Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2017 FBO #5714
SOURCES SOUGHT

58 -- Motorola Land Mobile Radio (LMR) Subscriber Units for various Army Locations - Draft Requirements Statement

Notice Date
7/14/2017
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless 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
W52P1J17MOTO
 
Archive Date
8/12/2017
 
Point of Contact
Kelly L Herlein, Phone: 3097825843, Conrad Baker, Phone: 3097825417
 
E-Mail Address
kelly.l.herlein.civ@mail.mil, a.c.baker2.civ@mail.mil
(kelly.l.herlein.civ@mail.mil, a.c.baker2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Requirements Statement Description: 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 subsequent procurement action ACC RI may take. (A) INTRODUCTION: PL LMR fields LMR solutions that provide for and support National Telecommunications Information Administration (NTIA) narrowband, Association of Public-Safety Communications Officials (APCO) Project 25 (P25) Phase I/II compliant and secured Trunked Land Mobile Radio Systems. PL LMR funds for 100% of the infrastructure of the LMR system plus 100% of First Responder Subscriber Unit (radio) requirements and ancillary accessories in accordance with (IAW) the IMCOM Basis of Issue Plan (BOIP) for posts/camps/stations on the annual LMR priority list. Additionally, PL LMR provides acquisition support for all out of cycle first responder and all non-first responder subscriber unit procurements. (B) BACKGROUND: The PL 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. As of March 2016, PL LMR is required to provide procurement/acquisition support to all LMR end users in the procurement of all LMR equipment and services. This method eliminates the risk of end user organizations procuring Subscriber Units which are not interoperable or compatible with their current LMR systems on each post/camp/station. (C) PURPOSE OF RFI: The purpose of this RFI is to obtain market research and identify companies capable and qualified to provide LMR project 25 compliant subscriber units for end users operating a Motorola 7.5, 7.11, 7.13, 7.14, 7.15, and 7.17 LMR system. This Market Research is not a solicitation as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. Any responses to this RFI received by the Government will not be accepted to form a binding contract. This is a Request for Information and does not constitute a solicitation or request for proposal. This is a market survey for planning purposes and no award will be made as a result of this sources sought notice. If a solicitation is issued, the Government does not guarantee that it will be issued to RFI respondents. The Government is also requesting that restrictive or proprietary markings not be used in response to the RFI. The scope of the contract includes subscriber unit equipment (portable and mobile subscriber units), accessories and services in support of the project. Services include equipment installation and programming as required, optimization, testing, warranty, and maintenance support for the proposed Subscriber Units and accessories. Required Subscriber Unit Services, Features and Capabilities: Each Portable Subscriber Unit shall be fully operational to include, at a minimum, programming, battery (conditioned, if required by contractor), belt clip (unless replaced by case), and antenna. Each Mobile Subscriber Unit shall be fully operational to include, at a minimum, programming, antenna, microphone, RF cable and installation. Mobile Subscriber Units shall be installed IAW commercial standards. Minimum Subscriber Unit Services, Features and Capabilities: All Subscriber Units shall provide, at a minimum, the following: a. Preferred Site Assignment - Subscriber Units shall be pre-programmable for up to eight preferred sites per trunking personality for more efficient frequency use. b. Preferred Site Operation - Subscriber Units can use an additional site ranking criteria to select an alternative, preprogrammed preferred site. c. Push To Talk (PTT)-ID - When the Subscriber Unit PTT button is pressed, the Subscriber Unit's ID shall be displayed at the Dispatch Console and System Management Terminal. If equipped with a display screen, the receiving Subscriber Unit shall display the calling Subscriber Unit's ID as well. d. Software Upgradeable and Programmable - Software-upgradeable to incorporate future technology and shall be programmable via a personal computer. e. Talkgroup ID - When a talkgroup call is initiated, that talkgroups ID is displayed at the Dispatch Console. f. Emergency Button - Upon pressing the button, an alarm will display at the Dispatch Console and remain until cleared at a terminal. g. Over the Air Rekeying (OTAR) In-Field Upgrade - Subscriber Units shall be field upgradable to support OTAR for encryption keys. h. Over the Air Programming (OTAP) In-Field Upgrade - Subscriber Units shall be field upgradable to support OTAP for programming/configuring the Subscriber Unit. i. AES Encryption Capable - The units shall be capable of operating with AES encryption by the addition of hardware or software modules. The upgrades shall be accomplished