Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2008 FBO #2445
SOURCES SOUGHT

A -- Enterprise Land Mobile Radio

Notice Date
8/4/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M67854ELMRRFI
 
Response Due
8/18/2008
 
Archive Date
12/31/2008
 
Point of Contact
Maj. Joseph Butkusjoseph.butkus@usmc.mil703-432-4336
 
Small Business Set-Aside
N/A
 
Description
The Marine Corps System Command (MCSC) is conducting a market survey to determine the availability of an enterprise solution for Marine Corps first responder and training range command and control communications, also known as the Enterprise Land Mobile Radio (E-LMR) project. The effort will encompass all Marine Corps Bases, Posts and Stations (BPS) both in the Continental and Outside Continental United States (CONUS and OCONUS). This is a request for information only. This is not a solicitation announcement for proposals and no contract will be awarded based on this RFI. The E-LMR Command and Control network services will be a tiered system consisting of Base, Regional and Enterprise level operations. At the base level, radio dispatch and subscriber calls, audio recording and repeater/site management/monitor and control activities will be conducted. The regional level will provide cryptographic key management, system level management, and infrastructure restoration services. The enterprise level will control the USMC Global Enterprise Fleetmap (UGEF), coordinate and engineer RF control-channel plans, provide enterprise key generation and distribution to Marine Corps Installations (MCI) regions, manage enterprise databases, manage network configuration and topology, provide enterprise-wide Continuity of Operations (COOP) planning and ensure Information Assurance (IA) compliance (e.g. DIACAP and encryption). The system used to satisfy this enterprise requirement must provide coverage both on and off each BPS, range, or USMC related service area and must support narrowband trunked and conventional LMR operations for both clear and encrypted voice as well as mobile data services. The system shall be compliant with the Association of Public-safety Communications Officials International (APCO) P25 suite of standards and all applicable Department of Defense (DoD) information assurance, interoperability, and spectrum utilization requirements. There are five regions, 19 identified USMC installations, 112 identified potential repeater sites on USMC or other federal property, and one enterprise node with a COOP requirement. Site surveys are being conducted by the Marine Corps for potential repeater sites and detailed engineering documents will be provided for those sites. These site surveys are considered Government Furnished Information but the government does not assert that these are the only sites available to an interested party. Interested parties may request a sample site survey that is representative of site survey documentation that may be provided by the Government as part of any subsequent solicitation. This information will be provided to vendors, subject to International Traffic in Arms Agreement (ITAR) restrictions, in order to determine if the level of detail and type of information provided are adequate for interested firms to submit a response. The sample site survey is a Microsoft 2003 Access database. The sample site survey contains data whose export is restricted by the Arms Export Control Act (Title 22, USC, SEC 2751 ET. SEQ.) or Executive Order. Further distribution of data in this database and or located in this disk is not authorized unless specifically approved by the Controlling authority "Marine Corps Systems Command (PG-12)". Interested sources are requested to submit a capability statement outlining their ability to meet or exceed this potential requirement not to exceed 5 pages. Responses shall also include any comments on the adequacy or quality of data provided in the sample site survey. Comments on the site survey are not counted as part of the 5 page limit. Vendors interested in potential subcontracting opportunities are invited to respond. All interested sources shall identify their North American Industry Classification System (NAICS) code and small business status. Interested sources shall send all capability statements via email to joseph.butkus@usmc.mil no later than Aug 18th, 2008. Requests to receive the sample site survey shall be sent via email to joseph.butkus@usmc.mil and shall include vendors business name, address CAGE or DUNS number and point of contact. Sample site surveys will be distributed on Compact Disk via FedEx standard overnight. Vendors are required to provide a FedEx account number for shipping. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES, OR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED. NO SOLICITATION DOCUMENT EXISTS.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=012eb5dd1948b16b61635ef34bcdbb42&tab=core&_cview=1)
 
Record
SN01630745-W 20080806/080804223452-012eb5dd1948b16b61635ef34bcdbb42 (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.