Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2005 FBO #1222
SOLICITATION NOTICE

R -- RADIO DISPATCH AND COMMUNICATIONS SYSTEMS SUPPORT SERVICES WITHIN GOLDEN GATE NRA, COUNTIES OF SAN FRANCISCO AND MARIN

Notice Date
3/30/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
PWR - GOGA Golden Gate NRA National Park Service Administration (Contracting) Bldg. 201, Fort Mason San Francisco CA 94123
 
ZIP Code
94123
 
Solicitation Number
N8151050020
 
Response Due
5/16/2005
 
Archive Date
3/30/2006
 
Small Business Set-Aside
N/A
 
Description
This procurement is unrestricted. This solicitation will be available on or about April 14, 2005. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. NAICS code for this project is 811213 and the small business size standard is $6.0 million. Project Title: RADIO DISPATCH AND COMMUNICATIONS SYTEMS SUPPORT SERVICES. Solicitation No. N8151050020. The National Park Service, Golden Gate National Recreation Area (GGNRA), has identified a requirement to acquire non-personal maintenance management and related support services for the GGNRA RADIO DISPATCH AND COMMUNICATIONS SUPPORT SYSTEM (RDCSS), for a one year base period and four (4) one year option periods. The RDCSS consists of the following systems and related equipment as further listed in the Request For Proposal (RFP): (1) A two site Motorola Smartnet Radio for police, fire, and ranger public safety personnel; (2) The Motorola Centralink II E911 telephone system; (3) The Motorola cellular emergency call box system; (4) PEC Corporation computer aided dispatch (CAD) system; (5) Voice Call Logging Recorder system; (6) Video Recorder system linked to system security; (7) Back-up power and other power distribution equipment. The non-personal services are as follows: (1) Furnish all labor, supervision, tools, materials, software, equipment, parts, supplies, test and diagnostic and measuring equipment, technical library, non-GFE spare parts and transportation necessary to manage the maintenance requirements of the RDCSS, unless otherwise specified herein; (2) Perform maintenance system management including all levels of repair to insure that all systems and subsystems of the RDCSS are fully functional and reliable; (3) Establish and maintain a complete quality control program with system-wide preventive and remedial maintenance. SELECTION CRITERIA: Selection criteria which represent the factors and sub-factors that will be used in evaluating proposals are listed in descending order of importance: (A) EXPERIENCE: (A)(1) Depth of experience doing work of a similar size and nature; (A) (2) Personnel Qualifications and Proposed Roles of Management and On-Site Support Technicians to perform maintenance system management at a level of the OEM standards for a system of a similar type, size and nature; (A)(3) On-Site and Depot Level Maintenance Systems Support demonstrating experience in resolving complex radio communications maintenance problems with short response and resolution times; (A)(4) Maintenance Systems Management Capability demonstrating experience to support the integration of subsystems into an overall system, and ability to implement, maintain and document a comprehensive program for quality control, preventive maintenance and equipment tracking; (B) PAST PERFORMANCE: (B)(1) The offerors shall demonstrate successful performance of similar services, done so within the preceding five (5) years; and performed under one or more contracts awarded by the Department of Interior, one or more of its sub-organizations or another Federal, State or Local entity; (B)(2) The offerors shall demonstrate relevant past performance by inclusion of dates, locations, customers, points of contact, and, the management structure that was used to accomplish that work; (B)(3) Customer Service; (C) PRICE: Is not scored. However price will be evaluated. The Technical Evaluation Panel will consider "Experience" to be twice as important as "Past Performance" and "Price" to be equal to "Past Performance". The site visit to GGNRA RDCSS sites will be announced in the RFP. Responses will be due approximately 30 days following the issuance of the solicitation. Search referencing the solicitation no. N8151050020, Department of the Interior, National Park Service. The point of contact for the solicitation is Linda Wong, Contracting Officer, National Park Service, Golden Gate NRA, Fort Mason, Building 201, San Francisco, CA 94123. Email address is Linda_wong@nps.gov and telephone number is (415) 561-4797. All responsible business concerns may submit a proposal, which if submitted in a timely manner, will be considered. The National Park Service encourages the participation of small, disadvantaged, and women-owned business concerns. In order to download a copy of the solicitation, vendors will be asked to register their company with the electronic commerce website. Be prepared with your company's DUNS number, available from Dun and Bradstreet at (888) 546-0024, and your Federal Tax Identification Number (TIN). All vendors should pre-register to save time, by logging onto the Central Contractor Registration (CCR) website at http://www.ccr.gov. Available files to download will be in one, or a combination, of the following formats: HTML, Microsoft Word 97, Microsoft Excel 97, or Portable Document Format (pdf). Free downloads of "reader" software are available for the latest version of Adobe Acrobat Reader at http://www.adobe.com. Responses from Offerors will be accepted at the address listed in the solicitation in hard copy with manual signature of authorized company official. Facsimile of offers shall NOT be accepted. The Government reserves the right to cancel this solicitation. This announcement does not constitute the solicitation.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1761282)
 
Place of Performance
Address: San Francisco County and Marin County, CA
Zip Code: 94123
Country: USA
 
Record
SN00778803-W 20050401/050330212336 (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.