Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2005 FBO #1347
SOURCES SOUGHT

58 -- Provide Trunked Land Mobile Radio (LMR) Systems and Radio Communication Repair and Maintenance Services

Notice Date
8/2/2005
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of Justice, Bureau of Prisons, Construction Contracting, 320 First Street, NW, Room 5002, Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
RFPX000535
 
Response Due
9/1/2005
 
Archive Date
9/16/2005
 
Point of Contact
Laurie Williams, Contracting Officer, Phone 202-307-0954, Fax 202-616-6055, - Richard Formella, Contracting Officer, Phone 202-307-0954, Fax 202-616-6055,
 
E-Mail Address
llwilliams@bop.gov, rformella@bop.gov
 
Description
This is a Sources Sought Notice. This is not a request for proposals. The Federal Bureau of Prisons (FBOP) requires new, trunked, land mobile radio (LMR) systems to provide communications for officer safety and institutional operations. A typical configuration shall be a single site, trunked system, operating with-in UHF 406-420 MHz. The system shall have multiple repeater channels and use a 3600 baud control channel or higher. The trunked system shall dynamically and automatically assign a small number of frequencies to gain their maximum use. Each system must be equipped with an emergency alarm notification that must be received and transmitted through the trunking control channel. It is critical that immediate emergency notification be provided to a system dispatcher even when all voice channels are busy. The equipment shall include radio frequency (RF) infrastructure equipment and subscriber radios. Services will include: project management, systems engineering, design, staging, site preparation/development, equipment installation and optimization, acceptance testing, and training. In addition to infrastructure equipment, FBOP sites may require an equipment shelter of an adequate size to house the proposed infrastructure equipment and management terminals, as well as an adequate work space. Infrastructure installation may also specify a provision for self-supporting tower (PiROD SU Series, or equivalent). In some instances, system installation may integrate an Uninterruptible Power Supply (UPS). Site development could necessitate a generator to provide back up electrical power. This requirement will include radio communications repair and maintenance services to support the critical operation of FBOP two-way radio communications assets. This requirement must provide for the diagnostics, components, and technical services required for the restoration of defective radio equipment back to factory specified operating condition. Prospective vendors must be capable of servicing existing digital, analog, conventional and trunked radio formats comprising of Motorola 3600 baud trunking infrastructure, conventional base stations, portable, mobile, and control products utilized by FBOP institutions, as well as the new equipment and systems proposed under this requirement. Maintenance service will include, but not be limited to: 1.Handheld and mobile radio depot level repair and preventive maintenance; 2. Annual system Survey and Analysis visits for infrastructure optimization; 3. On-site response to system outages and restoration to system malfunctions on a 24/7 service window; 4. Infrastructure circuit board and module repair; 5. Nation-wide network monitoring and remote diagnostics; 6. Telephone technical support; and 7. Centralized system management and on-site dispatch function to provide coordinated maintenance scheduling logistics support, engineering support, scheduling of all technical activities, and performance reporting on all scheduled and corrective maintenance activities provided to Institutions. It is critical that each vendor, for this requirement, possess the capability to execute all equipment and service requirements. Comprehensive procurement and maintenance of all assets, by one vendor, will provide the FBOP assurance that all equipment will operate reliably under all circumstances, while eliminating the possibility of non-compatibility between individually serviced equipment. One vendor will ensure that the FBOP management of this program will not exceed current government work loads and resources. Participation by small, small dis-advantaged, HUBZone small businesses, women-owned businesses, veteran-owned businesses, and severe disabled veteran-owned businesses is encouraged. The point of contact is Laurie L. Williams, Contracting Officer, 320 First Street, NW, Room 500-6 Washington, D.C. 20534, phone number (202) 307-0954, and fax number (202) 616-6055.
 
Place of Performance
Address: FEDERAL BUREAU OF PRISONS, CONSTRUCTION CONTRACTING SECTION, 320 FIRST STREET, NW, 500-6, WASHINGTON, D.C.
Zip Code: 20534
Country: USA
 
Record
SN00860103-W 20050804/050802211840 (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.