Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2004 FBO #0853
SOLICITATION NOTICE

58 -- Radio Communications Expansion

Notice Date
3/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-04-R-0003
 
Response Due
5/18/2004
 
Archive Date
6/2/2004
 
Point of Contact
Jane Sutherlin, Chief of Office/Contracting Officer, Phone 910-432-2146, Fax 910-432-9345, - Karen Glass, Contracting Officer/Contract Specialist, Phone 910-432-6145, Fax 910-432-9345,
 
E-Mail Address
sutherlj@soc.mil, glasska@soc.mil
 
Description
The US Army Special Operations Command has a requirement for the purchase and installation of a Complete Communications Expansion system as indicated below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; no written solicitation will be issued. Bids are being requested and a written solicitation will not be issued. This procurement is UNRESTRICTED. Award will be made on the Best Value to the Government considering completeness of the equipment package proposed, demonstrated compatibility with existing requipment, Past Performance, and Price. These factors are in descending order of importance. Price becomes more important as the rating of the other factors becomes equal. The cost proposal shall have detailed information as to all labor requirement(loaded labor rates and estimated number of hours needed for each category), parts and material costs and any other direct or indirect charges. This action will be processed on a Firm Fixed Price utilizing fully loaded estimated number of hours, the loaded labor rates and materials to determine cost reimbursableness. Any changes that must be made to pricing discovered during performance will require a modification to the contract prior to execution. STATEMENT OF WORK: U.S. Army Fort Bragg requires an expansion to the existing, SmartZone ASTRO, digital, trunked, land mobile radio (LMR) system, which provides communications for Post personnel, and will [with this request] provide significant additional radio coverage west of Post. Fort Bragg requires a ?turnkey? effort to include engineering, required site preparation services, the furnishing of equipment and systems integration. The vendor shall address in their proposal each paragraph of this statement of work. Goals and Objectives 2.1 Program The vendor shall provide all equipment, project management, installation services and systems engineering services in support of the implementation, integration, and acceptance testing of the expansion described in this requirements statement. 2.2 System/Expansion The SmartZone System expansion at Ft. Bragg will increase radio coverage west of the Post by adding four radio sites. Ft. Bragg has identified and selected these sites and preliminary negotiations with the site owners have begun. The existing SmartZone switch must be used to connect these sites with Ft. Bragg?s current sites. Vendors must include the Controller expansion and channel bank expansion that will be required at the main Honeycutt SmartZone site. The RF sites will be linked together by leased T-1 and will operate in conjunction with the existing sites as a single SmartZone trunked radio system. Each of the additional sites must be quoted with four intellirepeaters with adequate channel banks, antenna system, proper grounding, back-up power, and appropriate ancillary items for completion of the project. The new sites, as mentioned in Section 3.3.4, are identified by location and antenna height position. After the SmartZone expansion is completed, all existing SmartZone radio users must be able to roam throughout the existing and expanded coverage areas in such a way that the radio automatically, without user intervention, switches between sites thereby allowing the user to maintain continuous communications. 2.3 Vendor Qualifications Vendors must be qualified LMR communications manufacturers. Equipment Dealers or System Integrators will not be considered. Vendors must include a company history and past performance references with their proposals. The past performance references must include similar SmartZone system expansion work. 3.0 Requirements 3.1 Program 3.1.1 Schedule Requirements The vendors shall provide a proposed schedule with their proposal to engineer, furnish, install and test the Fort Bragg LMR expansion. The schedule shall include, but is not limited to: Pre-shipment system integration test Site preparation Equipment installation and optimization System acceptance testing 3.1.2 Systems Engineering Requirements Systems Engineering services shall be provided through the completion of implementation. The services can include: Final expansion design Frequency analysis and planning Implementation support Integration support 3.2 Technical 3.2.1 Equipment Site Information The Fort Bragg System operates in the UHF 406-420 MHz band. New intellirepeaters, however, should be able operate in the 380-420 Mhz frequency window. Current Fort Bragg BSTRS Communications System Configuration: Fort Bragg is currently using a Motorola ASTRO SmartZone Project 25 defined Common Air Interface radio trunked system with DES-OFB encryption capability. The system utilizes narrow band, UHF frequencies (406-420 MHz) with all digital voice channels. The system is currently running Motorola's SZOLAR platform software. The system currently consists of two sites that are connected by landline T1?s. Site one is the master site known as Honeycutt Tower and is located on Main Post at the intersection of Honeycutt road and Knox Street. Site two is known as Sandstone Tower which is located on the western end of Fort Bragg at the intersection of Plank Road and King Road. Honeycutt consists of a 300 ft. guyed tower, five antennas, 18 Intellirepeaters, a SmartZone controller, MBX telephone interconnect system, encryption hardware, and central electronic banks for console connectivity. Sandstone consist of a 400 ft. free standing non-guyed tower, two antennae, and ten Intellirepeaters. Both sites are equipped with UPS and a backup generator. Vendor proposals must include any additional AC, UPS, or generator upgrades which may be required at these existing sites to handle this radio system expansion. 