Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2008 FBO #2239
SOLICITATION NOTICE

70 -- ACUT FIRST RESPONSE COMMUNICATION EQUIPMENT

Notice Date
11/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
Department of the Navy, Commander, Naval Network Operating Command, NCTAMSLANT, Supply and Fiscal Department 9625 Moffett Avenue, Norfolk, VA, 23511, UNITED STATES
 
ZIP Code
23511
 
Solicitation Number
N70272-08-Q-0001
 
Response Due
11/30/2007
 
Point of Contact
Linda Mathews, Contract Specialist, Phone 757-445-9704, Fax 757-445-9375, - Linda Mathews, Contract Specialist, Phone 757-445-9704, Fax 757-445-9375
 
E-Mail Address
linda.mathews1@navy.mil, linda.mathews1@navy.mil
 
Description
NCTAMSLANT NORFOLK REQUESTS GSA SCHEDULE PRICING ON A BRAND NAME OR EQUAL BASIS FOR ACUT FIRST RESPONSE COMMUNICATION EQUIPMENT TO INCLUDE TECHNICAL AND TRAINING SUPPORT IN ACCORDANCE WITH THE FOLLOWING STATEMENT OF WORK: STATEMENT OF WORK ACUT First Response Communication Equipment Naval Expeditionaly Combat Command (NECC)/Naval Network Warfare Command (NNWC) 1.0 BACKGROUND: This Statement of Work (SOW) is to procure first response communication equipment for the Amphibious Craft Unit (ACU) Team, NECC, 1575 Gator Blvd, Building 3504, Norfolk, VA . The vendor is required to submit a communication system capable of supporting and compatible with all communication equipment necessary for the ACU Team First Responders to fully function in the event of a catastrophic event. 2.0 SCOPE: This effort requires the contractor to provide tactical communications equipment to 1) interface with existing equipment and 2) provide communications support to the ACU First Response Responders ensuring immediate response time with civil authorities. The system must function as a single entity with existing equipment, and have the capability of combining all tactical radios to function into one network. The system must be small and rugged for tactical and rapid deployment, and should weigh no more than 10-15 pounds nominal weight. The end user is ACU Team in support of the Navy Expeditionary Combat Command (COMNECC), 1575 Gator Blvd, Bldg 3504, Norfolk, VA 23521. 3.0 DELIVERABLES: Deliverables will be the fifty-one (51) systems to be delivered FOB Destination. All systems will be tested for specification compliance and technical compatibility after award. Inspection and acceptance will not be made by the government if the system is not compliant with this SOW, and the system will be rejected until compliant at no additional cost to the government. 3.1 Product Sample as Deliverables. COMNECC requires a live demo of the systems to be considered for award. The system(s) submitted by individual vendor(s) for demonstration will be submitted as part of the total Request for Proposal (RFP) package, delivered to the Contracting Officer at the time and place annotated. Late submissions or deliveries shall not be considered for award by the Contracting Officer. First Response Responders, COMNECC and NNWC Technical personnel shall coordinate the actual demonstration. Each proposed system to be reviewed and analyzed for compliance of required performance requirements identified in Paragraph 6.0 and 7.0 below. Each system shall be tested at a designated location within the boundaries of the Naval Amphibious Base, Little Creek, Norfolk, VA. All Technical personnel shall analyze all proposed systems to determine compliance in accordance with the SOW. The specifications for the kit may vary slightly, but must meet specification requirements identified in Paragraphs 6.0 and 7.0 and interact and remain fully operable with existing equipment, not interrupting with communications of deployable systems. The proposed systems submitted for testing, as delivered must not weighing more than 10-15 pounds nominal weight. The total weight of the system must be capable of being supported by an individual capable of carrying 2 Pelican carrying cases. 4.0 PLACE OF DELIVERY: Place of Delivery: Deliverables will consist of fifty-one (51) self-sufficient, fully operable and deployable systems to be delivered FOB destination to the following locations: 4.0 PLACE OF DELIVERY: Delivery will be to the following locations: COMFIRSTNCD (10 Systems) 1310 8TH St Norfolk, Va 23521 COMEODGRU ONE (14 Systems) 3500 ATTU Rd Bldg 104 San Diego Ca 92155 COMEODGRU TWO (4 Systems) 2520 Midway Rd Suite 100 Norfolk Va, 23521-3323 Naval Coastal Warfare Group One (4 Systems) NOLF IB Bldg 184 Box 357140 San Diego Ca, 92135 Naval Coastal Warfare Group Two (4 Systems) NNSY Bldg 1575 Portsmouth Va, 23709 Maritime Civil Affairs Group (3 Systems) Bldg 3542C 1217 5TH St Norfolk Va, 23521 COMRIVGRU ONE (1 System) 2200 Gator Blvd Norfolk Va, 23521 COMNECC (1 System) 1575 Gator Blvd, Bldg 3504 NAB Little Creek Va, 23521-3024 COMNAVELSG (10 Systems) 593 Mayfield St Cheatham Annex Williamsburg, Va 23185 5.0 WARRANTY: The standard commercial warranty of 18 Months for hardware & software support for the ACU Team applies. 6.0 PERFORMANCE/ACCURACY REQUIREMENTS: Radios from the HF, UHF, VHF, P25, 800MHZ and NEXTEL networks must be compatible to the ACU Team interconnect systems (e.g., AN/PRC-117, AN/PSC-5, AN/PRC-148 AND AN/PRC-150). The systems, as configured, must be adaptable to configure up to 5 radios simultaneously. System status and control must be manageable from a Personal Computer either locally or via an Ethernet Network. A choice of voice, voice module recognition (VMR) and digital audio delay must be available. The unit must be suitable for tactical or vehicular use and in rapid deployments. Powering of the system must be DC powered allowing easy battery use or vehicular use. The system must be also be configured to be powered from AC using an adapter. 