Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2003 FBO #0587
MODIFICATION

B -- Engineering and Design of LacklandAFB Land Mobile Radio (LMR) System

Notice Date
7/7/2003
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS, 7T-6 Southwest Texas, 727 E. Durango, Rm A105, San Antonio, TX, 78206-1283
 
ZIP Code
78206-1283
 
Solicitation Number
Reference-Number-FCE573004T6
 
Response Due
7/9/2003
 
Archive Date
7/24/2003
 
Point of Contact
Clifford Trowbridge, Contracting Officer, Phone 210-341-8376, Fax 210-341-8304,
 
E-Mail Address
clifford.trowbridge@gsa.gov
 
Description
MODIFICATION: Section 10 of the description is deleted. Vendors will propose a Firm Fixed Price. Proposals shall be e mailed to "Clifford.Trowbridge@gsa.gov" by COB of the closing date. These are the only changes accomplished by this modification. The government proposes to purchase services necessary to accomplish the following SOW. GENERAL SERVICES ADMINISTRATION FEDERAL TECHNOLOGY SERVICE IT SOLUTIONS GREATER SOUTHWEST REGION STATEMENT OF WORK 2.0 NEEDS STATEMENT Lackland AFB requires a comprehensive System Design and Site Analysis (SD/SA) to document the requirements and specifications to enhance their land mobile radio (LMR) system. The LMR system will provide radio communications for base support personnel. The system will initially operate as a standalone site(s) and shall be capable of being incorporated into the San Antonio Radio Trunking System (SARTS) wide-area system. SD/SA activities shall comprise of site surveys, preliminary system design, design review and result in delivery of a System Design & Implementation Document (SDID). The SDID document shall describe the Lackland?s requirements and technical specifications to procure a ?turnkey? LMR system. The SDID shall have all information required to release a Category I Customer Requirements Statement (CRS) under the BRS program. The subject areas to be covered in the SDID are listed under the ?System Design & Implementation Document? section of this document. Note: The vendor shall address each of the following paragraphs of this document in their proposals. Any items that are not specified in this document but are considered value-added to the government should be listed as options in the vendor?s proposal. 3.0 PROGRAM OBJECTIVES 3.1 The vendor shall perform a site survey to enhance the current trunked LMR system located on Wilford Hall Medical Center. The following tasks are required as part of this System Design/ Site Analysis: ? Determine the feasibility of several alternate repeater locations (3 locations identified). ? Provide a detailed coverage map for each of the 3 possible locations. ? Identify and design a new RF site or sites, to replace Wilford Hall, which shall include all the necessary equipment. ? Design an in building coverage system for Wilford Hall. ? Plan the transition and cutover from the existing Wilford Hall site to the new location site(s). ? Identify and design the Medina site to solve coverage deficiencies in the Medina Annex. ? Design a Dispatch Console system for Security, Fire, Wilford Hall, 149th, and the 433rd. 3.2 As part of the site survey, it is anticipated that 4 antenna sites and 5 console operator locations will be surveyed, and representatives from approximately 3 radio user groups will be interviewed during the site survey. The vendor shall design two independent trunked RF sites to provide RF (Radio Frequency) coverage for base support radio users operating mobile and portable radio units throughout Lackland AFB and the Medina & Kelly AFB Annexes. The two independent sites shall be interfaced at the Central Electronics Bank (CEB). 3.3 The system design shall use UHF (Ultra-High Frequency), 12.5kHz-narrowband capable equipment that complies with the National Telecommunications and Information Administration (NTIA) directives. The vendor shall design a system that supports the P25 guidelines for Common Air Interface digital operation and continues to support existing analog trunked radio users. 3.4 Lackland AFB desires a system that has the flexibility for future expansion and technological upgrades. Also, a system with the flexibility to support analog, digital, wideband, narrowband, clear, or secure will facilitate migration and interoperability. The system design shall provide interoperable communications between Lackland AFB and the planned San Antonio wide area trunked radio system. 3.5 The new LMR system shall also meet the following general requirements: ? Operate using trunked LMR technology on 17 UHF frequencies. ? Capable of the DES-OFB (data encryption standard ? output feedback) encryption algorithm. ? Support approximately 20 console operator positions ? Migratable to be integrated into the future San Antonio wide area trunked network 4.0 SD/SA REQUIREMENTS 4.1 PROGRAM MANAGEMENT Program Management shall be provided throughout the SD/SA effort. The vendor shall describe their established Program Management service offerings for SD/SA efforts. Vendors shall list their program management services. 4.2 SYSTEM ENGINEERING Systems engineering services, as described below, shall be provided for the SD/SA. The vendor shall describe their established Systems Engineering services offered for SD/SA efforts. Vendors shall list their system engineering services. 