Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
MODIFICATION

58 -- Trunked Land Mobile Radio

Notice Date
6/23/2010
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Justice, Bureau of Prisons, Construction Contracting, 320 First Street, NW, Room 5002, Washington, District of Columbia, 20534
 
ZIP Code
20534
 
Solicitation Number
RFPP0700CC1000005
 
Point of Contact
Joseph A. Bottoni, Phone: 2026166347
 
E-Mail Address
jbottoni@bop.gov
(jbottoni@bop.gov)
 
Small Business Set-Aside
N/A
 
Description
FEDBIZOPPS ANNOUNCEMENT SOURCES SOUGHT NOTICE PART: U.S. Government Procurement SUBPART: Products CLASSCODE: 58 - Communication, Detection, and Coherent Radiation Equipment OFFADD: Federal Bureau of Prisons Construction Contracting Section 320 First Street, NW, 500-6, Washington, D.C. 20534 SUBJECT: 58 -Provide trunked land mobile radio (LMR) systems and radio communications repair and maintenance services to support the critical operation of FBOP two-way radio communications assets. SOL: RFPP0700CC1000005 ` DUE: N/A POC: Joseph Bottoni, Contracting Officer, (202) 307-0954 DESC: This is a Pre-Solicitation Notice. The Federal Bureau of Prisons (FBOP) anticipates awarding a fixed-price, indefinite delivery/indefinite quantity multiple-year (base year, plus 4 option years) contract for new, trunked, land mobile radio (LMR) systems to provide communications for officer safety and institutional operations. A typical configuration shall be a single site, trunked system, operating with-in UHF 406-420 MHz. The system shall have multiple repeater channels and use a 9600 baud control channel or higher. The trunked system shall dynamically and automatically assign a small number of frequencies to gain their maximum use. Each system must be equipped with an emergency alarm notification that must be received and transmitted through the trunking control channel. It is critical that immediate emergency notification be provided to a system dispatcher even when all voice channels are busy. The equipment shall include radio frequency (RF) infrastructure equipment and subscriber radios. Services will include: project management, systems engineering, design, staging, site preparation/development, equipment installation and optimization, acceptance testing, and training. In addition to infrastructure equipment, FBOP sites may require an equipment shelter of an adequate size to house the proposed infrastructure equipment and management terminals, as well as an adequate work space. Infrastructure installation may also specify a provision for self-supporting tower (PiROD SU Series, or equivalent). In some instances, system installation may integrate an Uninterruptible Power Supply (UPS). Site development could necessitate a generator to provide back up electrical power. This requirement will include radio communications repair and maintenance services to support the critical operation of FBOP two-way radio communications assets. This requirement must provide for the diagnostics, components, and technical services required for the restoration of defective radio equipment back to factory specified operating condition. Prospective vendors must be capable of servicing existing digital, analog, conventional and trunked radio formats comprising of Motorola 3600 baud trunking infrastructure, conventional base stations, portable, mobile, and control products utilized by FBOP institutions, as well as the new equipment and systems proposed under this requirement. Maintenance service will include, but not be limited to: 1. Handheld and mobile radio depot level repair and preventive maintenance; 2. Annual system Survey and Analysis visits for infrastructure optimization; 3. On-site response to system outages and restoration to system malfunctions on a 24/7 service window; 4. Infrastructure circuit board and module repair; 5. Nation-wide network monitoring and remote diagnostics; 6. Telephone technical support; and 7. Centralized system management and on-site dispatch function to provide coordinated maintenance scheduling logistics support, engineering support, scheduling of all technical activities, and performance reporting on all scheduled and corrective maintenance activities provided to Institutions. It is critical that each vendor, for this requirement, possess the capability to execute all equipment and service requirements. Comprehensive procurement and maintenance of all assets, by one vendor, will provide the FBOP assurance that all equipment will operate reliably under all circumstances, while eliminating the possibility of non-compatibility between individually serviced equipment. One vendor will ensure that the FBOP management of this program will not exceed current government work loads and resources. Participation by small, small dis-advantaged, HUBZone small businesses, women-owned businesses, veteran-owned businesses, and severe disabled veteran-owned businesses is encouraged. Faith-based and Community-based Organizations have the right to submit offers/bids equally with other organizations for contracts for which they are eligible. To be considered, firms must have at least five (5) years experience with projects of similar scope. Failure to identify all site personnel and provide requisite resumes may disqualify an Offeror from further consideration or result in a lower technical score. The following factors shall be used to evaluate offers and are, with the exception of price, listed in descending order of importance: past performance (descending order of subfactors: Past Performance Quality Control and Quality Assurance, Relevance of Past Performance, Demonstrated Commitment to Team Members and Key Personnel, and Performance Problems), technical (descending order of subfactors: Technical Capabilities, Proposed Key Organization and Key Personnel, Quality Control/Quality Assurance, and Corporate Resources and Ability to Effectively Manage the Contract, with the following sub/subfactors: Corporate or Company Resources dedicated specifically to the management of this contract; Staff Training Program to include technical, health and safety, and supervisory training; Recruiting and Retention Plan; Health and Safety Plan; and Drug Free Workplace Policy), small business subcontracting, and price. Additional or Bonus points may be awarded for Technical, Past Performance, and/or Small Business Subcontracting. In accordance with FAR 9.104-1, the Government intends to evaluate proposals and award a contract without discussions with Offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Therefore, each initial offer should contain the Offeror's best terms from a cost or price and technical standpoint. Proposals received in response to this solicitation will be evaluated by the Government pursuant to the Federal Acquisition Regulation (FAR). The Government reserves the right to award to one or more vendors who will be selected for award on the basis of their proposal being the most advantageous to the Government, price and other factors considered. Each technical proposal will be evaluated qualitatively and categorized as in relation to the evaluation factors set forth in this solicitation. A finding of Unacceptable in one technical factor may result in the entire technical proposal being found to be unacceptable. Technical and past performance, when combined, is significantly more important than cost or price. Prospective Offerors are forewarned that an acceptable technical proposal and marginal past performance (if included as a factor) with the lowest price may not be selected if award to a higher-priced proposal affords the Government the best value. The Government may elect to pay a premium price to select an Offeror whose non-cost/price evaluation factors (e.g., technical and past performance, if included) are superior. This agency will consider all proposals submitted by responsible sources. The solicitation, which includes instructions for submitting a quote, will be available on or about July 29, 2010. This solicitation is unrestricted. Point of Contact of inquiries and clarifications is Joseph Bottoni, Contracting Officer, Federal Bureau of Prisons, 320 First Street, NW., Rm. 500-6, Washington, D.C. 20534. The point of contact can be reached at (202) 307-0954 and fax number (202) 616-6055. No collect calls will be accepted. No telephone calls for solicitation requests will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/CC/RFPP0700CC1000005/listing.html)
 
Record
SN02186135-W 20100625/100623235213-4446a1b7085d3a6840dcd05451e0d691 (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.