Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
SOURCES SOUGHT

58 -- The Government is attempting to find prospective businesses (Large, Small, or Foreign Firms) who may be interested in competing for a Firm Fixed Price required for one (1) BGAN communications System (Brand Name or Equal).

Notice Date
5/25/2011
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-RKB-11-0024
 
Response Due
6/1/2011
 
Archive Date
7/31/2011
 
Point of Contact
Keith Batchelor, 301-619-8927
 
E-Mail Address
Medcom Contracting Center North Atlantic
(keith.batchelor@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Healthcare Acquisition Activity-North (HCAA-N) 693 Neiman Street Fort Detrick, MD 21702-9203 The following notice is a Sources Sought in accordance with FAR 19.202-2. This is a information gathering stage of the Market Research process. The Government is attempting to find prospective businesses (Large, Small, or Foreign Firms) who may be interested in competing for a Firm Fixed Price required for one (1) BGAN communications System (Brand Name or Equal). If at least two qualified small businesses are identified during this market research stage, then any competitive procurement that resulted would be conducted as a small business set-aside. HCAA-N has a need for one (1) BGAN communications System (Brand Name or Equal). Minimum Requirements Specifications: The contractor shall furnish a complete Communications System to include: BGAN COMMUNICATIONS SYSTEM (1 ea.): System must simultaneously provide VOIP (voice), video and data interconnectivity via either USB cellular data or Ethernet connection. Ethernet connectivity must be available via either direct LAN connection, via a portable, small terminal BGAN satellite connection or via any available satellite connection. System must include BGAN satellite antennae with prepaid 100MB subscription package (with "dial-up" option) and 3-years of prepaid service fees. System must include secure VoIP Call Management System (PBX) providing typical PBX features such as: auto attendant, extension-to-extension dialing, auto directory, conference calling, voice mail and call forwarding. System must include at least 5 wireless handset and/or desktop in-network telephones. System must be pre-assigned its own Toll Free (800, 888, 877, etc) phone number with multiple extension capability to include 3-years VOIP service fees prepaid. System must include a standard range 802.11 WiFi router with 64-bit encryption security. System must include all power, LAN and recharge cords for all included system component hardware. System and all components above must be included and contained in a single protective hard carry case, must not exceed 25 Lbs (complete system) and must not exceed the dimensions of: 22.25"x16.25"x8.5". EXTENDED RANGE ROUTER ANTENNAE ASSEMBLY (1ea.): Must accept Power Over Ethernet (POE) with flexibility for multiple power options (battery, generator, direct power) Must have network configuration software included and available via direct connection to the device. Network configuration software must provide RF local site survey with capability to adjust power and frequency manually for optimal performance. Must have military-grade, 4-meter mast kit with all tie down and support materials. Must have two (2) 400mw 2.4Ghz radios with two (2) omni-directional antennas. 12volt RECHARGEABLE POWER SOURCE (2 ea.) Must be portable with extended handle and wheels. Must provide three (3) DC power outlets. Must be able to power communications system or wireless router for minimum of 24 hours. Must provide LED status display. Installation: The PSI requires negligible training for installation and minimal training to set-up and contains everything necessary to operate within its 23" x 17" x 9" 28.2lb hard protective case. The PSI is small enough that it can be transported as carry-on luggage or most commercial air transportation. Training: 8 hours on onsite deployment training included in pricing quote. Warranty: Through the extended warranty program, the PSI system hardware and software can be regularly upgraded at no additional charge to the NGB. HCAA-N is seeking responses from all responsible sources. Small businesses are defined under the associated NAICS code for this effort, 334220, as those domestic sources having 750 employees or less. Please include your company's size classification in any response to this notice. After review of the responses to this sources sought notice, a solicitation announcement may be published in the Federal Business Opportunities website: www.FEDBIZOPS.gov/ at a future date. This notice is not to be construed as an acquisition Request for Information (RFI) nor is any commitment on the part of the Government to award a contract implied, nor does the Government intend to pay for any information submitted as a result of this request. The BHS is only trying to identify any firm not listed on any mandatory source. Any firm not registered must register as required at the following websites VETBIZOPS - www.VETBIZOPS.com and CCR - www.CCR.gov and ORCA - www.ORCA.gov registries as required to participate in the upcoming solicitation. Responses to this notice must include the following information: Company name, Address, Point of Contact, and capability to provide the following items. The report should include achievable specifications and any other information relevant to your product or capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of the company that manufactures the system components for which specifications are provided. 2. Name of company(ies) that are authorized to sell the system components, their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3. Indication of number of days, after receipt of order that is typical for delivery of such systems. 4. Indication of whether each instrument for which specifications are sent to Keith.Batchelor@us.army.mil are currently on one or more GSA Federal Supply Schedule contracts and, if so, the GSA FSS contract number(s). 5. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research. A brief summary is all that is needed versus a detailed proposal. If more information is needed you will be contacted. Please remember to provide Points of Contact for your company and phone numbers and your DUNS number. Interested parties responding to this Request for Information / Sources Sought Notice shall submit all information and responses by Email to the following point of contact below. Phone and/or hand written responses will not be accepted. Responses shall be received no later than June 1, 2011 at 11:00 am EST. The Government will not pay for any information that is submitted by the respondents to the Sources Sought request, it is strictly voluntary. The Government will treat all responses in a confidential manner, and will not release this information to the public. Point of Contact Keith Batchelor, Contract Specialist, Email Keith.Batchelor@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-RKB-11-0024/listing.html)
 
Place of Performance
Address: AFMO 601 Davy Crockett Bldg. 1534 San Antonio TX
Zip Code: 78226
 
Record
SN02457355-W 20110527/110525235455-3f802fdd29218143c3ff61e027d5c7a8 (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.