3.2.1.2 Frequencies: Contact the technical representative to discuss radio frequency plan. 3.3 Additional Radio Equipment/Sites 3.3.1 Connectivity Vendors must provide any required equipment for connectivity of the new UHF IR sites to the SmartZone radio system on Post. Fort Bragg will provide the leased T1 service. 3.3.2 Frequencies The system currently uses twenty-eight (28) licensed UHF frequency pairs that are allocated for trunked system operation. An additional 16 pairs are required for this radio expansion. The vendor shall perform a frequency analysis of the existing and new UHF frequencies for both intermodulation and transmitter noise receiver desense, and a frequency analysis to include existing frequencies at the expansion tower sites. 3.3.3 Expansion/Upgrade Requirements The contractor shall: Provide and install two UHF antennae on each new tower site, one transmit and one receive. Contractor to provide high gain antennae, mounting brackets/arms, transmission cable, cable hanger clamps, connectors, cable weatherproof boots for shelter, and grounding/lightning surge suppression equipment. Provide one 5 channel transmitter combiner, one receiver multicoupler and receive filter at each site. Contractor to provide all connectors and associated cables required to connect equipment to antennae and repeaters. When providing and installing four UHF IntelliRepeaters at each site, Contractor to provide all hardware, adequate channel banks, proper grounding, back-up power, and appropriate ancillary items for completion of the project. Contractor will provide necessary labeling to include channel number and operating frequencies of individual repeaters. Contractor to provide any necessary circuit boards or upgrades to existing SmartZone infrastructure and TeNSr channel banks, to facilitate the additional sites and channels. Government Furnished Materials - Existing system infrastructure equipment should, where feasible, be used in the new expansion. The Government [1112th Signal Bn] will furnish a list of all GFM for possible use with the new system if requested. 3.3.4 Site Locations and Information Honeycutt Site. The Highway Patrol tower site is at 35-07-13 Lat and 79-42-39 Long. The receive antenna can be placed at the 250ft level and the transmit antenna at the 230ft level of the tower. Vendors are to use the existing equipment shelter generator room. Cable trays, electrical distribution upgrade, and grounding system upgrades are to be provided as needed. Also, an emergency power generator/fuel tank [with security fence for the generator] is required for all equipment at the customer site. This generator will replace the generator to be removed to allow for the new site equipment. Electrical power and T1 start-up services are also requirements. Cedar Rock tower site is at 35-31-09 Lat and 79-53-26 Long. The receive antenna can be placed at the 250ft level and the transmit antenna at the 230ft level. This site will use the existing equipment shelter. Vendors are to quote grounding, electrical distribution and T1 start-up service. American Tower site is at 35-31-09 Lat and 80-22-13 Long. The receive antenna can be placed at the 150ft level and the transmit antenna at the 130ft level. An equipment shelter with HVAC, cable tray and concrete pad are required. A halo grounding system and tower ice bridge will be necessary as well. An emergency power generator with fuel tank to support the radio equipment is required, as well as electrical power and T1 start-up service. WYFQ tower site is at 35-02-52 Lat and 80-18-40 Long. The receive antenna can be placed at the 350ft level and the transmit antenna can be placed at the 330ft level. This site will require a new equipment shelter with HVAC, cable tray, and electrical distribution as needed. A halo grounding system and a tower ice bridge is a requirement. An emergency power generator with fuel tank and security fence for it must be provided. Electrical power and T1 service start-up are also requirements. 4.0 Training 4.1 No training is required. 5.0 Implementation Services Schedule 5.1.1 The contractor shall provide a firm-fixed price proposal to design, furnish, install, test and maintain the Ft. Bragg system expansion. The final system acceptance and all related documentation shall be completed no later than 130 days after award. The vendor shall describe their established process for projects of this magnitude and with emphasis on a comprehensive approach. The vendor shall identify key milestones for the final design, integration, installation, and testing of the system. The milestones shall be described with reference to days after contract award. The schedule shall include, but is not limited to: Design review to be conducted at Ft. Bragg Site preparation/development activities System installation and optimization Final system acceptance testing Program Management 5.2.1 Program Management shall be provided throughout the design and implementation of the system. The contractor shall describe their established Program Management service offerings in support of the program. At a minimum, the services shall include: Design planning Implementation planning Management of all system integration activities Acceptance testing Migration and cutover planning System Engineering 5.3.1 Systems engineering services shall be provided from the preliminary system design through the completion of system implementation and testing. The vendor shall describe their established Systems Engineering services offered in support of the program. At a minimum, the services shall include the following: System design Frequency analysis and planning Coverage design Implementation support Acceptance testing Final (as-built) system documentation 5.4 Site Preparation The vendor shall determine site preparation requirements. The vendor shall identify actions to be completed by Ft. Bragg and provide timeline for required completion. 5.5 Equipment Installation The vendor shall install the equipment specified in Sections 2.2 and 3.3.3, and any other equipment proposed to meet the requirements. Equipment installation should adhere to communications industry standards. The vendor shall indicate and describe to which standard their installation practices adhere. The vendor shall document any changes to the planned system installation and any issues that occur, along with their resolution. 