Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2022 SAM #7554
SOURCES SOUGHT

70 -- Radio Infrastructure Upgrade

Notice Date
8/4/2022 6:23:37 AM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25622Q1281
 
Response Due
8/10/2022 11:00:00 AM
 
Archive Date
09/09/2022
 
Point of Contact
Tammie Chaney, Contracting Officer, Phone: 601-206-6963
 
E-Mail Address
tammie.chaney@va.gov
(tammie.chaney@va.gov)
 
Awardee
null
 
Description
Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website, NASA SEWP, or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI 1. Title: Radio Infrastructure upgrade 2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following: Background Central Arkansas Veterans Healthcare System (CAVHS) is seeking a turnkey upgrade for its current conventional Motorola VHF Simulcast P25 Radio system to P25 (FDMA) Astro Core Trunking. Contractor shall provide a comprehensive upgrade to supply, install, connect, integrate and optimize this initiative. The CAVHS system currently operates in the (VHF) frequency range on both analog and digital P25 conventional platforms. A total of eight (8) repeaters are currently shared between John L. McClellan (JLM) VA Medical Center Downtown Little Rock, AR and Eugene J. Towbin VA Medical Center (NLR) North Little Rock, AR four repeaters (4) per location. CAVHS will be adding two (2) new Motorola GTR8000 P25 Trunking repeaters, for a total of six (6) channels, per location. The current Motorola GTR8000 repeaters are provisioned to operate in Conventional Digital and/or Analog modes and will need to be upgraded/flashed for P25 Trunking operations. All current infrastructure and subscriber equipment is to be upgraded to function on the P25 Digital Trunking protocol, while all new equipment will be capable upon arrival for P25 Trunking System integration. This solution will also require, at a minimum, a new Motorola Astro Trunking Core, SRX345 Gateway, new Motorola GCM8000 Comparators, Network Management Client, new Transmit Combiner s / Receive Multi-Coupler s and antenna systems. CAVHS currently utilizes two Avtec Scout (E8) consoles for dispatch operations. One (1) is located in VA Police Dispatch (JLM) VA Medical Center, while the second (backup) is located at the VA Police Administration Office in North Little Rock (NLR). These consoles currently share IP access to four (4) Motorola VHF APX4500 control stations and two (2) Motorola APX4500 7/800 MHz control stations, all located in the JLM radio penthouse. The consoles, at both locations, connect to a Radio IP Gateway at NLR for subscriber dispatch access. Two (2) new VHF Motorola APX4500 control stations/antenna systems shall be installed at the JLM radio penthouse, co-located with the existing control stations, for extended dispatch capacity. These two (2) new control stations shall be connected to the IP gateway for interface into the Avtec Scout (E8) console GUI. The current CAVHS (VHF) Conventional radio network utilizes (1) duplexer and (1) antenna, per repeater currently (4) antennas per site. To minimize the antenna footprint on both facilities, CAVHS will require a six (6) Channel RX Multi-Coupler / TX Combiner for the new Trunking system locations. This will allow the six (6) channel trunking system to operate on two (2) VHF antennas, per site, therefore minimizing structure load and mitigating potential interference. Scope VA Medical Center (NLR VAMC) (North Little Rock, AR) Contractor shall furnish all labor, tools, materials, equipment, and supervision necessary to fully implement the proposed Trunking System Upgrade for the Central Arkansas Veterans Health Care System Trunked radio network. This solution will provide enhanced capacity capabilities between NLR in North Little Rock and JLM located in Downtown Little Rock, AR. This solution will upgrade four (4) existing Motorola GTR8000 conventional repeaters to P25 Trunking, comparator infrastructure, switching gear and ancillary support gear at the VA NLR Campus. This solution shall also provide two (2) new GTR8000 Trunking repeaters to be integrated as a comprehensive six (6) channel P25 Astro Trunking System. This deployment will also include one (1) Receive Multi-Coupler / Transmit Combiner capable of supporting six (6) repeater channels (VHF). Two (2) new antenna systems are to be provided by contractor, one (1) for connection to the Transmit output of the Combiner and one (1) for connection to the Receive output port of the multi-coupler. The total height of tower and mounted antennas is approximately 40 above roof level. Installation and optimization of new antenna systems, on existing tower, and routing of all transmission lines into equipment room is required. Routing of new antenna systems must comply with VA Standards. Currently, the VA Little Rock Radio System Infrastructure at (NLR) consists of the following components: VA North Little Rock (NLR) - Remote Site (1) GTR 8000 Base Radio Mixed mode (stand-alone), configured for digital simulcast (Each repeater has an individual Duplexer and antenna system.) (3) GTR 8000 Base Radio Mixed mode (stand-alone), configured for analog simulcast (Each repeater has an individual Duplexer and antenna system.) (1) Avtec Scout (E8) console in Police Administration Office. This console is connected, via Government Owned Media, to the Prime Site and is interfaced with the six (6) APX 4500 donor radios in the penthouse radio-room at JLM. (1) TRAK 8835 Frequency Timing System (3) MLC 8000 Link Converters (1) GGM 8000 Gateway (1) HP 2930-24 LAN Switch (JLM) VA Medical Center (Downtown Little Rock, AR) Contractor shall furnish all labor, tools, materials, equipment, and supervision necessary to fully implement the proposed Trunking System Upgrade for the Central Arkansas Veterans Health Care System radio network. This solution will provide enhanced capacity capabilities between NLR in North Little Rock and JLM located in downtown Little Rock, AR. This solution will upgrade four (4) existing Motorola GTR8000 conventional repeaters to P25 Trunking, comparator infrastructure, switching gear and ancillary support gear at the VA NLR Campus. This solution shall provide two (2) new GTR8000 Trunking repeaters to be integrated as a comprehensive six (6) channel P25 Astro Trunking System. A Motorola Astro Trunking Core and supporting peripherals will be required at the Primary Site (JLM). There are currently four (4) Motorola VHF APX4500 control