Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOURCES SOUGHT

B -- Network Analysis and Reporting Program (NARP)

Notice Date
8/21/2020 10:38:41 AM
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
DEPT OF COMMERCE NTIA/FIRST NET RESTON VA 20192 USA
 
ZIP Code
20192
 
Solicitation Number
NARP_RFI_8_19_2020
 
Response Due
8/31/2020 11:00:00 AM
 
Archive Date
09/15/2020
 
Point of Contact
Kimberly Choplin, Phone: 571-665-6038
 
E-Mail Address
Kimberly.Choplin@firstnet.gov
(Kimberly.Choplin@firstnet.gov)
 
Description
Contracting Office:���� First Responder Network Authority Point of Contact:������� Kimberly Choplin Action:� ��������������������� Request For Information (RFI) Subject:������� �������������� FirstNet, Network Analysis and Reporting Program (NARP) DESCRIPTION: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY being issued by First Responder Network Authority (the FirstNet Authority), an independent authority within the Department of Commerce (DOC). This Request for Information (RFI) is a mechanism for obtaining feedback from industry.� This is not a solicitation or Request for Proposals (RFP), and will not result in an award.� This is a market research effort, issued solely for informational purposes. This does not constitute a promise to issue an RFP. STATEMENT OF NEED: The objective of the FirstNet Network Analysis and Reporting Program (NARP) is to gather, process, analyze and report wireless broadband network coverage and performance data for the FirstNet Authority Nationwide Public Safety Broadband Network (NPSBN). The NARP requires sufficient pseudo-random outdoor data collection and sampling in each state, DC and Puerto Rico in order to properly characterize the NPSBN at the state and nationwide level. The sampling in each state and territory shall include rural and non-rural morphologies.� In addition to the pseudo-random testing for each state and territory, in-building measurements of wireless broadband network coverage, including Wi-Fi measurements when available, are also required in each state and territory, as well as post-processing and analyses of the collected data. The wireless broadband network coverage verification and validation process and methodology should adhere to the current contractual definition of coverage for the NPSBN: persistent and temporary coverage is defined as a Long Term Evolution (LTE) Band 14 network capable of providing cell edge data rates of 256 kbps uplink (UL) and 768 kbps downlink (DL) measured from outdoor stationary User Equipment at (3) feet from the ground level with a 95 percent confidence margin for the cell area with a uniform cell load of 50% for the DL and UL. See the attached Statement of Work (SOW) for further information, including the Deliverables section on pages 7 � 9. Period of Performance will be one base year and four -one year option periods. SUBMISSIONS AND FORMAT OF RESPONSES: All interested parties who believe they are able to meet the requirements are invited to provide a written response in accordance with the submission instructions identified herein. � Responses shall include the name and telephone number of the point of contact having authority and knowledge to discuss responses with Government representatives. �RFI responses shall be sent to the Point of Contact at following email address: Kimberly.Choplin@FirstNet.gov. �All emails shall include in the subject line the RFI title and the submitting organization�s name. The Government requests the following: Provide information about your capabilities in order to demonstrate your ability to meet the requirements stated within Attachment 1; Identify any/all existing contract vehicles that may be utilized in competing this effort (i.e. GSA Schedules, NITAAC, NASA SEWP, etc.); Those interested parties shall identify their business size, any socioeconomic qualifications, and the NAICS code in which the vendor would qualify in order to meet the requirements stated in Attachment 1. �Any pertinent comments regarding the structure or content of the attached Statement of Work (SOW), and Industry capability to meet the requirement. All interested parties shall construct responses of 5 pages or less. Appended materials, such as vendor brochures or information, are not permitted. Blank pages, which must be marked �This page intentionally left blank�, do not count towards the page limitation. ADDITIONAL INFORMATION: This RFI is issued solely for information purposes, does not constitute a solicitation for products or services, and will not result in an obligation on the part of the Government. �Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. �Vendors shall not be reimbursed any costs associated with developing responses and/or providing information in response to this RFI, and/or any follow-up information requests.� Any information submitted in response to this RFI will become the property of the Government and shall not be returned. Any/all information received in response to this RFI that is marked proprietary will be handled accordingly. Such restrictions shall be clearly indicated on each sheet containing such information.� Interested parties are instructed to contact only the Contracting Officer, stated herein, for information about any aspect of this RFI and any subsequent information in this acquisition process for this project, to include any subsequent RFP.� Interested parties and/or prospective offerors are cautioned against contacting any other Government personnel, including any other personnel supporting this acquisition process.� If such a contact occurs and is found to be prejudicial to any other respondents, the party making such a contact may be excluded from further participation in the RFI any possible associated solicitation.� Accordingly, all communications must be directed to the point of contact identified herein.� Responses, as well as any questions regarding this RFI, must be submitted in writing and sent via e-mail to the previously identified Point of Contact.� REQUESTS FOR QUESTIONS, CLARIFICATIONS AND/OR INFORMATION: Questions are due via email, on or before but no later than 2:00 p.m. Eastern Time, Tuesday, August 24, 2020.� Questions shall be e-mailed to Kimberly.Choplin@FirstNet.gov.� Clearly identify the RFI title and the submitting organization�s name in the e-mail subject line. Questions should be worded so as to avoid disclosing any proposed and/or considered strategies or proprietary information and/or solutions, as all questions and answers will be posted, verbatim, publicly to Contract Opportunities located at beta.sam.gov. Should any question(s) be received after the date stated herein, FirstNet reserves the right not to provide an answer.� If, however, in FirstNet�s opinion, the question(s) cites an issue of importance, FirstNet may choose to provide written responses.� Please note questions will not be protected by FirstNet as proprietary.� RESPONSE DATE:� Responses are due in writing, via email, no later than 2:00 p.m. ET, Monday, August 31, 2020, to the point of contact identified below. POINT OF CONTACT: Kimberly Choplin, Contracting Officer Email:� Kimberly.Choplin@FirstNet.gov *****ATTACHMENT:***** *****FirstNet, NARP DRAFT (PWS)*****
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7d3b6e885fef46b7a9360acf7c5a4ced/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05769682-F 20200823/200821230208 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.