SOURCES SOUGHT
58 -- D-21 System Upgrade
- Notice Date
- 4/19/2017
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- W52P1J-17-T-3041
- Archive Date
- 5/11/2017
- Point of Contact
- Michael Edward Perez, Phone: 3097823360
- E-Mail Address
-
michael.e.perez24.civ@mail.mil
(michael.e.perez24.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- U.S. Army Contracting Command - Rock Island is issuing this Sources Sought Notice / Request for Information (RFI) in order to identify vendors qualified to design and install the upgrade of an existing Monaco Enterprises Inc. (MEI) D-21 Mass Notification / Alerting System that was previously installed by MEI in structures located at the end user facility, the McAlester Army Ammunition Plant (McAAP), McAlester, OK. The contemplated upgrade project will expand the D-21 System to more structures located at McAAP. It is noted that MEI is the original manufacturer and service provider for the D-21 System currently in use at McAAP. Consequently, any upgrade to this System could encounter MEI proprietary software, equipment and licensing issues. It is anticipated that a subsequent formal procurement will result in a firm-fixed-price stand-alone contract with FOB Destination delivery to MCAAP. Prerequisites for interested vendors include: 1. Vendors shall document D-21 System installation and upgrade expertise afforded by factory training. 2. Vendors shall identify any new equipment required for the upgrade and system expansion to more McAAP structures. 3. Vendors shall possess the appropriate tools and technical capability to program any proposed equipment - to include the existing MEI equipment - as well as the test equipment required to verify proper installation and operation of the completed System and also make any necessary repairs. 4. Vendors shall possess certified system expertise to conduct operator and administrator training at McAAP. A general list of required tasks follows: 1. Configure the existing D-21 system with the Maps option, Command Decision Display Tools (CDDT), Shortest Route function, General Purpose Input / Output (GPIO) panels, Hazmat Plume option, E911 Interface to integrate existing E911 equipment into the D-21 system, and Tone Alerting with Text-to-Speech feature software upgrades. 2. Validate D-21 System performance after installation. 3. Verify network connectivity at installation facilities. 4. Provide up to 12 hours of operator and administrator training by a certified system expert. 5. At the conclusion of the project, provide forms, system drawings and documentation to detail the work that has been completed. A vendor that receives an award from a formal solicitation would be required to provide a minimum one-year warranty to repair or replace any defect of material or workmanship of equipment manufactured within 12 months from the date of delivery. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure or upgrade a D-21 System, or for the Government to pay for any vendor information received. The Government will utilize vendor responses for informational and / or planning purposes and to identify potential sources as part of its market research. No reimbursement will be made for any vendor costs associated with providing information in response to this RFI or any follow-up information request. Consequently, no solicitation is being issued at this time. Therefore, no award will be made as a result of vendors providing the required information specified ahead. Responders are solely responsible for all expenses associated with responding to this RFI. Vendor responses to this notice will not be returned. Vendors interested in this acquisition must meet the criteria for Federal Supply Code (FSC) 5895 Miscellaneous Communications Equipment; Standard Industrial Code (SIC) 3669 Communications Equipment, Not Elsewhere Classified; and North American Industry Classification System (NAICS) Code 334290 Other Communications Equipment Manufacturing. INSTRUCTIONS FOR VENDORS RESPONDING TO THIS NOTICE: Interested sources are required to submit all of the following written information NLT 1:00 PM CENTRAL TIME ON WEDNESDAY 26 APRIL 2017. 1. A company letterhead statement of intent to submit an offer if a formal solicitation is posted at FBO.gov. This document must be signed and dated by your firm's corporate authority designated to commit your firm to a binding contract. 2. A company capability statement that details your firm's historical and present-day professional commitment to the manufacture, installation and upgrading of the D-21 System. Please submit this statement on company letterhead, signed & dated by the same corporate authority authorized to commit your firm to a formal contract. 3. A company document to verify your firm's D-21 System installation and upgrade expertise afforded by factory training, to include the tools and capability to program the D-21 System and the test equipment required to verify proper installation and operation of the completed / upgraded D-21 system and make any repairs necessary. 4. No less than three (3) professional references from customers who - within the past 5 years -- have contracted with your firm for D-21 System installation and upgrade. Each professional reference shall contain the following information: Company name, applicable contract number, period of contract performance, the total contract price, the company point of contact (name, job role, verified electronic ‘email' address and office telephone number) and a description of specific work experience related directly to your firm's D-21 System installation and upgrading. 5. ROM / budgetary estimate for the D-21 System upgrade and required training of MCAAP personnel. 6. Your firm's proposed delivery schedule for completing the required D-21 System upgrade and training of MCAAP personnel, stated in number of weeks after date of contract. 7. Your company's name and address location (for U.S.-based status verification) 8. Your firm's DUNS number, Cage Code, Taxpayer ID, and Company Point of Contact information (including name, job role, verified e-mail address & office phone) 9. Your firm's number of employees (for business size verification) 10. Any applicable warranty terms 11. Any applicable contract terms & conditions Interested sources should e-mail the required information in Adobe Acrobat (.pdf) format to michael.e.perez24.civ@mail.mil by 1:00 PM CENTRAL TIME WEDNESDAY 26 APRIL 2017. All of the above requested information MUST be submitted in detail with your submission under this RFI. If a solicitation is issued, it will be published electronically on the FBO website and it will be the responsibility of vendors to check FBO regularly for the posting of the formal solicitation. Failure to submit all information requested may result in a vendor not being considered as an interested vendor. All information submitted is protected as confidential. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Contracting Officer. All prospective contractors must be registered in the System for Award Management in order to be eligible for award. Point of contact is Mr. Michael Perez, A/C 309-782-3360, E-mail: michael.e.perez24.civ@mail.mil. ALL questions about this notice shall be submitted in writing.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a466b06a093388d3444ef998c0b0f549)
- Record
- SN04477561-W 20170421/170419234628-a466b06a093388d3444ef998c0b0f549 (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 |