Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
SOURCES SOUGHT

Z -- Distributed Antenna System (DAS)

Notice Date
5/4/2017
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division, Southern Services Branch (47PF05), Consult solicitation documents for address information., United States
 
ZIP Code
00000
 
Solicitation Number
8899
 
Archive Date
6/2/2017
 
Point of Contact
Connie J. Bilek-Hammond, Phone: 2165224594, ,
 
E-Mail Address
connie.bilek-hammond@gsa.gov,
(connie.bilek-hammond@gsa.gov, /div)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THE PURPOSE OF THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY. RESPONSE TO THIS ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. A SUBSEQUENT SOLICITATION ANNOUNCEMENT MAY FOLLOW. RESPONSES TO THIS ANNOUNCEMENT WILL NOT BE CONSIDERED AS AN ADEQUATE RESPONSE TO ANY FUTURE ANNOUNCEMENT. •A. Description/Specifications/SOW GSA, Public Buildings Service, Region 5, Southern Service Center Operations Division, Bean Federal Center Field Office, has a need for a contract to support the existing Distributed Antenna System (DAS) located at the Major General Emmett J. Bean Center, 8899 E 56 th St., Indianapolis, IN 46249. The current system was installed in August 2011 to improve both public safety and cellular communications within the building and has recently been experiencing intermittent connectivity issues. •1.0 Period of Performance. The effective period of this contract shall be as follows: date of award through nine (9) calendar months (July 1, 2017 through March 31, 2018) plus three (3) option years of twelve (12) months each (April 1, 2018 through March 31, 2019; April 1, 2019 through March 31, 2020; and April 1, 2020 through March 31, 2021). •2.0 Scope. •2.1 Requirements This maintenance agreement to support the existing DAS at the Major General Emmett J. Bean Center will include the following: •2.1.1 Nine-months (9) maintenance agreement starting from the date of contract execution •2.1.2 One (1) initial site visit to assess the current system scheduled within 30 days of contract execution •2.1.2.1 The system assessment will include: •2.1.2.1.1 Adjustment of system •2.1.2.1.2 Balancing of indoor antennas •2.1.2.1.3 Alignment of donor antenna •2.1.2.1.4 Upgrading of software •2.1.2.1.5 Testing of components •2.1.2.1.6 Examination of cable connection condition •2.1.2.2 The initial site visit will be provided at no additional cost to the Government for labor and travel •2.1.3 Three (3) additional site visits over the nine-month (9) maintenance agreement at no additional cost to GSA for labor or travel •2.1.3.1 Site visits are described as an opportunity for the Contractor to perform quality assurance checks of DAS equipment in accordance with manufacturer's recommendations and applicable industry standards •2.1.4 Three (3) annual pricing options to include four (4) site visits per option year •2.1.5 A detailed reporting procedure plan for GSA to contact the Contractor in the event of system trouble •2.1.6 An on-site response requirement of 72 hours to diagnose any issues reported by GSA •2.1.7 Remote system monitoring of the DAS system throughout the length of the maintenance agreement •2.1.7.1 Remote monitoring is to allow the Contractor the ability to fix minor connectivity and configuration issues after being notified by GSA. This is not intended to be a robust 24x7x365 proactive monitoring of the system and alarms. •2.2 Additional Optional Items The Contractor shall propose an optional cost to visit the site if additional work is necessary beyond the initial site visit and required site visits per period described herein. This proposal shall be submitted to GSA for consideration in advance as a line item cost via the current O&M contract. The Contractor shall not be responsible for a deductible for repairs pertaining to the DAS. •2.3 Project Management •2.3.1 The Contractor shall assign and identify in their proposal a Project Manager to supervise and coordinate all efforts of this project, managing any Sub-Contractor(s), and be the interface with GSA. The Contractor's Project Manager shall participate in all required meetings pertaining to the DAS. •2.4 Testing •2.4.1 All equipment procured and installed under this effort shall be tested. The Contractor shall perform testing and inspections of all systems solutions to ensure the technical adequacy and accuracy of all work, including reports and other documents required in support of that work. The Contractor shall conduct on-site testing in accordance with OEM installation manuals, practices and the appropriate vendor's test procedures. During the testing phase, the Government reserves the right to witness these tests to assure solutions conform to prescribed requirements. Where appropriate, all equipment and installation workmanship shall comply with specifications contained in Electronics Industries Association Standards and other applicable codes. As pertinent, all equipment shall be FCC-certified, FCC type accepted and/ UL listed. All work shall be conducted according to the standards of the industry-wide and professional standards. Those wishing to identify their capability to provide the aforementioned services should respond to this announcement via email to connie.bilek-hammond@gsa.gov no later than Thursday, May 18, 2017 at 12:00 PM (Eastern Standard Time). Interested parties should provide the following: Company Name, Company Address, Point of Contact, phone number and email address, DUNS number and capability statement for the services as stated above. Additionally include your company business size pursuant to the following questions: (1) Is your business large or small, (2) If small, does your firm qualify as a small, emerging business or small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act, (4) Is your firm a certified Hubzone firm? (5) Is your firm woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned Small or Veteran Owned Small Business? THIS REQUEST FOR INFORMATION OR "SOURCES SOUGHT," SHALL NOT BE CONSTRUED AS A REQUEST FOR PROPOSAL OR OFFER. INFORMATION IS TO BE PROVIDED ON A VOLUNTARY BASIS. NO ENTITLEMENT TO PAYMENT OF DIRECT OR INDIRECT COSTS OR CHARGES INCLUDING POSTAGE AND SHIPPING WILL ARISE AS A RESULT OF THE SUBMISSION OF INFORMATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/371acaca1910e7dce0381a26f6c077de)
 
Place of Performance
Address: Major General Emmett J. Bean Center, 8899 E 56th St, Indianapolis, Indiana, 46249, United States
Zip Code: 46249
 
Record
SN04496970-W 20170506/170505000027-371acaca1910e7dce0381a26f6c077de (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.