Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2004 FBO #1027
SOLICITATION NOTICE

N -- Paging Software

Notice Date
9/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1850 Mekong Street, Building 6222, Fort Carson, CO 80913-4323
 
ZIP Code
80913-4323
 
Solicitation Number
W911RZ-SOFTWARE
 
Response Due
9/19/2004
 
Archive Date
11/18/2004
 
Small Business Set-Aside
Total Small Business
 
Description
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. DESC:This is a combined synopsis/solicitation for commercial i tems prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Description: The U.S. Army, Fort Carson, Colorado intends to negotiate a sole source purchase order with Motorola, Inc. Colorado Springs, CO for 1 each installation of radio system software. This is a sole source procurement under the Simplified Acquisition Procedures , and Other Than Full and Open Competition (FAR 6.320-1). THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES, however; any firm that believes it can meet the requirements may give written notification to the Contracting Officer within two days from the d ate of the publication of this synopsis. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirements listed above. Responses received will be evaluated, however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Government will proceed with the sole source negotiation. Responses are due COB 19 September 2004, 3:00(MST). Responses shall be submitted via e-mail to the following address:patricia.richmond@carson.army.mil. Telephone requests or inquiries will not be accepted.1. PURPOSE The purpose of this document is to describe the requirements for the purchase and installation of the Motorola Full Vision paging system software that will be used with the Fort Carson, CO. radio system. The radio systems are for Fire Dept, Range Control facilities and unit headquarters. 2. SCOPE OF WORK Services to be provided shall include: 1) Purchase of the required software and parts. 2) Installation of the software in accordance with Motorola and software applications. 3. BACKGROUNDS AND OBJECTIVE The Directorate of Information Management (DOIM) provides the base support trunked radio system, (BSTRS), for Fort Carson, CO and supported activities and locations. At the present, there is no means of unattended notification if there is a major alarm on the BSTRS system. Unattended notification consists of a system failure-affecting customers that call in a trouble to the help desk, who then attempt to contact the BSTRS manager. The Motorola 4.1 trunking system handles over 2000 users for all critical multi-aid; such as, Military Police and Fire Department, as well as, for normal radio communications for Fort Carson and Pinon Canyon Maneuver Site. This capability is required to provide advance warning to the BSTRS manager of specific alarms to ensure p roper maintenance is performed, in many cases preventing customer outages before they occur. This capability is a valued requirement to keep the 10 million dollar trunking system continuously operational and available. 4. SPECIFICATIONS APPLICABLE STANDARDS The primary standard for the design and installation of the paging software shall be in accordance with Motorola, and the software specifications. All local codes and regulations shall be strictly observed. CONTRACTOR QUALIFICATIONS The Contractor shall provide the necessary personnel resources, materials, and equipment to fulfill the requirements of this contract. The Contractor shall have the knowledge and the proper training required to upload and set parameters for the paging software. The contractor will be an authorized Motorola agency to handle any required equipment or software downloading issues. The Contractor shall adhere to all OSHA and local safety regulation. 5. PROJECT OVERVIEW The installation of equipment and software will be at the main radio site on Fort Carson, CO. 6. PAGING SOFTWARE AND EQUIPMENT INSTALLS The paging software and equipment consist of the following breakdown for a 4.1 trunking system: Software: SQM01SUM0141 Add-on Zone Database model, Z07AA Alphanumeric Paging Equipment: L3174 3810 Plus Modem, V.34, V.32, TKN9113 10ft cable, modem to server. INSTALLATION DETAILS All equipment will be mounted and installed in accordance with equipment spec sheets and Motorola R56 standards. ADDITIONAL INFORMATION The government POC prior to the commencement of alternate work shall approve any changes to the installation design. The Contractor shall clean up all debris associated with the cable installation. CONTRACTOR PROVIDED EQUIPMENT The Contractor is responsible for providing: Software: SQM01SUM0141 Add-on Zone Database model, Z07AA Alphanumeric Paging Equipment: L3174 3810 Plus Modem, V.34, V.32, TKN9113 10ft cable, modem to server 7. TESTING Paging software and equipment will be tested in accordance with Motorola and software applications. Testing shall be performed with all components in place. Results of each install test shall be provided as part of the project documentation. Test equipment used on the project shall have been recently calibrated (within past 6 months) and calibrations shall be traceable to the National Institute of Standards and Technology (NIST). 8. ACCEPTANCE The Contractor shall test the equipment and software installation and demonstrate that it is operational and meets specifications before final acceptance of the installation is made. All work is subject is visual and operational inspection prior to accepta nce. 9. WARRANTY All provided hardware, and components, and workmanship shall be warranted for a period of one year or the duration of the OEMs warranty, whichever is longer. The warranty shall cover all materials and labor necessary to resolve any problems resulting fro m defects in materials or workmanship. The warranty period shall commence upon completion of the project and receipt of all documentation. 10. DESIGN REVIEW/COMPONENT SELECTION Prior to commencement of work, the Contractor shall provide a design and implementation plan for the project. This plan shall be subject to approval by the Government and shall be utilized by the Contractor to complete the installation. The design shall address the requirements specified in this document. Components and methods to be used in the project will be reviewed at this time. The design should include layouts of the entrance facility, telecommunications closet, and the computer room. Cable labeling and testing schemes will be finalized at this time. The outcome of the design review shall be an installation design, along with installation drawings and documents that will be used by the Contractor for the premise installation work. The DOIM Project Manager prior to starting the installation shall appro ve these documents. 11. SCHEDULING AND INSTALLATION HOURS OF WORK. The contractor will provide coverage at the specified government site during the following hours. Monday through Friday, 08:00 Am to 16:00 Pm. work week. All tours of duty are subject to change to meet workload requirements. Any variation from the above sc hedule will require POC approval prior to contractor performance. DURATION OF TASK The desired start date for this task is 29 September 2004 with an estimated end date of 30 September 2004. An orientation meeting between Agency, Contractor, and Project Manager is required on the start date of task. 12. COST ESTIMATES Cost estimates based on the specifications and requirements contained in this document shall be provided. Costs shall be broken out for the labor on individual types of installs, and parts required. 13. DOCUMENTATION All provided documentation shall remain the sole property of the government and will be returned upon completion of the task The following documents shall be provided within 7 days of project completion: 1. Licenses and software for the paging software. 2. OEM documents for all components used in the project.
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1850 Mekong Street, Building 6222 Fort Carson CO
Zip Code: 80913-4323
Country: US
 
Record
SN00675089-W 20040918/040917084403 (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.