6.1 Transmission and Power. The system must support the AN/PRC-152 single channel, multi-band handheld radio which provides multi-mission capabilities needed by the war fighter. It will have to support at a minimum the frequency range of 30 to 512 Megahertz. NOTE: For information purposes, the following is a list of existing equipment that the fabricated systems must be compatible and interoperable with for interoperability purposes: 6.1.1 The AN/PRC-117 (Series) a Multi-band, Multi-mission, Man pack Radio with advanced software which covers a minimum of 30 to 512 Megahertz frequency range. 6.1.2 The AN/PSC-5 provides both Wideband and Narrowband Range Extension for voice in Mobile tactical vehicles. It also provides SATCOM on the move in moving vehicular platforms. This system operates in the Very High Frequency to Ultra High frequency range, which is 100 Megahertz to 300 Megahertz. 6.1.3 The AN/PRC-148 provides Amplitude Modulation and Frequency Modulation (AM/FM) for voice communications in the 30 to 512 Megahertz frequency range. The PRC-148 itself provides interoperability with existing military and commercial systems. 6.1.4 The AN/PRC-150 (SERIES) Multi-band tactical radio, provides tactical communications through enhanced secure voice. It operates in the High Frequency (HF) and Very High Frequency (VHF)range. It supports the 2 to 60 Megahertz frequency range. 7.0 TECHNICAL AND TRAINING SUPPORT: The system must include responsive end user support and maintenance, including 24/7 technical support to operations center and initial train-the-trainer support in the event of casualty or emergency repair services or required. Maintenance turn-around time and mean time between system failures must not reduce the number of working systems below the allowable number of operable ACUT First Responder units. Examples of maintenance requirements include: 10 Initial on-site training; 2) updates of software interoperability; and 3) on-site repair and/or replacement of interoperable units while in the field. The training must be provided in multiple sites to support East and West Coast units (San Diego/Norfolk). 8.0 DESIRED FEATURES - EMERGENCY AND DISTRESS CAPABILITY: The system is carried by the ACUT First Response Team. As such, it should be light-weight, user friendly and multi-functional; capable of alerting internal government personnel of emergent or catastrophic events such as: 1) a Land-Mobile Radio (LMR) is needed to be contacted to notify of injury/injuries of individual(s); or 2) multiple individuals from both back-pack and hand-held radios are simultaneously contacting Land-Moble Radios (LMRs) with various distress signals within 60 minutes for help/assistance without down-time or failure. 9.0 INVOICES: An original invoice shall be submitted to the Technical Point of Contact (TPOC) for certification prior to payment. Each invoice shall show the labor category, person's name who worked, hours worked, awarded, current and cumulative totals (hours and costs including travel & ODC?s), and the authorized total task amount. Mail invoices to: NETWARCOM Attn: Michael L. Greene 2965 Guadacanal Road Norfolk, VA 23521 NOTE: The Period of Performance (POP) for each invoice will be for one calendar month. The contractor shall submit only one invoice per month per order/contract. The technical POCs (Timothy Ruth) will receive the invoice by the twenty-fifth calendar day of the month after the end of the POP for the invoice. Included with the invoice will be all backup documentation required. If the invoice is received without all of the required backup documentation, the invoice will be rejected. 9.0 Technical Requirements: As a minimum, proposals must show how the functionality features of the proposed configurations within the systems, as proposed. The system must include compatibility features with hand-held and backpack radio?s, phones, and satellite systems/phones. 10. BASIS FOR AWARD.: Award will be made based on a Best Value determination wherein technical compatibility and interchangeability functions are considered more important than price. The Government reserves the right to award to other than the lowest priced offer if the Government determines that the additional cost is justified in return for the technical superiority of the Contractor?s proposal. All proposals along with the system demo will be sent to the contracting officer at the following address: NCTAMSLANT 9625 MOFFETT AVENUE NORFOLK, VIRGINIA 23511 ATTN: L. MATHEWS CONTRACTING OFFICER ALL QUESTIONS WILL BE DIRECTED TO THE CONTRACTING OFFICER VIA EMAIL AT linda.mathews1@navy.mil. ALL PROPOSALS ALONG WITH THE DEMO SHALL BE RECEIVED BY THE CONTRACTING OFFICER NOT LATER THAN 4:00 P.M. EASTERN STANDARD TIME 11/30/2007. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-NOV-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-JAN-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/CNNOC/NCTAMSLANT/N70272-08-Q-0001/listing.html)
 
Place of Performance
Address: NCTAMSLANT 9625 MOFFETT AVENUE NORFOLK, VIRGINIA 23511
Zip Code: 23511
Country: UNITED STATES
 
Record
SN01484419-F 20080113/080111232624 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.