5.6 Optimization The vendor shall optimize all RF equipment to ensure optimal performance. 5.7 Testing The vendor shall submit a system acceptance test plan to Ft. Bragg for review prior to system testing. System testing shall include operational and coverage testing of the RF sites. Coverage testing shall be priced as an optional item. 5.8 Acceptance Formal system acceptance shall be granted after completion of the acceptance test and/or a successful 30-day equipment burn-in period. 6.0 Logistics Requirement Spares 6.1. An adequate complement of spare infrastructure equipment shall be provided for critical system components. The spare equipment will ensure that repairs are performed as expeditiously as possible in accordance with the vendor?s maintenance response plan. The spares are to be priced separately as optional items. Technology Refreshment 6.2.1 The system shall be software based and readily accept software enhancements for technology updates. This may include performance enhancements, new features, and optional features. The vendor shall describe their technology refreshment process. The vendor shall offer a software support agreement that makes the latest software updates and releases available to Ft. Bragg. This offering must cover all infrastructure. This shall be priced separately as an optional item. 7.0 Lifecycle Service Requirements Warranty 7.1.1 The vendor shall provide a one-year manufacturer?s standard commercial warranty to correct possible defects in materials and workmanship. Vendor?s must have local warranty and/or maintenance service center support within 20 miles of Ft. Bragg. System Maintenance Service Requirements 7.2.1 All equipment being provided shall be added to the existing Fort Bragg SmartZone System Maintenance contract. Wrap around maintenance shall be provided such that the new equipment [with standard warranty] has the same response time and conditions as the equipment currently under maintenance contract. The vendor shall explain how it will provide and manage the services requested. The vendor shall provide an annual price that incorporates all of the System Maintenance Service requirements for the warranty year (base year) plus four option years. The base year will commence upon system acceptance. The Option Years may be exercised at any time by written notice to the Contractor prior to completion of the Delivery/Task Order and/or completion of any modifications to the Task Order. 8.0 Deliverable Requirements 8.1 The vendor shall provide adequate documentation of the final system design and implementation plans. The vendor shall supply a system manual. At a minimum, documentation shall include the following: System manual to include: System block diagram(s) System ?as-built? system documentation System installation plan System acceptance test plan and report 9.0 Proposal Requirements The vendor shall provide a firm-fixed price proposal to design, furnish, install, test, and maintain the Ft. Bragg system. NOTE 1: The vendor shall address each requirement paragraph in this document in their proposal. NOTE 2: Technology/features offered over and above the basic system/equipment requirement shall be proposed and priced as options in the proposal and accompanied with discussion of the value-added benefit to the Government. The offeror shall include information regarding scheduling, performance time and lead time on this requirement. Work can begin immediately following award of the contract on the ?Honeycutt site?. Performance on the other sites will be determine following the finalization of land use and lease agreements between the Government and the property owners. (Not the responsibility of the successful contractor on this action. The Technical Point of Contact for this action is Mr. Brian Quick, 910-432-3797. He may be contacted to discuss frequency issues or arrange for a site visit. ALL QUESTIONS MUST BE ADDRESSED TO THE CONTRACTING OFFICE. ANSWERS WILL BE POSTED BY AMENDMENT TO THIS ANNOUNCEMENT. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial; 52-212-2, Evaluation - Commercial Items, 52.212-3, Offeror Representations and Certifications - Commercial Items apply to this requirement; DFARS 252.212.7000, Offeror Representations and Certifications - Commercial Items apply to this requirement. The clauses at FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; DFARS 252.212.7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this requirement. Additionally, within FAR 52.212-5 the following clauses are applicable: 52.203-6 AI, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-9, 52.225-3, 52.247-64 apply. Within DFARS 252.212-7001 the following clauses are applicable: 52.202-3/252.225-7001, 252.225-7012; 252.225-7021, 252.225-7036; 252.247-2023 and 252.247-7024. Copies of all provisions/clauses in full text will be furnished upon receipt of a written request or may be obtained on the following website: http://farsite.hill.af.mil. Offerors who can furnish the required service, may submit, in writing, sufficient documentation to determine that the proposed requirement meets the Statement of Work addressed above and complete pricing for requirement. If products other than Motorola are proposed, the contractor will be required to provide a demonstration reflecting compatibility with existing equipment currently being utilized by the Government. Proposals are to be delivered to US Army Special Operations Command, ATTN: AOCO, Building E-2929, Desert Storm Drive, Fort Bragg, NC 28310-5200 not later than 1400 hours 18 May 2004. All responses from responsible sources submitting the required information will be fully considered. No additional synopsis will be published. Failure to provide adequate information to reflect compliance with the specifications of the required items here in will result in disqualification. Request for a solicitation will be considered nonresponsive. FAX proposals will be accepted. FAX questions may be submitted to 910/432-9345*****
 
Place of Performance
Address: The Area in and around Fort Bragg, NC
Zip Code: 29310
Country: Cumberland/Moore
 
Record
SN00555353-W 20040328/040326212950 (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.