stations and two (2) Motorola APX4500 7/800 MHz control stations, located in the JLM radio penthouse. The consoles, at both locations, connect to a Radio IP Gateway at NLR for subscriber dispatch access. Two (2) new VHF Motorola APX4500 control stations/antenna systems will be required at the JLM radio penthouse and co-located with the existing control stations, for extended dispatch capacity. These two (2) new control stations will be connected to the IP gateway for interface into the Avtec Scout (E8) console GUI. This deployment shall include one (1) Receive Multi-Coupler / Transmit Combiner capable of supporting six (6) repeater channels (VHF). Two (2) new antenna systems are to be provided by contractor, one (1) for connection to the Transmit output of the TX Combiner and one (1) for connection to the output port of the multi-coupler. The total height of tower and mounted antennas is approximately 40 above roof level. Installation and optimization of new antenna systems, on existing tower, and routing of all transmission lines into equipment room is required. Routing of new antenna systems must comply with VA Standards. Currently, the VA Little Rock Radio System Infrastructure at (JLM) consists of the following components: John L. McClellan Medical Center (JLM) - Prime Site (1) GTR 8000 Base Radio Mixed mode (stand-alone), configured for digital simulcast (Each repeater has an individual Duplexer and antenna system.) (3) GTR 8000 Base Radio Mixed-mode (stand-alone), configured for analog simulcast (Each repeater has an individual Duplexer and antenna system.) (1) Avtec Scout (E8) console in dispatch with six (6) APX 4500 donor radios in radio room (1) TRAK 9100 Redundant Modular Frequency Timing System (1) GCM 8000 Digital Comparator (1) GGM 8000 Gateway (3) MLC 8000 Link Converters (3) MLC 8000 Analog Comparators (1) HP 2930-24 LAN Switch Subscriber Upgrade Requirements (NLR and JLM) All CAVHS radio subscribers, that are not currently trunking capable, will need to have a Flashport upgrade for P25 Digital Trunking. Currently, VA Police/Fire will need (58) trunking Flashport upgrades for Motorola APX 6000 portable radios. All other CAVHS subscribers are trunking capable and will need to be programmed accordingly. CAVHS will require that a Fleet Map be generated for talk-group configurations and radio ID assignment. Codeplug generation and subscriber programming, of all CAVHS subscribers will be required as well. Current department inventories are as follows: VA Police (44) APX6000 VHF portables (Need P25 Trunking Flash) (04) APX8000 ALL-Band portables (Already configured for P25 Trunking) VA Fire (14) APX6000-XE VHF portables (Need P25 Trunking Flash) (24) APX8000-XE ALL-Band portables (Already configured for P25 Trunking) Emergency (12) APX8000 ALL-Band portables (Already configured for P25 Trunking) Management (04) APX4500 VHF Base Stations (Already configured for P25 Trunking) Engineering (230) APX900 VHF portable radio (Already configured for P25 Trunking) Operational / user training will be required for the subscriber radio users. This will need to encompass operational navigation of talk-groups, best use practices, and radio features. Contractor Responsibilities Verify both NLR (VAMC) and JLM (VAMC) installation sites for satisfactory floor/wall space mounting requirements. Program, install, integrate and optimize each new repeater station, Astro Trunking Core, Switches, cabling, antenna systems and voter/comparator and verify functional parameters. Remove any (legacy) components from NLR (VAMC) and JLM (VAMC) upon completion of system cutover and place in local Government Storage Area as deemed suitable by CAVHS COR. Service facility must be factory certified and trained on all new/upgraded infrastructure, consoles, and peripheral infrastructure integration devices. Government Responsibilities Provide adequate location in NLR (VAMC) and JLM (VAMC) to properly install all new communications gear and route new antenna systems. Provide all Civil Utilities (AC Power, grounding points and HVAC) for proper installation. Provide network connection/demarcation point for interface with Government Furnished media, if applicable. Provide generator back-up power/UPS support in case of primary power loss notification. Provide site access and sponsor if/when necessary to complete removal and/or installation of communications equipment. The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code 334220 is 1250 employees. 3. Responses Requested: The following questions must be answered in response to this RFI. Answers that are not provided shall be considered non-responsive to the RFI: a. Where are the requested items/equipment manufactured? Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)? Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement? The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following: Point(s) of contact name: _______________________________________________ Address: ___________________________________________________ Telephone number: ___________________________________________ Email address: _______________________________________________ Company's business size: ________________________________________________ Data Universal Numbering System (DUNS) #: _______________________________ e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code? Please provide proof of qualifications. f. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please identify the contract number for the Government to review as part of this Market Research. 4. Opportunity: NCO 16 is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the NCO 16 in determining potential levels of competition. 5. Instructions and Response Guidelines: RFI responses are due by 1:00pm (CST), Wednesday, August 10, 2022; via email to tammie.chaney@va.gov The subject line shall read: 36C25622Q1281 Radio Infrastructure. NO SOLICITATION EXISTS AT THIS TIME. Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by as Market Research and will not be released outside of the NCO 16 Purchasing and Contract Team.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f2b0001950754fad84414a82eeaa95db/view)
 
Place of Performance
Address: Department of Veterans Affairs Central Arkansas Veterans Healthcare System 4300 West 7th Street, Little Rock 72205, USA
Zip Code: 72205
Country: USA
 
Record
SN06415428-F 20220806/220804230117 (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.