to Mr. A. Conrad Baker or Ms. Kristine Pennock. This RFI is for informational and planning purposes only. There is no commitment by the Government to issue a solicitation, to make an award or awards, or to be responsible for any monies expended by any interested parties in support of any effort in response to this RFI. Any information submitted in response to this RFI is strictly voluntary. It is the responsibility of interested sources to monitor this site for the release of any follow-on information. The Government anticipates this information to be utilizied in a FY16 requirement. All documentation shall become the property of the Government. Unless otherwise stated herein, no additional information is available. Requests to communciate, or meet with technical representatives will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4149103263a9571dc67af1488f23fcd4)
 
Place of Performance
Address: CONUS TBD TBD NA
Zip Code: TBD
 
Record
SN03759377-W 20150612/150610235026-4149103263a9571dc67af1488f23fcd4 (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.