SPECIAL NOTICE
58 -- Land Mobile Radio System Radios
- Notice Date
- 4/21/2017
- Notice Type
- Special Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W25G1V) Tobyhanna, 11 HAP ARNOLD BLVD, TOBYHANNA ARMY DEPOT, Pennsylvania, 18466-5107, United States
- ZIP Code
- 18466-5107
- Solicitation Number
- RFILandMobileRadios
- Archive Date
- 5/17/2017
- Point of Contact
- Theresa Rebar, Phone: 5706156314, Donna M. Drutarovsky, Phone: 5706156442
- E-Mail Address
-
theresa.a.rebar.civ@mail.mil, donna.m.drutarovsky.civ@mail.mil
(theresa.a.rebar.civ@mail.mil, donna.m.drutarovsky.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION LAND MOBILE RADIO SYSTEM RADIO This Request for Information (RFI) is being conducted to identify potential sources that possess the capability of providing Handheld Portable Tactical Radios, Military Police Mobile Radios and Command Consoles that are proven to be able to support both Land Mobile Radio (LMR) and non-LMR functionality, operate P25, Astro25 and other waveforms and are fully compliant with DOD LMR Interoperability and Standardization Policy #4650.10 28 July 2015, and that are fully functional, operational and compatible with Motorola Land Mobile Radio Trunking System equipment version 7.14 to 7.17 Astro25 Advanced Feature (encryption). This Request for Information (RFI) is issued solely for market research information and planning purposes only and does not constitute a solicitation. Responses will be treated as information only and will not be used as a proposal. The information submitted in response to this RFI may be used to help the Government further define its requirements. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to make an award on the basis of this RFI. Companies responding to this RFI are advised their response does not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this RFI. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this RFI that indicate that the information therein is proprietary, or represents confidential business information, will be received and held in confidence. Proprietary information submitted, as part of responses to the RFI, should be clearly identified as COMMERCIAL IN-CONFIDENCE and it will be treated as such. Specific Requirements A LMR System is a wireless communications system intended for use in vehicles (mobile) or on foot (portable) by emergency first responder organizations, public works organizations, and other organizations with large vehicle fleets, and numerous field staff. Tobyhanna Army Depot is seeking potential sources that possess the proven capability of providing handheld tactical radios that can support both LMR and non-LMR functionality, operate both P25, Astro25 Advanced Features and other waveforms that are in compliance with DOD LMR Interoperability and Standardization Policy #4650.10 28 July 2015, and that are fully functional and operational with a Motorola Astro25 versions 7.14 LMR, and Motorola Astro25 version 7.17 LMR. Responders are requested to provide a complete written response addressing proven capability of equipment on the following criteria: A. Handheld radio: Describe proven capability of the handheld radio being fully functional and operational with P25, Astro25 advanced features and other waveforms. Please provide a description and availability of Mobile Radio Subscriber features to include: 1. Encryption: describe both hardware and software modules that enable encryption. Describe compatibility with Astro25 advanced feature of encryption. 2. Hazardous Location (HazLoc) - describe HazLoc rating for use in Division 1 or Division 2 locations. 3. Ruggedized Housing - describe compliance with MIL STD 810-C/D/E testing for operation in environments where units are susceptible to shock and vibration. 4. Submersible - describe capability of units operating after being immersed in a minimum of one meter of water for a minimum of 30 minutes. 5. Automatic Emergency Dispatch capability. 6. Over the Air Rekeying for encryption enabled unit's capability. 7. Over the Air Programming capability for encryption enabled units. 8. GPS Enabled/Capable- Describe software/hardware supporting the operation of GPS or location services. 9. Housing Color - Describe available housing colors: (e.g. black, yellow, green, etc.). 10. Analog Comm Used 11. Alerting (analog mode only) - Indicate the capability of sending distinctive alert tones (both warble and straight tones) with the Subscriber Unit in analog mode. 12. Provide warranties that are available with the equipment. B. List and provide a short description of Portable or Handheld Subscriber Unit Accessories to include belt clip, carrying case, earbuds, chargers (single and multi) C. The mobile radio shall also work seamlessly with all versions of P25, Astro25 advanced Features and other waveforms. Please provide a description and availability of Mobile Radio Subscriber features to include: 1. Encryption 2. Emergency Button. 3. OTAR 4. OTAP 5. GPS Enabled/Capable 6. DUAL Band 7. Describe Vehicle and Truck Types 8. Describe Remote Control Head 9. Describe Subscribing Mounting Location 10. Describe Low Profile Antenna 11. Describe Antenna Mounting (Trunk and Roof) 12. AES Encryption 13. Alerting 14. Microphone (Compact keyboard) • Provide Accessories available for Mobile Unit D. VHF and UHF Desktop Subscriber Unit describe capability for communication interoperability with the local agencies. Include accessories available for the Desktop Subscriber Unit. Information contained in this RFI is for the preliminary research and is therefore, potentially subject to modification and is in no way binding on the Government. There is no guarantee that any submission in response to this RFI will result in a Government program. If the Government develops a program that addresses any submitted or similar topic, the resulting procurement will address technology and business specific requirements as defined by the Government to achieve the required objectives. Any projects developed from the RFI responses may be the subject of a subsequent acquisition, and any such subsequent acquisition will be publicized accordingly. Responders to this RFI will have no competitive advantage in receiving any awards related to the submitted topic area. Companies responding to this RFI are advised a response does not ensure participation in a future solicitation or contract award. The Government will not reimburse participants for any expense associated with participation in this RFI. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of submission of responses to this RFI and the Government's use of such information. Responders are solely responsible for all expenses associated with responding to this RFI. The Government reserves the right to follow up on a one-on-one basis with RFI respondents to gain additional information or clarity about information submitted by industry respondents', best practices, industry environment, and other subjects relevant to this RFI. This RFI is for market research planning purposes only and there is no intention to acquire any products or services, or award any contract, based on this RFI. GENERAL REQUIREMENTS. Responders are requested to provide the following information with the written capability package: • Provide a Rough Order of Magnitude (ROM) cost for the hand held radio, accessories and batteries, cost of warranties and cost of unit battery charger for each radio. • Provide full specifications and capabilities for all equipment listed in your response. Please refer to Reference DOD Land Mobile Radio (LMR) Interoperability and Standardization Policy #4650.10 28July 2015 for specific specs of the LMR requirements. • Company's current registration in System for Award Management (SAM) • Primary NAICS • Business Size • Web Page address Responses should include Company Name, Address, Telephone number, E-mail and Point of Contact having authority and knowledge to discuss responses with TYAD. Written responses are requested by May 2, 2017. Submit questions and responses to: Theresa Rebar IT Specialist / COR Tobyhanna Army Depot Tobyhanna, Pa 18466 Office 570-615-6314 DSN 795-6314 theresa.a.rebar.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eae9317bbd9e42e01ab28892dc545394)
- Place of Performance
- Address: Tobyhanna Army Depot, Tobyhanna, Pennsylvania, 18466, United States
- Zip Code: 18466
- Zip Code: 18466
- Record
- SN04481858-W 20170423/170421235253-eae9317bbd9e42e01ab28892dc545394 (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 |