Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
SPECIAL NOTICE

D -- APG Land Mobile Radio (LMR) System Infrastructure, Software, and Maintenance Support

Notice Date
1/10/2017
 
Notice Type
Special Notice
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W9124A) Fort Huachuca, Bldg 61801, Rm 3212, Fort Huachuca, Arizona, 85613-5000, United States
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS-17-T-0074
 
Point of Contact
Felisa M. Cope, Phone: 5205336435
 
E-Mail Address
felisa.m.cope.civ@mail.mil
(felisa.m.cope.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Fort Huachuca Division intends to award a sole-source contract under the authority 41 U.S.C. 1901(e)(2), 10 U.S.C. 2304(f), and FAR 13.501(a)(1)(ii) - Simplified Procedures for Certain Commercial Items to Harris Corporation located at 221 Jefferson Ridge Parkway Lynchburg, Virginia, 24501-6952. The requirement is for existing services and consist of the following: The contractor shall provide maintenance coverage 24 hours per day, 7 days a week during this maintenance period and during subsequent maintenance option years. The infrastructure, software, and maintenance support agreement shall meet the following requirements: The contractor shall provide 24/7 maintenance for all Aberdeen Proving Ground (APG) site Land Mobile Radio (LMR) infrastructure including, but not limited to: System Management Terminals (SMT), Operator Consoles, ExacomVoice Recorder, Interoperability Gateway, LMR Repeaters, GPS Clock, Key Management Facility (KMF), Servers, Routers, and Switches. In the event of major system failure and/or major site failure, the vendor/contractor shall respond within four (4) hours after notification by the site LMR Manager. Major system failure is defined as 60% of the total system is inoperable or "down." Respond is defined as actively taking steps to correct the failure or issue. Actively taking steps includes, but is not limited to remote connections, telephone assistance and dispatching technicians to the installation. In the event of a Natural or Man-Made Disaster, whether pre or post, the contractor shall make available a qualified "on-site" technician at the request of the government. Shall respond to non-emergency issues within 24 hours, and replace and repair fixed infrastructure equipment at the site during the warranty/maintenance period. Personnel hired by the contractor must be fully qualified to service, maintain, and install equipment according to the standards established by the equipment manufacturer. Board repair must be provided at the vendor's authorized repair depot. The contractor's technical support staff shall have access to the vendor's system, software, and product engineering staff to supplement its problem solving capabilities in instances of unusual or complex problems. The contract will consist of a twelve month base period beginning 30 January 2017 through 29 January 2018 with the option to extend up to four, twelve month options. FAR Clause 52.217-9, Option to Extend the Term of the Contract, will be included in the contract. The North American Industry Classification System (NAICS) code is 811213. This Notice of Intent to award a Sole Source Contract is not a request for competitive proposals. Any responses or inquiries to this notice must demonstrate clear and convincing evidence that competition will be advantageous to the Government. All information received from this notice shall be used for planning and market research purposes only. The determination to refrain from competing proposed contracts based on responses to this notice is solely within the discretion of the Government. The Government will not pay for the preparation of any information submitted or use of such information. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the evaluation of the information received. Interested parties may express interest and provide a capability statement no later than 24 January 2017, 8:00 AM Arizona Time (Arizona does not observe Daylight Savings Time). Responses should be addressed to felisa.m.cope.civ@mail.mil Land Mobile Radio System Support for Network Enterprise Center (NEC), Aberdeen Proving Ground (APG), Maryland Contracting Office Address: ACC-APG, Huachuca Division Building 61801, Room 3410 Fort Huachuca, AZ 85613-7070 Place of Performance: Aberdeen Proving Ground (APG), Maryland Primary Point of Contact: Felisa M. Cope Purchasing Agent felisa.m.cope.civ@mail.mil Phone: (520)-533-6435 Fax: (520)-533-0360
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/abfa6f87645908b9253496a4a3dc2ab5)
 
Place of Performance
Address: Aberdeen Proving Ground (APG), Maryland, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04367591-W 20170112/170110234109-abfa6f87645908b9253496a4a3dc2ab5 (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  © 1994-2020, Loren Data Corp.