Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2006 FBO #1692
SOURCES SOUGHT

D -- Mobile PEP Radio Station

Notice Date
7/13/2006
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
 
ZIP Code
20135
 
Solicitation Number
W439526Y
 
Response Due
8/28/2006
 
Archive Date
9/12/2006
 
Description
The Federal Emergency Management Agency (FEMA), Mt. Weather Emergency Operations Center (MWEOC), Mt. Weather (Bluemont), VA intends to negotiate, on a sole source basis, with Harris Corporation, Melbourne, FL for the purchase of a Mobile Primary Entry Point (PEP) Radio Station as follows: 1. The end product, Mobile PEP Radio Station, must be delivered ninety (90) days from date of award. The transmitters must be produced by the company performing the integration. Maintenance and warranty work must be performed by the company in the field; personnel must be on site during the deployments. The first responder interoperability piece must utilize equipment that is current with the technology deployed today and the cellular capability must be able to support 911 and E911 capability. 2. The Mobile PEP Radio Station (MPS) will be employed to communicate official news and information to affected disaster area residents and officials. It is envisioned that this MPS will be deployed to any area where a disaster has disabled the transmitting capability of an existing emergency alert system (EAS) primary entry point (PEP) radio station. 3. The MPS will be a rapidly deployable AM and FM tunable frequency radio transmitter system, with satellite communications capability, all housed in a 40 to 50 foot trailer combination capable of both over the road transport and military cargo airplane (C-17) transport. 4. The end product must include: a. 10 kW Solid-State tunable Digital AM transmitter b. 10 kW Solid-State FM frequency tunable transmitter c. 120 foot, 10kW capable, highly efficient and frequency tunable ground erectable AM Antenna. Incorporated antenna tuner to handle frequency changes designed to be erectable in eight (8) hours by a three person crew. Antenna system to include vertical radiator, guy cables, and grounds. d. 100 foot trailer mounted telescopic, winch activated general purpose antenna. e. 30 meter, pneumatic, shelter mounted, antenna for quick response to on-air transmission and reception of UHF, HF, FM, and Cellular messages. f. One (1) INMARSAT/RBGAN Satellite phone system. g. One (1) VSAT data/voice terminal that will support 8 POTS lines. h. Ultra ?High Frequency (UHF) Line-of-Sight (LOS) (MARTI) i. High Frequency (HF) Automatic Link Establishment (ALE) base station, antenna tuner, and antenna system. HF system to include a tactical network access hub and interconnecting cables to allow interface with Public Telephone Switched Network (PSTN), Private Branch Exchange (PBX) telephone system, or local telephone instruments. j. VHF weather receiver capable of receiving local NOAA weather alerts. k. Satellite Television reception capability for use in audio broadcast of national news (CNN, ABC, NBC, CBS, FOX) and weather news (Weather Channel) announcements (e.g. Direct TV or DISH Network). l. Self-contained Cellular Phone Suite to include 100 handsets, base station, and trailer mounted antenna system. This system to provide capability to support stand-alone mode, mobile-to-mobile operations, or connectivity to existing standards based switching center. m. Broadcast message control system with appropriate operator/human machine interface (HMI) products for announcers to use in control room suite. In addition, a complete suite of production, editing, and duplication equipment necessary to produce and distribute broadcast quality audio products during on the air transmissions will be included. n. Control room suite and announcer suite. o. A 40 to 50 foot trailer or transportable shelter with Heating, Ventilating, and Air Conditioning (HVAC) system of sufficient capacity to maintain proper heating and cooling temperatures necessary for all installed equipment operating parameters and personnel comfort parameters. p. All equipment contained inside shelter will be mounted in shock-mounted (unless air ride trailer precludes this requirement) standard 19-inch racks with rear access. Minimum amount of racks in shelter is 10 each, in addition to AM/FM racks. q. Diesel generator(s), either mounted on same platform with shelter or on a trailer, sized to support all installed communications equipment and HVAC system. r. Fuel system with capacity to support five (5) days of continuous operations of generator under full load conditions. s. Cables and Integration hardware to house installed equipment. t. Shelter installation design engineering and integration. u. Wiring diagrams, maintenance manuals and other associated documentation for system support. v. Training for maintenance personnel (1 time) before turnover to Government. w. Warranty maintenance, and deployable engineering support to be a minimum of 12 months, with option for 2, 12 month extensions. x. PEP Station model of the on-air capable EAS compatible ENDEC. Must have reach-back capability to state EOC to receive state and federal activations. y. Diesel (4x4) pickup truck, 6 passengers, capable of pulling the communications package with external fuel tank to support initial operating capability for both the station and the vehicle. FEMA intends to issue a purchase order to Harris Communications utilizing Simplified Acquisition/Commercial Items/Services procedures. Harris has the capability to provide the stated required Mobile PEP Station within the ninety (90) day requirement due to their manufacturing expertise and knowledge in the communications arena. Responses shall be sent via email to Sandra.Hawkins@dhs.gov and must be received no later than 12:00 NOON/EST on August 28, 2006. This is not a request for competitive proposals. However, all responses received by the date identified above will be considered by the Government. A determination by the Government not to compete this proposed requirement based upon the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purposes of determining whether to conduct a competitive procurement. This is not a small business set-aside requirement. NAICS CODE is 541990, Small Business Size is $6.5 Million. This notice also serves as a means of locating any qualified small businesses.
 
Record
SN01088100-W 20060715/060713220416 (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.