4.3 SITE SURVEY 4.3.1 The vendor shall perform a site survey to evaluate the existing communication system and subscriber equipment. The vendor shall examine the existing repeater site located at Wilford Hall Medical Center and note which equipment will be upgradeable for re-use on the new system design. The vendor shall inspect the Wilford Hall Medical Center (WHMC) building for the purpose of designing an in-building antenna system to provide in-building RF coverage. 4.3.2 During the site survey, the vendor shall assess the Lackland terrain. The vendor shall identify an appropriate location(s) to replace the WHMC site. The new site(s) shall provide adequate level of RF coverage for Lackland AFB operations. The vendor shall also identify an appropriate site(s) to provide RF coverage for the Medina Annex area. The proposed sites shall be subject to the approval of Lackland AFB personnel. The vendor shall determine all necessary site preparation work for each new site. 4.3.3 Vendors shall describe their site survey methodology. A listing and description of a vendor?s site survey elements is requested. 4.3.4 The vendor shall also examine five possible locations for new console operator positions and a location for a system management terminal. 4.4 USER INTERVIEWS The vendor, in coordination with Lackland AFB representatives, shall interview representatives from three (3) key radio user groups. The vendor shall document each interview on an interview form. At a minimum, the vendor shall gather information about the following: user requirements, required and desired radio features and capabilities, radio use locations, types and quantities of radio equipment and accessories, talkgroup plans, and required interoperability. The vendor shall interview the LMR system manager(s) to determine diagnostic and maintenance requirements. The vendor shall interview dispatch console operators to obtain functional requirements. The vendor may suggest other individuals to interview. The overall findings and conclusions from the site survey and user interview results shall be documented in the Site Survey and User Interview Report (see Section 5 ? Deliverables). 4.5 LACKLAND AFB RESPONSIBILITIES Lackland AFB shall provide the following in support of the Site Survey: ? Access to all sites, including transportation to remote sites which are inaccessible by passenger vehicle ? An escort that can provide the Survey Team with access and authorization to enter any existing or proposed system equipment site ? A single point of contact (POC) and a minimum of one alternate POC for the purposes of coordinating events with vendor?s POC ? Facilities to conduct required meetings and interviews 5.0 SYSTEM DESIGN The vendor shall use the information gathered during the Site Survey and User Interviews to design a LMR communications system. The design shall address Lackland AFB current and future needs as well as comply with the requirements described in ?Design Objectives for New System? section. The System Design shall address the following: 5.1 SYSTEM INFRASTRUCTURE The vendor shall recommend an appropriate infrastructure design. The vendor shall identify existing infrastructure equipment (base, repeaters, desktop consoles, dispatch operator positions) that can be reused or upgraded for use on the new system design. If additional materials or labor shall be necessary to upgrade the existing equipment, the vendor shall provide an estimate for these. The vendor shall analyze and compare upgrade versus new equipment purchase estimates. The analysis results shall be presented to Lackland AFB in the SDID. 5.2 SITE LOCATIONS The vendor shall suggest two suitable new site locations to replace the Wilford Hall Medical Center site and to cover the Medina Annex area. Site locations shall be expressed in longitude and latitude geographic position. The vendor shall provide information to assist Lackland AFB to select the most appropriate locations. This information may include level of coverage delivered and general site preparation requirements. The vendor shall note the site support and site preparation necessary for these locations. These shall be described in the Site Support Specification section of the SDID. 5.3 COVERAGE ANALYSIS The vendor shall perform an in-depth RF coverage analysis and provide coverage prediction maps for each proposed RF site. The coverage prediction shall be performed using three (3) arc second U.S. Geological Survey database. The coverage computation shall use a tile-by-tile method to allow data points to be evenly spaced throughout the coverage area. The vendor shall assume that the portable radio antenna height is at waist level. The coverage maps should display the following. ? 95% coverage reliability for mobile, both talk-in (radio unit to repeater) and talk-out (repeater to radio unit) ? 95% coverage reliability for portable in-street, both talk-in and talk-out ? 