in the field and shall not require replacement of the Subscriber Units. All encryption hardware and software/firmware shall be NIST certified IAW NIST policies. j. Alerting (analog mode only) - Capable of sending a minimum of five distinctive alert tones (both warble and straight tones) with the Subscriber Unit in analog mode. The distinctive alert tones shall precede emergency message traffic. A unique tone shall be provided for emergency evacuation orders. k. On-Scene Communications - Capable of supporting on-scene analog communications. l. Channel Capacity - Capable of operating on at least 48 radio channels (analog or digital). m. Call Alert - Capable of receiving and initiating Call Alerts. Call Alert should enable a private conversation. n. Broadcast Updates - Units that become activated during a conversation, or units that leave the system coverage and return, shall use the continuous update to immediately affiliate with their assigned talkgroup. o. Multiple Channel Operation - Subscriber Units shall be capable of multiple-channel operation to enable on-scene radio communications that are independent of dispatch channels. p. Portable Keypad Disable - Portable Subscriber Units that are equipped with key pads that control radio functions shall have a means for the user to disable the keypad to prevent inadvertent use. q. Challenge and Response Authentication - Subscriber Units shall be capable of authenticating to the LMR system using challenge and response authentication. r. Out of Range Indication - When a user is outside the coverage area, upon pressing the Push-To-Talk button (PTT), the Subscriber Unit shall emit an "out of range" tone. These additional services, features, and capabilities shall be provided for specified Subscriber Units: a. AES Encryption - The units shall come equipped with the appropriate hardware and software modules to enable AES encryption. Type I encryption shall not be used. b. OTAR Enabled - Subscriber Units shall be enabled to support OTAR. c. OTAP Enabled - Subscriber Units shall be enabled to support OTAP. d. Hazardous Location (HazLoc) - The units shall be rated, per references TIA 4950-A, Requirements for Battery-Powered, Portable Land Mobile Radio Applications in Class I, II, and III, Division 1, Hazardous (Classified) Locations, 13 May 2014 and Factory Mutual (FM) 3640, Land Mobile Radios for use in Class I, Division 1 Hazardous (Classified) Locations, 1 June 2013, to be operational in Division 1 and/or Division 2 locations. e. Ruggedized Housing - The contractor shall provide units with ruggedized housing meeting performance requirements. f. Submersible - The contractor shall provide units that are capable of operating after being immersed in one meter of water for a minimum of 30 minutes. g. Glove Operation - The contractor shall provide first responders with portable units that are designed to allow channels to be changed while first responders are wearing NFPA approved structural fire-fighting gloves. Please see the attached DRAFT Requirements Statement for more information. (D) PLACE OF PERFORMANCE: Continental United States (CONUS) and Outside the Continental United States (OCONUS. (E) INFORMATION REQUESTED: 1. Point of Contact Information: a. Company Names: b. Address: c. Point of Contact: d. Phone Number: e. Fax Number (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 334220 is 1,250 employees and 750 employees for 334290. 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 effort? 4. Does your company, as the prime, possess the capabilities to independently provide the entire range of hardware and services identified in 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. 5. If you answer yes to question 4 above, specifically detail your ability to provide ALL hardware and/or services identified above. The detail should consist of documented past and current experience. 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 including all features and functions identified above. 6. If you answered no to question 4 above, what hardware and/or service identified 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 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 capabilities of all remaining hardware and service capabilities (those you cannot perform as the prime) identified above. 7. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy these requirements. 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. 8. If arrangements identified in question 7 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. Your response should be limited to no more than 10 pages, font size 12, Arial. 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 your response to Mr. Conrad Baker, Contracting Officer at a.c.baker2.civ@mail.mil, and Ms. Kelly Herlein, Contract Specialist at kelly.l.herlein.civ@mail.mil by 1200 Noon on 28 July 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9632e7ba6bce159da81aa8dd85e7c153)
 
Place of Performance
Address: Various CONUS and OCONUS locations, United States
 
Record
SN04580798-W 20170716/170714235608-9632e7ba6bce159da81aa8dd85e7c153 (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.