|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 28,1997 PSA#1960U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar
Hoover Building, Rm 6875, 935 Pennsylvania Ave., N.W., Washington, DC
20535-0001 B -- DIGITAL NARROWBAND RADIO COMMUNICATIONS SYSTEM USER SURVEY SOL
RFP7141 POC Larry I. Garelick, Contracting Officer, 202-324-8386 17.
This is a combined synopsis/solicitation for commercial items prepared
in accordance with the format in Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. The Request for Proposal
number is 7141 . Approval has been granted by SBA for this procurement
not to be restricted as a Small Business Set-A-Side. Request for
Proposal (RFP) incorporates provisions and clauses that are in effect
through Federal Acquisition Circular 90-46. FAR Clause 52.212-2,
Evaluation -- Commercial Items is incorporated by reference and applies
to this acquisition. ADDENDUM 52-212-2(a) -- Award will be based on
best value to the government. The following factors shall be used to
evaluate offers: Technical, Past performance and Price. Technical and
Past Performance (listed in descending order of precedence) are more
important than price. The Federal Bureau of Investigation intends to
award a Firm Fixed Price type contract for conducting a Digital
Narrowband Radio Communications System User Needs Survey. The FBI's
overall program objective is to provide a new integrated digital
narrowband radio communications system that is fully compatible with
the operational and investigative needs expressed by the FBI radio
communications system user. The objective of the user needs survey is
to provide the FBI radio communications user with a well designed
survey that determines how well the current radio system does or does
not meet the operational and investigative needs of the radio user. The
results of the survey will provide vital information necessary to
select the most appropriate technologies for inclusion in a Request For
Proposal. It is essential that the radio system user understands the
importance of the user needs survey and the important part that his/her
responses will have in selecting the technologies for the new radio
system. SECTION I -- CONTRACT TASKS TO BE PERFORMED: This section sets
forth the specific task requirements for the Contractor to perform by
February 16,1998. Step 1- Questionnaire Development -- The Contractor
shall develop a questionnaire to address all information requirements
contained in Section V -- Summary of Information Requirements. The
questionnaire shall address both historical data and desired features
where applicable. The draft questionnaire, survey methodology, and
analysis methodology shall be forwarded to the FBI Contracting
Officer's Technical Representative (COTR) for approval prior to
promulgation of the questionnaire to users. Step 2 -- Questionnaire
Promulgation -- Upon approval of the final form and contents of the
questionnaire, the Contractor shall promulgate the questionnaire to
users according to a user list to be provided by the COTR. The total
number of questionnaires is estimated to be approximately 16,000. Step
3 -- Collection and Analysis -- Upon receipt of the completed
questionnaires, the Contractor shall perform an analysis to address
each information item identified in Section V -- Summary of Information
Requirements along with appropriate statistics (totals/means). Step 4
-- Final Report -- The final report shall be submitted to the FBI COTR
no later than February 16, 1998, as detailed in Section V Reporting
Requirements and Deliverables. SECTION II -- PROGRAM MANAGEMENT AND
CONTROL REQUIREMENTS: The following actions shall be taken by the
contractor: (1) A single point of contact shall be established(2)
Provide a work breakdown structure for all of the tasks(3) Provide an
overall program management plan including a master schedule. SECTION
III -- REPORTING REQUIREMENTS AND DELIVERABLES: The Contractor shall
prepare a report which documents the survey methodology and provides
the results of the analysis. The report shall contain sufficient
narrative and descriptive information to explain and amplify the
results of the analysis including full identification (name, version,
vendor) of statistical tools or programs used. All information items in
Section V -- Summary of Information Requirements shall be addressed.
The Contractor shall forward all data collected and generated as a
result of the above tasks to the Government. This data shall include
the final report, completed questionnaires, and any statistical
compilations or intermediate statistical analyses. This data shall be
in both electronic and hard copy format. SECTION IV -- EVALUATION
CRITERIA: The proposals will be evaluated on the basis of the three
following categories: (1)TECHNICAL -- Methodology for developing,
promulgating, collecting/analyzing, and reporting on survey while
meeting the critical time line of February 16, 1998. (2) Past
Performance -- Experience in user needs surveys, especially with regard
to public safety, digital, or narrowband systems. (3) Price --
Methodology for cost related to work breakdown schedule. SECTION V --
SUMMARY OF INFORMATION REQUIREMENTS: (1) Sizing of the System:
Infrastructure characteristics (include coverage, availability and
priority access). Maximum number of users at any given time, Maximum
number of users for one radio channel at any one time, Number of single
subscriber units needed and Number of console units needed. (2) User
Interface -- System Operations: User problems; prioritize most critical
areas which need improvement. Includes: coverage,
intelligibility/clarity, channel availability, simplification/user
friendly, interoperability, data transfer capabilities, paging
capabilities, mission restrictions. (3) Interoperability: Equipment
utilized -- includes: radios, specific channels and telephone.
Connectivity -- includes: local law enforcement, state law enforcement,
other federal agency, and international. Frequency determination. (4)
Operating Modes: includes: Push-To-Talk (Task Force Mode -- group of
agents operating in a broadcast mode), Radio, Telephone and Paging,
Data Transfer (transfer data files via modem). (5) Features of the
Unit: Size/Portability, Battery life, Radio usage; how often radio is
used for: calls to dispatcher, contacting other agency, group mode
operations, user-to-user operations. Telephone usage: how often
telephone/cellular phones are used for: local calling needs, long
distance calling needs, calls internal to bureau personnel, calls
external to outside agency personnel. Pager Usage: how pager
capabilities are utilized, send/receive pages, pager messaging, receipt
notification. Frequency of data transfer. Single Subscriber Unit --
User preferences for desired capabilities to include: Combined
radio/telephone/paging/data port capabilities and Separate units for
desired functions. An original and two copies of the technical proposal
and one copy of the cost proposal are due by 11:00 AM, EST, 11/7/97 to
the attention of Mr. Larry I. Garelick, Contracting Officer, Federal
Bureau of Investigation, JEH Building, Room 6888, 935 Pennsylvania
Ave., N.W., Washington, D.C. 20535-0001. HAND DELIVERIES TO ANY FBI
LOCATION WILL NOT BE ACCEPTED. Offerors shall provide names, addresses
and telephone numbers of customers, either Government or commercial,
that have received the same product during the past three years (this
information is needed for the evaluation of past performance). Offerors
must acquaint themselves with the new regulations concerning Commercial
Item acquisition contained at FAR Subpart 12 and must ensure that all
Representations and Certifications are executed and returned as
required in this synopsis/solicitation. The full text clauses can be
obtained at WEB site (FAR) http://www.gsa.gov/far/ (0297) Loren Data Corp. http://www.ld.com (SYN# 0008 19971028\B-0003.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|