95% coverage reliability for portable in-building, both talk-in and talk-out (where a medium sized building with an average 11 dB loss shall be considered) The coverage maps will be provided as part of the SDID. 5.4 FREQUENCY ANALYSIS The vendor shall analyze the Lackland AFB frequencies and generate a frequency plan. The frequency analysis should include a transmitter noise/receiver desense and intermodulation study for each RF site. If any intermodulation or RF interference issues exist, the vendor shall make recommendations for filtering equipment or changes in the frequency plan. The vendor shall submit results of the frequency analysis as part of the SDID. 5.5 CONNECTIVITY DESIGN The vendor shall design the system connectivity requirements for each RF, dispatch console, and system manager terminal site. The vendor shall specify private microwave, T1 facilities or leased analog lines in each case. The Connectivity Design shall be included in the SDID. 5.6 INTERFACE DESIGN The vendor shall design interfaces to enable the system to interoperate with the planned San Antonio wide area trunked radio system. The vendor should, where practicable, design interfaces into the Brooke Army Medical Center (BAMC) site. The Brook Army Medical Center is currently operating a Motorola Automatic Multiple Site Selection in the 406-420 MHz range. 5.7 TRANSITIONPLANNING The vendor should, where practicable, incorporate any existing government equipment in the new design. The vendor shall establish a plan for the government to transition from the existing system to the new system, including the cutover from the WHMC site to the replacement site. The Transition Plan shall be included in the SDID. 5.8 RELIABILITY The vendor shall suggest alternatives to maximize system reliability. 5.9 DISPATCH CONSOLES With input from radio system users, the vendor shall determine the suitable number and locations of the console dispatch positions. The vendor shall identify the appropriate connectivity and the electrical power requirements. 5.10 SYSTEM MANAGEMENT TERMINALS The vendor shall recommend an appropriate location for the system management terminal (SMT). The SMT will be used for diagnostics, programming, and maintenance of the system. The vendor shall identify the appropriate connectivity and the electrical power requirements. 5.11 CRITICAL DESIGN REVIEW (CDR) Lackland AFB representatives and the vendor?s survey team will meet for the Critical Design Review (CDR). The purpose of this meeting is for Lackland AFB personnel to thoroughly review the communication system design being recommended by the vendor, resolve any questions, and modify the design as necessary. The vendor will conduct a presentation that will describe the recommended LMR system solution, predicted coverage area, major equipment components, equipment site support requirements, system design alternatives, the services necessary to implement the system, and a budgetary price estimate. At the conclusion of the meeting, the system design will be finalized and participants will have a clear understanding of the communication design. The CDR shall be conducted at the vendor?s location. 6.0 DELIVERABLES 6.1 SITE SURVEY AND USER INTERVIEWS REPORT The overall findings and conclusions from the site survey and user interview results shall be documented in a report. The report shall state the current state of Lackland AFB?s communications system. The report shall state the assessed current and possible future needs of the radio users. The site survey report will cover the design requirements and shall offer preliminary design considerations. The report shall also describe the recommended site locations (and site assessments), available antenna height, interoperability needs, current system limitations, secure communication needs, console operator needs, and subscriber radio requirements. Issues for consideration or that require resolution will be identified in the report. Areas of concern noted during the survey will be addressed with Lackland AFB during the CDR. 6.2 SYSTEM DESIGN & IMPLEMENTATION DOCUMENT (SDID) Upon completion of the final system design, the vendor shall submit an SDID in hardcopy (one copy) and CD ROM (one CD) formats. At a minimum, the SDID shall include the following: 6.2.1 System Design The System Design section of the SDID shall include the engineering design analysis documentation used to arrive at the recommended LMR system design. It shall also include a complete description of the design and shall include: ? System Description ? System Diagram(s) ? RF coverage analysis (for each site and for the entire system) ? Frequency analysis ? Traffic analysis ? General Equipment List ? Connectivity diagrams/list ? Migration plan (from current system to new system) 6.2.2 SITE SUPPORT SPECIFICATION The Site Support Specification section shall cover site development, site preparation, and other site support issues for all key infrastructure equipment locations (repeater stations, system ?hub? equipment, dispatch consoles, etc.). It will describe specifications for required site preparation necessary for the installation of required fixed network equipment (FNE). All site work must be designed using a recognized LMR site development standard. In their proposal, the vendor shall describe the standard that will be followed. The Site Support Specification section will also specify all preparation work that must be completed prior to commencement of equipment installation. The vendor shall identify if new road