Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2007 FBO #1871
SOLICITATION NOTICE

K -- National Park Service, Intermountain Region, Convert wideband-analog VHF radio systems to narrowband-digital "P-25" compliant systems.

Notice Date
1/8/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
IMR - CANY - Canyonlands National Park 2282 S. West Resource Blvd. Moab UT 84532
 
ZIP Code
84532
 
Solicitation Number
Q1341070005
 
Response Due
2/5/2007
 
Archive Date
1/8/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quotation (RFQ) and the solicitation number is Q1341070005. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-15. This requirement is 100% Small Business set aside with a NAICS code of 811213 and a Small Business Standard of $6 Million. The National Park Service (NPS), Intermountain Region (IMR), has a requirement to convert its existing wideband-analog VHF radio systems to narrowband-digital "P-25" compliant systems in order to meet federal mandates. To meet this requirement and under this solicitation the NPS is seeking quotations to enter into a Blanket Purchase Agreement (BPA) for the required services. A BPA is a way of filling anticipated, repetitive needs for supplies or services that establishes an account that allows for simplified procurement. After award of the BPA, task orders will be issued against the BPA for each project required to be completed under this BPA. Under this BPA, work will be performed to assist with the conversion of IMR park radio systems to P-25 digital narrowband technology. The contractor shall provide the necessary technical and business resources as required to document the existing Land Mobile Radio (LMR) systems; redesign systems to meet user coverage and option requirements and federal mandates; install new P-25 compliant radio systems; write digital-mixed mode radio programming templates and program radios and RF infrastructure; do inspections of newly installed radio systems and document findings; and test new systems to ensure the coverage and programming options meet user requirements. The contractor shall coordinate and work with the staff at various parks, local radio system cooperator agencies, and IMR radio staff to facilitate all work on radio systems. The contractor shall be required to be familiar with, and follow the existing Department of Interior (DOI) frequency management procedures and be able to communicate well with DOI/NPS frequency management personnel to effectively process requests for Radio Frequency Assignments (RFA's). A) Description of work as required by the contractor shall be but not limited to the following: 1. Work must be performed at elevations from sea level to over 10,000' elevation under all weather conditions. The work may also require using helicopters, horses, boats, 4-wheel drive vehicles, or hiking to remote repeater sites. Occasional overnight stays at remote sites required. 2. Complete inspections and site surveys of existing park radio systems to verify infrastructure configuration, tower and equipment shelter capacity and physical readiness, site locations, grounding/lightning systems, RFA documentation, and site sharing opportunities with other agencies or cooperators. 3. Conduct radio assessments with local radio system users to determine the coverage and operational requirements of the new radio system design. 4. Provide radio propagation coverage studies and design new systems in accordance with user requirements, R-56 grounding/lightning standards, and P-25 compliant equipment specifications. 5. Identify and document communications inter-operability needs. Investigate opportunities for co-locating radio infrastructure with other systems/users/agencies. 6. Provide system block diagrams and system documentation. 7. Provide detailed documentation of all radio equipment required for the new system, including but not limited to repeaters, relays, base/control stations, duplexers, RF filters, remote control devices, etc. Specific equipment information will include type, manufacturer, model, options, location for installation, and use. NPS will supply the equipment at time of installation. 8. Provide detailed documentation of all necessary materials that are required for the installation, including hardware and supplies such as nuts, bolts, mounting brackets, lightning protection devices, transmission cable, grounding straps, etc. Specific item information will include generic description, item supplier, part or catalog number, cost, quantity, total per item cost, total all item cost. NPS will supply the materials at time of installation. 9. Prepare and submit RFA requests as required. 10. Provide necessary hand tools and test equipment required to install and test radio/antenna/grounding systems; i.e. hand drills, wattmeter, test cables, RF connectors, tape, various hand tools, etc. 11. When available, the NPS can provide specific test equipment and programming equipment for use by the contractor on a project by project basis. The equipment includes a P-25 Aeroflex 2390 Service Monitor, various software applications for programming P-25 radios, cable sets for programming various P-25 radios, and an Encryption Keyloader. Use of this equipment will require approval by NPS staff as well as coordination of its availability. If the equipment is not available by the NPS, the contractor is responsible for supplying needed equipment. 12. Install new radio systems as per design using equipment and materials from the supplied lists. The installation standards will meet or exceed technical standards and R-56 standards. 13. All new radio systems designed and installed by the contractor are required to provide the coverage and performance levels as per the final design and stated objectives arrived at during the radio system assessment conducted with system users. 14. Install Cat-V cable runs from new P-25 base/control stations to digital remote control unit locations, and/or make required cross-connects to enable using existing telephone cables for tone remote control units. 15. Install mobile radios per user requirement and industry standards. In case where these requirements conflict industry standards will take precedence. 