Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2004 FBO #1061
SOLICITATION NOTICE

A -- RFI on COMMUNICATIONS INFRASTRUCTURE SYSTEM by the US Army Communications-Electronics Research, Development and Engineering Center (CERDEC) and the US Army Corp of Engineers (ACE) NY District, previously posted as W15P7T-04-R-P419

Notice Date
10/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-05-R-P411
 
Response Due
11/16/2004
 
Archive Date
1/15/2005
 
Small Business Set-Aside
N/A
 
Description
I. PURPOSE. The purposes of this Request for Information (RFI) are to solicit early industry involvement in defining a communications infrastructure system for data and voice to support municipal operational agencies, and to seek information about potential bidders. The system will transmit and receive data related to Near Real Time Video (Closed Circuit Television (CCTV)) for alarm assessment and surveillance, Intrusion Detection Systems (IDS) and Electronic Access Control (EAC), as well as to prov ide for land mobile radio type of service. The area of interest spans nine NY state counties: Westchester, Ulster, Schoharie, Sullivan, Green, Duchess, Putnam, Delaware, and Orange. Note that this area includes mountains. The system will support up to 1 500 voice and data sources, including up to 750 mobile voice and (some) mobile low rate data users. The system should reach all fixed users and provide 85% coverage for mobile users in the area of interest. For the purposes of traffic assumptions, assume that there will be 6 to 12 centers that have concentrated traffic requirements from other users, and between these centers with an additional traffic requirement between up to 3 of these centers related to database information exchange. Most traffic exce pt CCTV is full duplex. If your proposed solution involves towers, assume that perhaps 10-15 existing towers in the area could be used and any additional would have to be constructed. Buying or leasing of spectrum is an option to the extent that such spe ctrum might be available. Licensed band operation is strongly preferred. II. TARGET CAPABILITIES. The communications infrastructure shall provide connectivity to fixed sites and mobile voice users throughout the 9 county areas and include the following capabilities: (a) Provide voice, data, and (compressed) video infrastructure . (b) Serve voice users in fixed facilities, vehicles, boats, aircraft, and on foot. (c) Operate in various terrain and weather conditions. (d) Be reliable, scalable, secure, and resilient (including resistance to cyber attack). (e) Provide robust routing and the ability to automatically reroute in case of link or node failure (i.e., avoiding single point of failure and delays in rerouting). (f) Minimize training requirements for both users and systems personnel. (g) Provide awareness of outages automati cally, isolating to specific problem to the extent practical, and also provide quality of service information. (h) Provide for interoperability between users of different systems. (i) Use affordable, proven commercial approaches to minimize cost and mana gement burdens. (j) Minimize operational, maintenance, and sustainment costs. III. INFORMATION REQUESTED. Responses to this RFI should identify the most promising opportunities; recommend the approach, architecture, implementation strategy, and transition/migration strategies and timelines, which should be considered in optimizing the fixed and deployable infrastructure. The responses should be structured into sections according to the following outline: (a) System Concept should include (1) Advantages, disadvantages, and constraints. (2) Known risks and risk mitigation strategie s. (3) Time to implement. (4) Training expectations. (b) Technical Alternatives should include (1) Describe the likely alternative architectures. (2) For each alternative identified discuss the advantages and disadvantages of each and provide a rational e for the recommended approach. (3) Briefly discuss risks and their mitigation and change management for the recommended approach. (c) Implementation Strategy should (1) Discuss the conceptual basis for obtaining the best value on the services and product s necessary. (2) Identify metrics to best evaluate return on investment. (3) Include a recommended strategy for the development, implementation, migration support, licensing, training, operations, and maintenance. (4) Include a description of the method olo gy to identify and evaluate user needs and to ensure the needs are addressed in the communications system. (5) Discuss why respondents approach is preferred and how it assures the technical, cost and schedule success of the program and maintain competitio n. (d) Previous Success should provide a description of the respondents expertise in (1) radio frequency (RF) design engineering, (2) construction and maintenance of communications systems including (3) the expertise of firm principles and senior project m anagers. IV. INSTRUCTIONS TO RESPONDENTS. This is considered a new requirement; therefore there is no previous contract information available. This notice is for planning purposes only. Firms are invited to submit the appropriate documentation as described abov e in addition to any literature, brochures, and references necessary to support their capabilities necessary to meet or exceed the stated requirements. There is a limit of thirty (30) pages of information, specifically prepared in response to this Sources Sought Notice. Additional previously developed information such as preprinted brochures operating/maintenance/users/ training manuals may be included along with responses and shall be submitted via e-mail to US Army Communications-Electronics Research De velopment and Engineering Center (CERDEC), at e-mail address SPO_RFI_2004@ems.sed.monmouth.army.mil or by mail to US Army Communications-Electronics Research Development and Engineering Center (CERDEC), ATTN: AMSRD-CER-HLS, Fort Monmouth, NJ 07703. V. RESPONSE FORMAT. Responses must include the following: (1) solicitation number, (2) name and address of firm; (3) size of business including: average annual revenue for past three years and number of employees; (4) ownership, indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUB-Zone, Service Disabled Veteran-Owned, and/or Veteran-Owned Business; (5) number or years in business; (6) two points of contact including: name, title, phone, fax, and e-mail address; (7) DUNS Number (if available); (8) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (9) a list of customers for relevant work performed during the past five years, including a summary of work performed, contract number, contract type, dollar value for each contract referenced, and a customer point of contact with phone number; (10) Requested information as outlined in section III above. This synopsis is for information and planning purposes only, and is not to be construed as a commitment by the government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of the evaluation. The government reserves the right to consider a small business set-aside or 8(a) set-aside based on responses hereto. The closing date for responses is 16 November 2004. Original Point of Contact is Carmel M. Costa, Contract Specialist at 732-532-3570. E-mail your questions to carmel.costa@us.army.mil or Julianne M. Magee, Contracting Officer at 732-427-1499. E-mail julianne.m.magee@us.army.mil Original Point of Contact Carmel Costa, 732/532-3570 Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center, Carmel.Costa@us.army.mil or Julianne.M.Magee@us.army.mil Place of Performance Address: US Army Communications-Electronics Command, CECOM Acquisition Center, ATTN: AMSEL-AC-CC-RT-ZE, Building 1208 Fort Monmouth NJ Postal Code: 07703-5008 Country: US
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00696802-W 20041022/041020212020 (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.