Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOURCES SOUGHT

58 -- Mutual Aid Radio - Appendix A

Notice Date
7/7/2010
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
2008-00072
 
Archive Date
1/7/2011
 
Point of Contact
Ella R. Himes, Phone: 9376567324
 
E-Mail Address
ella.himes@wpafb.af.mil
(ella.himes@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Listing of Counties and Cities to be included for this project within 15 circular miles of WPAFB. SOURCES SOUGHT. This is a Sources Sought Synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of providing Mutual Aid Radio system support for the 88 Communications Group, Wright-Patterson AFB OH. This Sources Sought Synopsis is to provide all equipment for a system to interface the Wright Patterson Air Force Base (WPAFB) Trunked Land Mobile Radio (LMR) system with local outside agencies in which the Base has entered into Mutual Aid Agreements and Memorandums of Understanding (MAA/MOU). WPAFB is required to respond mutual aid within 15 circular miles of WPAFB and has Memorandums of Understanding with Butler, Champaign, Clark, Darke, Greene, Hamilton, Miami, Montgomery, Preble, Shelby and Warren Counties. Technical Requirements: This system must interface with the current WPAFB LMR system and provide connectivity from that system to multiple types/frequency radios used by the local agencies. The system must allow multiple connections to different agencies simultaneously. This system must support the fire department dispatch center located in Bldg. 30146 and the Emergency Operations Center (EOC) located in Bldg. 30022. The system shall provide communications between the counties and the cities listed in Appendix A. The system must be capable of coverage within 15 circular miles of WPAFB, provide redundancy as a fail-safe and must be capable of future expansion. System Description: The new system shall interface with the existing WPAFB LMR system and shall include the following: • The primary interface to the WPAFB LMR system shall be located in Bldg. 20620 • Backup equipment shall be located in Bldg. 30022 • Two (2) dispatch positions located in the following buildings: One (1) located in Bldg. 30146 and One (1) located in Bldg. 30022 • Four (4) gateway units located in the following buildings: Three (3) at Bldg. 20620 and One (1) at Bldg. 30022 • One (1) Administrator Control Panel (ACP) workstation located in Bldg. 30146 • One (1) telephony entry point in Bldg. 30146 • Twenty-nine (29) radios for interfacing located in Bldg. 20620 Implementation Services: The vendor will be required to provide a firm-fixed price proposal to design, furnish, stage, install, test and implement upgrades to the WPAFB system. The final system acceptance and all related documentation shall be completed no later than 185 days after award. Other items to be provided: Spares Training Documentation (manuals) Warranties and maintenance Potential offerors are required to provide a written Statement of Capabilities (SOC) to ASC/PKEIS no later than 4:00 P.M. (EST), 14 July 2010. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Identical previous experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed eight single-spaced, 10 point type pages. Double-sided pages will be counted as two. This sources sought is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the Government to acquire any supply or service. The Government does not intend to award a contract on the basis of this sources sought announcement or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this announcement and Government use of such information. The Government reserves the right to reject in whole or in part any industry or academic input as a result of this announcement. The Government recognizes that proprietary data may be part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a combined synopsis/solicitation will be published and posted on the Federal Business Opportunities website. For further information, direct all questions to the attention of Ella Himes and Jonathan Rinkinen ASC/PKEIS, Contract Negotiators, at ella.himes@wpafb.af.mil and jonathan.rinkinen@wpafb.af.mil. Responses to this sources sought may be mailed to ASC/PKEIS, Bldg 16, Rm 128, 2275 D Street, Wright-Patterson AFB OH 45433-7228, ATTN: Jonathan Rinkinen, or emailed to jonathan.rinkinen@wpafb.af.mil. All responses are due no later than 4:00 PM (EST), 14 July 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/2008-00072/listing.html)
 
Place of Performance
Address: Building 20620, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02198613-W 20100709/100707235250-4695e9f822da6acf63aeafb008fae44b (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.