SOURCES SOUGHT
58 -- SOURCES SOUGHT FOR INTEGRATED COMMUNICATIONS SYSTEM EQUIPMENT TO SUPPORT THE COLOMBIAN JOINT COMMAND OF MILITARY FORCES, BOGOTA COLOMBIA MINISTRY OF DEFENSE FOR FOREIGN MILITARY SALES (FMS)
- Notice Date
- 12/14/2022 6:49:58 AM
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-23-S-COBVHJ
- Response Due
- 12/28/2022 1:00:00 PM
- Point of Contact
- Anh Q Nguyen
- E-Mail Address
-
anh.q.nguyen14.civ@army.mil
(anh.q.nguyen14.civ@army.mil)
- Description
- INTRODUCTION The U.S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG) on behalf of the Communications-Electronics Command Security Assistance Management directorate (CECOM SAMD) is issuing this Sources Sought notice as a means of conducting market research to identify potential sources having an interest in, and industry technologies available to support/fulfill Foreign Military Sales (FMS) requirements for equipment. The result of this sources sought/market survey will contribute to determining the method of procurement if a requirement materializes. Based on the responses to this sources sought notice/market survey, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. The U.S. Government requests that interested parties submit a brief description of your company, your company�s solution, and your ability to meet potential system requirements. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT/MARKET RESEARCH IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND ����������� Objective: Acquisition, update, expansion and support of the equipment and systems that make up the connectivity area of the RJC of the Military Forces, including installation, configuration, commissioning, acceptance and support tests which must be interoperable and physically interconnected, logically and functionally with existing equipment ����������� CECOM SAMD administers and manages FMS cases including communications requirements in partner nations. CECOM SAMD�s goal is to satisfy customer country requirements for: [SEE ATTACHMENT A001 � REQUIREMENTS] ***Vendor shall be responsible for shipping hardware delivery OCONUS to Colombia.*** In the Country of COLOMBIAN JOINT COMMAND OF MILITARY FORCES, BOGOTA COLOMBIA, in the locations of Remote Site locations. The related equipment that does not have a SILOG number or SAP code, is because they have never been acquired by the General Command of the Military Forces and are not found in their inventories Equipment List: Item 1: Nokia 7705 Service Aggregation Router (SAR-8); Qty 57 Item 1.1: 8 PORT GE SFP CARD V3 (-48/+24 VDC) Item 1.2: LICENCIAS CHASIS 7705 SAR-8 NGE Item 1.3: LICENCIAS ENCRIPTACION TARJETAS 8 PORT 57 GE SFP CARD V3 Item 2: NOKIA 7705 SAR-8; QTY 05 Item 2.1: CSMV2-7705 SAR-8; 01 Per Bundle Item 2.2: 7705 SAR-8 FAN MODULE; 01 Per Bundle Item 2.3 SHELF-V2; 01 Per Bundle Item 2.4: 8 PORT GE SFP CARD V3 (-48/+24 VDC); 01 Per Bundle Item 2.5: 7705 SAR-8 NGE LICENSE; 01 Per Bundle Item 2.6: 8 PORT GE SFP CARD V3 ENCRYPTION�� Per Card; 01 Per Bundle Item 3: NOKIA NETWORK SERVICES PLATFORM (NSP); Bundle Item 3.1: NSP v.19, NFM-P CONVERSION STD��������� PREM; 02 Per Bundle Item 3.2: SRS NSP Annual Fee; 01 Per Bundle Item 3.3: 5620 SAM R14 PREMIUM SUITE LICENSE POINT For New HW; 684 Per Bundle Item 3.4: LP CONV. STD. TO PREMIUM For Existing HW; 4354 Per Bundle Item 4: Nokia VSR; Bundle Item 4.1: SERVER; 02 Per Bundle Item 4.2: VSR-a SN8 R16.0 DC (to 20 GHz); 02 Per Bundle Item 4.3: DC POWER SUPPLY CABLE; 02 Per Bundle Item 4.4: ASL VSR NGE 10GBPS; 02 Per Bundle Item 4.5: SFP+ 10GE SR - LC ROHS6/60/70C; 04 Per Bundle Item 4.6: SFP 1 GE SX; 04 Per Bundle Item 5: 24 PORT SWITCH RJ45/SFP MANAGED LAN SERVERS; QTY 04 Item 6: CORE 7750-SR-12; QTY 2 Item 6.1: IOM - 7750 SR IOM4-e L3HQ; 01 Per Bundle Item 6.2: SFM - 7750 SR SFM5-12 + CPM5; 01 Per Bundle Item 6.3: IOM3-XP; 01 Per Bundle In REQUIRED CAPABILITIES The purpose of this market research/sources sought is to identify interested sources that can provide and deliver Communications Radios, Spares, Ancillaries and Software, to upgrade equipment, installation, services, and