Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2002 FBO #0137
SPECIAL NOTICE

58 -- PROJECT 25, VHF, OTAR-CAPABLE, LAND MOBILE RADIO INFRASTRUCTURE AND ASSOCIATED IMPLEMENTATION SERVICES

Notice Date
4/16/2002
 
Notice Type
Special Notice
 
Contracting Office
Department of Justice, Justice Management Division, Procurement Services Staff (PSS), 1331 Pennsylvania Avenue, N.W. National Place Building, 10th Floor, Washington, DC, 20530
 
ZIP Code
20530
 
Solicitation Number
JIJMD-02-0205
 
Point of Contact
R. Frate, Contracting Officer, Phone (202) 307-1928, Fax (202) 307-1933, - R. Frate, Contracting Officer, Phone (202) 307-1928, Fax (202) 307-1933,
 
E-Mail Address
r.frate@usdoj.gov, r.frate@usdoj.gov
 
Description
The Wireless Management Office (WMO), U. S. Department of Justice (DOJ), intends to negotiate, on a sole source basis, a contract with Motorola, Inc., 7230 Parkway Drive, Hanover, Maryland 21076, for the purchase and implementation of a TIA-102/Project 25 (P.25) standards compliant, VHF, Land Mobile Radio (LMR) system with Over-the-Air-Rekeying (OTAR) capability. Within ten months of contract award, the system shall incorporate P.25 compliant trunked (9600 baud control channel) operations and a packet-based infrastructure. These requirements are established through the initial recommendations from an engineering design analysis for the Justice Wireless Network (JWN). The infrastructure will meet the requirements of approximately 630 DOJ LMR users in a geographic area with an approximate 50 mile radius of metropolitan Seattle and Blaine, Washington. The Government anticipates a base period of twelve months for the resultant contract with three additional option periods of one year each for maintenance and training of the implemented system. The Government will not purchase any subscriber equipment under this solicitation. The Government's determination to negotiate this as a sole source contract with Motorola is based on the congressionally-mandated schedule for narrowband operations and DOJ's operational requirements for systems implementation and replacement. After extensive interviews and discussions with the LMR manufacturing community, the Government has determined that Motorola is the only LMR manufacturer currently capable of both providing a complete P.25 compliant LMR system infrastructure with OTAR capability in the VHF band and of adding the additional features listed above to the system within ten months of the anticipated contract award date. The DOJ intends to utilize the system infrastructure acquired under this procurement as an operational system and as a test-bed for subscriber and infrastructure equipment from multiple LMR equipment manufacturers. As part of design planning, system staging and field acceptance testing, Motorola will be required to verify P.25 compliance. Prior to system staging and implementation, Motorola shall fully identify to the Government any and all system features or functions that are proprietary or that are not fully identified under P.25 standards. The Government intends to enter into an agreement to have Motorola make any proprietary data available to industry. There is no solicitation document. Interested parties must submit a detailed response, to include descriptions and product literature, that clearly and convincingly demonstrates that they meet the stated requirements for existing capabilities, i.e., TIA-102/Project 25 (P.25) standards compliant, VHF, Land Mobile Radio (LMR) system with Over-the-Air-Rekeying (OTAR) capability and published milestones and development plans for meeting the ten months from contract award requirement for P.25 compliant trunked (9600 baud control channel) operations and a packet-based infrastructure (for estimating purposes only, the anticipated date for contract award is July 2002). Responses received as a result of this notice of intent will be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses will not be considered as proposals or bids, and cost or pricing data are not solicited. A determination by the Government not to open this requirement to competition based upon any written responses to this notice is solely within the discretion of the Government. See Numbered Note 22.
 
Place of Performance
Address: Washington state
 
Record
SN00060508-W 20020418/020416213131 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.