Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2018 FBO #6021
MODIFICATION

58 -- Land Mobile Radio System Deployment

Notice Date
5/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), NIST AMD Boulder, 325 Broadway, Boulder, Colorado, 80305, United States
 
ZIP Code
80305
 
Solicitation Number
NB671000-18-01463
 
Archive Date
6/8/2018
 
Point of Contact
Michael G. Fredericks, Phone: 3034977763, Aron R. Krischel, Phone: 303-497-3032
 
E-Mail Address
michael.fredericks@nist.gov, aron.krischel@nist.gov
(michael.fredericks@nist.gov, aron.krischel@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
National Institute of Standards and Technology (NIST) Acquisition Management Division, Boulder, CO Sources Sought for Land Mobile Radio (LMR) System Deployment 17 May 2018 Public Safety Communications Research (PSCR) laboratories provide research, development, testing, and evaluation to foster nationwide communications interoperability. To be able to accurately test, monitor, and measure Land Mobile Radio (LMR) and Long-Term Evolution (LTE) signals, a new LMR system must be deployed that can interface to LTE systems. This system will allow PSCR to conduct in-depth research, development, testing, and evaluation of these systems. A.PSCR requires procurement and installation of one (1) LMR system with one (1) repeater. The LMR system must operate in the upper 700 MHz band. PSCR has obtained authorization to transmit on 10 specific frequency channel pairs in the upper 700 MHz band. Specific frequency pairs will be provided to the Contractor upon award of the contract. The LMR system repeater must operate on these specific frequency pairs. B.The LMR system shall be installed at the Green Mountain tower and shelter located on the DOC/NIST property in Boulder, CO. C.Support services shall be provided for the first year of service plus four (4) option years. D.On-site training services shall be included for up to 10 attendees. Recommended courses shall be provided by the contractor. This announcement is not a Request for Proposals (RFP) and does not commit the Government to award a contract now or in the future. No solicitation is available now. The purpose of this synopsis is to identify small and large businesses with the requisite qualifications to meet the requirements of the item stated herein. After results of this market research are obtained and analyzed and compared with NIST's minimum requirement (see Technical Requirements above/attachments), NIST may conduct a small business set-aside competitive procurement and subsequently award a contract. If at least two qualified small businesses are identified during this market research stage, then this acquisition will be solicited as a small business set aside. NIST is seeking responses from all responsible small business sources (SB, SDB, WOSB, HUBZone, SDVOSB and VOSB). This requirement is assigned a NAICS code of 517911 (Telecommunications Resellers), size standard 1500) The specific purpose of this Sources Sought Announcement is to determine if there are small businesses, within the parameters identified above, that can provide the product identified. Interested small business organizations that believe they can meet the requirement should submit electronic copies of their capability statement. Please limit responses to three (3) pages or less. Responses should include the following information: 1. Name of company that will provide product/service 2. Name of company that will manufacture the product/service. 3. Spec sheets and examples of products/services that meet the technical specifications. 4. Typical lead time to deliver the product/service after receipt of order. 5. Any other relevant information that is not listed above which the Government should consider in developing our minimum specifications and finalizing our market research. Any proprietary information should be clearly marked. The written capability statement should be received by the Contract Specialist no later than Thursday, 10:00 am MT May 24, 2018. The capability statement shall identify the business status of the organization. Only electronic statements will be accepted. Faxes will not be accepted. Send emails and any inquiries to Michael Fredericks, Contracting Officer, at michael.fredericks@nist.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b9d892706b11cfca85384f092d41423f)
 
Place of Performance
Address: NIST, 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN04926535-W 20180519/180517231023-b9d892706b11cfca85384f092d41423f (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.