accessories necessary to the country of COLOMBIAN JOINT COMMAND OF MILITARY FORCES, BOGOTA COLOMBIA and meet the following characteristics/requirements: New equipment must be able to be integrated with existing equipment in the current Communications Radio System infrastructure. Installation, Upgrade, and Integration includes the capability to upgrade the Country of Colombia, Colombian Joint Command Of Military Forces, Bogota, Communications Radio System with the following equipment, parts and services: A. OPERATIVE AND TECHNICAL SPECIFICATIONS: Technical Specifications: The quantities of each item are detailed above, and technical requirements are described in Table 1. Background: It was provided 64 radio links access brand CERAGON reference equipment that were purchased to the TRACE SYSTEM company Use Conditions: Joint Command of Military Forces doesn�t have wide band equipment capacity as required in its fiscal stocks. Joint Command of Military Forces has the facilities and capacity to perform the operative, corrective maintenance and preventive level II according with operating instructions of each equipment. Material Conditions: The kits and cards must be Quality A ""New and Original"" material to ensure optimal conditions for use. NATO Codification System (NCS) Certification Request: It is requested that the material comply with the agreements established under the NATO Codification System (NCS) and identified by the NATO Stock Number (NSN) to describe the technical specifications and physical characteristics required. Should the articles not arrive cataloged by the NATO Codification System, the following information is requested to be sent. In case the items are not cataloged in the NATO system, it is requested to provide the following information: NATO Codification System (NCS) Certification"" Technical name of the article assigned by the manufacturer Part number, reference, model assigned by the manufacturer Data sheet of the item Parts catalog NATO number (National Stock Number); if applicable Engineering and technical drawings or manufacturer handbook Expiration information of the articles To which equipment does the item belong to Final disposal at the end of its life cycle Transportation and packing conditions Manufacturer Information Manufacturer Name Address Telephone E-mail Tax identification code Country of origin SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Unclassified. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY The applicable NAICS code for this requirement is 334220. The Product Service Code (PSC) is 5805. SUBMISSION DETAILS Interested sources should furnish the following information, in the format provided below: (1) Name and address of company, with Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number. Any interested company must be registered with Central Contractor Registration (CCR). (2) Point of Contact Name, Department, phone number, and email address. (3) Identify past and current services your company offers that exactly match the capabilities specified above. (4) Address your company's capability to act as a single provider for the hardware and services defined herein. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. No phone or email solicitations with regards to the status of any resulting request for proposal (RFP) will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement(s), shall be electronically submitted to Contract Specialist, Anh Nguyen in either Microsoft Word or Portable Document Format (PDF), via email anh.q.nguyen14.civ@army.mil no later than 4:00 p.m. Eastern Standard Time (EST) on 28 DEC 2022. Reference this sources sought/synopsis number in the e-mail subject line and on all enclosed documents. Responses shall include documented capability to deliver required radio systems and equipment. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/106a2a2266274d7db9d14fd78167851c/view)
- Place of Performance
- Address: COL
- Country: COL
- Country: COL
- Record
- SN06543977-F 20221216/221214230110 (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 |