16. Program radio system infrastructure equipment (repeaters, base/control stations, comparators, DIUs, etc.), mobile radios, and portable radios as per system design and operational requirements. Most installations will require mixed mode operation using multiple Network Access Codes and Talkgroups. 17. Test and retune duplexers and cavities as required. 18. Ensure all equipment is properly grounded and has lightning protection. Contractor must be able to deal with various environmental conditions when grounding at repeater sites. 19. Perform inspections of new radio systems already installed and provide documentation of findings. 20. Provide hands-on training for park personnel on how to operate the new radios and how to use the new radio system. B) Deliverables: 1. Site Survey and Inspection documentation 2. Infrastructure requirements analysis documentation 3. System assessment and engineering analysis documentation 4. Radio system propagation maps 5. System design and configuration documentation including proposed channel or frequency changes 6. Detailed equipment and materials lists 7. System block diagrams 8. Functional drawings 9. RFA change requests 10. Install new radio systems 11. Write radio programming templates for, and program various P-25 repeaters, base/control stations, mobile and portable radios. 12. Provide programming templates and documentation. 13. Inspect new radio system installations and provide pass/fail documentation, and also documentation on any work still required.. 14. Test new radio system for coverage and performance, and document findings. 15. Media format and type for deliverables include: a) Documentation; Word or Excel, b) Drawings; Design CAD Express, paper, CD, c) Narrative; Word, paper, CD, and d) Radio programming templates; Radio Programming software files, paper 16. Acceptance of deliverables under each task order issued under this BPA shall be made in writing by the NPS. C) Place of Performance: The work under this BPA will be performed at various National Parks located within the 8 states of the IMR: Arizona, New Mexico, Texas, Oklahoma, Utah, Colorado, Wyoming, and Montana. D) Travel and Work Schedules: Travel and work schedules will be coordinated in advance with IMR and Park radio staff. Miscellaneous work such as documentation may be performed at the contractor's site or other NPS facilities when approved by the IMR radio staff. Contractor is responsible for making own travel arrangements, which must be made in accordance with Federal Travel Regulations (www.gsa.gov/ftr). A cost comparison of driving versus flying/rental car may be required for certain trips, especially if multiple park visits are scheduled for the same trip. Daily per-diem, lodging costs, and mileage will be limited to the rates as stated by the Federal Travel Regulations except in circumstances where advance approval has been granted by IMR staff. E) Submission of Quotation, Evaluation and Award: The government will issue an award as result of this RFQ to the quoter whose quote represents the Best Value to the government, price and other factors considered. For this solicitation, those other factors include the following technical evaluation criteria: 1. Project Understanding: Contractor must clearly show in-depth understanding of P-25 radio systems, including system design, P-25 equipment specifications and requirements, and user options. 2. Programming skills and experience: Contractor must have experience with writing digital/mixed mode programming templates for various P-25 radios, including Motorola, Daniels, Thales and Relm/BK radios. Also list experience with OTAR, AES, and DES/OFB encryption. 3. Past Performance and Qualifications: Contractor must show past performance in designing, installing, programming, and testing P-25 radio Systems. Contractor must provide a list of specific key personnel qualifications as well as 3 references (please provide name, address, and telephone numbers) Price Quotations: The Price Quotations submitted by Contractors shall be for an hourly rate for the work described in Section A and B of this combined solicitation/synopsis only. DO NOT INCLUDE TRAVEL COSTS IN YOUR PRICE QUOTATION. Travel costs will be approved and reimbursed on each task order issued against this BPA on a project by project basis and in accordance with Section D of this combined solicitation/synopsis. Award will be made to that quoter whose technical evaluation criteria/cost relationship is the most advantageous to the Government. For this solicitation the technical criteria is more important than price. While cost is secondary to technical it will be a factor in the award decision. AWARD MAY NOT NECESSARLY BE MADE TO THE QUOTER SUBMITTING THE LOWEST QUOTE. The Government intends to award the BPA without discussions (except clarifications as described in FAR 15.306(a), therefore, quotes should be submitted initially on the most favorable terms which the quoter can make to the Government. The Government reserves the right to reject any or all quotes or to make award without conducting discussions. Quoters shall submit their quotations to the following address no later than COB, February 5, 2007: Canyonlands National Park Attn: Cynthia Williams, Contract Specialist 2282 S. West Resource Blvd. Moab, UT 94532 (435) 719-2114 Quoters are hereby notified that if their quote is not received by the date/time and at the location specified in this announcement, it will be considered late and therefore non-responsive. Quoters are required to submit the following information with their quote: 1. Response to technical evaluation criteria 2. Price Quotation 3. Offeror Representations and Certifications - Commercial Items. Please request a copy if needed. Note: quoters shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certificates electronically at https://orca.bpn.gov. F. The following FAR Clauses and provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2399528)
 
Place of Performance
Address: Montana, Wyoming, Utah, Colorado, Arizona, New Mexico, Texas and Oklahoma
Zip Code: 84532
Country: US
 
Record
SN01207417-W 20070110/070108220946 (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.