construction shall be necessary to access a site. Specifications will include tower and shelter requirements related to size, location, orientation, electrical needs, grounding, HVAC, lighting, needed equipment space, and floors and foundations. It shall include the following items (as appropriate). ? A site layout plan (top view) of the equipment ? Equipment specifications to include height, length, width, and weight ? An engineering drawing depicting location and orientation of the equipment shelter, wall penetrations, and any required tower ? Electrical equipment and power requisites ? Environmental requirements for housing communication equipment ? Grounding requirements ? Connectivity requirements ? Appropriate system drawings and tables 6.2.3 STATEMENT OF WORK The Statement of Work (SOW) shall fully describe the recommended LMR system technical and implementation requirements. The SOW shall include: ? Description of the technical requirements of the system (based on the System Design section of the SDID) ? System implementation requirements including: ? System staging ? Site preparation/development ? Equipment installation ? Optimization ? Acceptance testing ? Cutover planning ? Logistics Support ? Spare parts requirements ? Training ? Recommended Maintenance 6.2.4 Project Budgeting Information As part of the SD/SA effort, the vendor shall provide budgetary pricing information for a ?turn-key? system implementation effort. At a minimum, the budgetary pricing information shall be broken down into the following areas: ? LMR System Infrastructure equipment ? LMR System Implementation services ? Site Development (including towers, buildings, other site equipment) ? Subscriber equipment ? Estimate to modify/upgrade existing equipment for new system ? Optional system enhancements ? On-going system support 7.0 PROJECT SCHEDULE The SDID and all related documentation shall be completed no later than 90 days after completion of the Site Survey. The vendor shall describe their established process for projects of this magnitude, with emphasis on a comprehensive approach. The vendor shall identify key milestones for the system design process. The vendor shall describe the milestones with reference to days after contract award. The schedule shall include, but is not limited to: ? Site Survey ? Site Survey and User Interviews Report ? Critical Design Review (CDR) ? Submittal of Draft System Design and Implementation Document (SDID). Lackland AFB will be given an opportunity to review the draft and submit any changes or required clarifications to the report ? Submittal of Final System Design and Implementation Document (SDID) 8.0 PROPOSAL REQUIREMENTS The vendor shall provide a firm-fixed price proposal to conduct the site analysis, design the system and provide the requested deliverables. 9.0 GSA CONTRACTING OFFICER/POINT OF CONTACT Ms. Janelle Feltman 727 E. Durango Blvd. A105 San Antonio, Texas 78206 Phone: (210) 472-5512 FAX: (210) 472-5054 Email: Janelle.Feltman@gsa.gov 10.0 INVOICING (RECURRING SERVICES) Billing will be accomplished on a monthly basis. The monthly rate will encompass all hours performed and all Other Direct/Travel Costs incurred during the billing period. Invoices for recurring services will include a statement from the authorized Client Representative that labor, travel and ODC costs billed during the billing period are acceptable. CONTRACTOR MUST SUBMIT CLIENT ACCEPTANCE FOR RECEIPT OF GOODS OR SERVICE WITH INVOICE. FAILURE TO DO SO WILL RESULT IN AUTOMATIC INVOICE REJECTION. 11.0 SECTION 508 COMPLIANCE All electronic and information technology (EIT) procured through this task order must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.accessboard.gov/sec508/508standards.htm - Part 1194. The contractor shall indicate for each line item in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. Further, the proposal must indicate where full details of compliance can be found (e.g., vendor's website or other exact location). 12.0 PERSONAL SERVICES The client representative has been briefed on the avoidance of personal services and those actions that represent personal services. The client agency has determined use of the GSA requirements contract to satisfy the requirements of this task order is in the best interest of the Government, economic and other factors considered, and this task order is not being used to procure services prohibited by Subpart 37.1 of the Federal Acquisition Regulation (FAR). 13.0 OTHER The Contractor shall notify the Client Representative if, in its opinion, the cost to perform directed work exceeds the value of the delivery order, or if the work is outside the scope of this delivery order. The Client Representative will make the final determination on these issues. Award will be made on a Best Value basis. Technical evaluation based on past experience with OEM equipment, technical approach and past experience on similar projects. Technical evaluation results will be significantly more important than price. POC for this task is Janelle Feltman, 210-341-8356.
 
Place of Performance
Address: Wilford Hall Hospital, Lackland AFB, Tx,
Zip Code: 78236
 
Record
SN00365370-W 20030709/030707213834 (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.