Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2005 FBO #1474
MODIFICATION

A -- Public Safety Communication Requirement

Notice Date
12/7/2005
 
Notice Type
Modification
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
DHS - Direct Reports, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-05-R-00021
 
Response Due
1/4/2006
 
Point of Contact
Aaron Ford, Contracting Officer, Phone 202-254-6375, Fax 202-254-5398, - Aaron Ford, Contracting Officer, Phone 202-254-6375, Fax 202-254-5398,
 
E-Mail Address
Aaron.Ford1@dhs.gov, Aaron.Ford1@dhs.gov
 
Description
NOTICE: The purpose of this modification is to extend the due date for the submission of proposals from 1400 (2:00 PM Washington DC Time) December 14, 2005 to 1400 (2:00 PM Washington DC Time) January 4, 2006. BACKGROUND: The Department of Homeland Security?s Office of Interoperability and Compatibility?s (OIC) SAFECOM Program supports improved public safety communications and interoperability through the execution of Research and Development (R&D) as well as standards and architecture initiatives. The OIC serves to strengthen and integrate interoperability efforts that improve local, tribal, state, and Federal public safety preparedness and response. REQUIREMENT DEFINITION/DISCUSSION: In support of this mission, SAFECOM is initiating the Public Safety Five Year Communications Requirements project to develop quantitative parameters for the Networking section of the Statement of Requirements (SoR) v1.1 for Public Safety Wireless Communications and Interoperability as well as qualitative and quantitative requirements for the services/applications defined in the Services and Applications section of the SoR. The intent of this project is to identify five (5) year parameters and requirements for communications and interoperability that will provide a roadmap for industry to develop products that reflects public safety?s long term needs as stated in the SoR. The Department of Homeland Security anticipates awarding approximately 10 to 15 Firm Fixed Price contracts to Contractors with experience in one or more of the following Technology Areas (TAs), as identified within the Networking Section of the SoR: (1) Applications/Services?Mission Critical Voice, (2) Applications/Services-Mission Critical Video, (3) Network Performance?Personal Area Network, (4) Network Performance?Incident Area Network, (5) Network Performance?Jurisdiction Area Network, (6) Network Performance?Extended Area Network. Interested parties are encouraged to partner to develop collaborative proposals. Proposals do not need to address each of the six TAs in the SoR, but should instead focus on the TAs that the individual Contractor or Contractor team have expertise in. The Firm Fixed Price contracts will have a six month period of performance. This procurement will be a Best Value source selection using Full and Open Competitive Procedures in accordance with Federal Acquisition Regulation Part 15. The Department of Homeland Security anticipates the award of these Firm Fixed Price contracts to be February 2006. The applicable NAICS code for this procurement is 541990 and the applicable small business standard is $6.0 million. This procurement is unrestricted. There will be no pre-proposal conference associated with this procurement. All responsible sources may submit a proposal for consideration by the Department of Homeland Security. The formal Request for Proposals for this procurement will be posted onto the Federal Business Opportunities website on or before October 3, 2005. Interested parties are requested to submit the following information to the Contracting Officer via e-mail at Aaron.Ford1@dhs.gov: (1) Name of the Firm, (2) Address of the Firm, (3) Taxpayer Identification Number, (4) Dunn & Bradstreet Number, (5) Size of the business, (6) Point of contact information for the firm. Any questions concerning this synopsis should be directly e-mailed to the Contracting Officer at the following address: Aaron.Ford1@dhs.gov. See Numbered Note 26
 
Place of Performance
Address: At the Contractor's Facility
 
Record
SN00947131-W 20051209/051207211550 (fbodaily.com)
 
Source
FedBizOpps 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.