Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2016 FBO #5494
SOURCES SOUGHT

D -- Wireless Services - Performance Work Statement

Notice Date
12/6/2016
 
Notice Type
Sources Sought
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W9124A) Fort Huachuca, Bldg 61801, Rm 3212, Fort Huachuca, Arizona, 85613-5000, United States
 
ZIP Code
85613-5000
 
Solicitation Number
ARMYWIRELESS2017
 
Archive Date
1/24/2017
 
Point of Contact
Rosa L. Rascon, Phone: 5205330137, Rhonda Gill, Phone: 5205387404
 
E-Mail Address
rosa.l.rascon.civ@mail.mil, rhonda.k.gill.civ@mail.mil
(rosa.l.rascon.civ@mail.mil, rhonda.k.gill.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Wireless Performance Work Statement The U.S. Army Materiel Command (AMC) Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Huachuca Division issues this sources sought for information and planning purposes only. This notice is not a Request for Proposal/Quote or Bid. This sources sought is a market research tool to gain knowledge of potential qualified sources which will be used for planning purposes and to determine if potential sources exist to support the requirement. This information is not to be interpreted as a commitment by the Government. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the Government. 1. ACC-APG is trying to determine if a capability exists in the market place, either by a single vendor or a prime vendor with teaming agreements, to provide wireless 4G/4G LTE network coverage for voice and data at every possible location within the Continental United States (CONUS) and Overseas Continental United States (OCONUS). 2. This capability would include a network providing signal coverage and wireless services to include but not limited to cell phone, push-to-talk devices, pagers, smartphones and wireless enabling Internet devices. 3. Requirements (Option 1): a. Devices with all standard cell features (meets NSA and DOD security standards and guidelines) b. Voice plans including voice calling and text messaging c. Pooling of voice minutes from all plans (other than unlimited, flat rate, and international) d. Data only service plans including email, Internet access, video, MMS, and other data transport not combined with voice service plans e. Data service plans added to a voice service plans as a data add-on service plans f. Wireless Priority Service (WPS) support for voice calls and circuit-switched data calls g. International long distance and international roaming quote mark add-ons quote mark to existing voice or data plans h. Free nationwide roaming i. Free mobile-to-mobile calling j. Free nights from 9:00pm until 6:00am on weekdays (Mon-Fri) k. Free weekends from 9:00pm on Friday until 6:00am on Monday l. Free push-to-talk (PTT) calling on all voice and voice & data plans m. Free unlimited texting on all voice and voice & data plans n. Free tethering (wired and wireless connectivity) o. Device refreshment/replacement every 10 months with full discount (1) Mute functionality; (2) Vibrate alert for phone calls; (3) Ring alert for phone calls; (4) Activation of international roaming; (5) Blocking of international long distance calls; (6) International roaming indication; (7) AC wall charger, headset, car Charger, holster, case, and spare or extra battery (where provided by manufacturer as part of the device packaging; (8) Basic Voice mail; (9) Caller ID; (10) Call Blocking; (11) No Answer/Busy Transfer; (12) Blocking of 900, 976, and similar pay per call/minute services; (13) Speaker Phone; (14) Wireless hands-free capability with PIPS 140-2 and NIST 800- 121 encryption compliance (as commercially available); (15) WLAN calling capability (as commercially available); (16) Remote suspend/resume (as commercially available); (17) Remote kill (as available); (18) Remote wipe (as available); (19) Call Waiting; (20) No Answer Transfer; (21) Voice Activated Dialing (as available); (22) Call Forwarding; (23) PIX messaging (delivery of pictures via text messaging) and multimedia messaging services (as available); (24) Three way calling; (25) Camera (picture and video as available); (26) Voice Recording (as available); (27) Queue loading-firmware updates via over the air (OTA); (28) Early termination; (29) International charges if the transmission originates and terminates at domestic locations, regardless of whether international roaming is activated (as available); (30) Third-party direct billing; and, (31) Activation/establishment or service restoration including internal/external porting of telephone numbers, telephone number changes, and/or to change or activate/deactivate service features. Requirements (Option 2): a. Devices with all standard cell features (meets NSA and DOD security standards and guidelines) b. Monthly flat-rate plan with per minute usage charge c. Free nationwide roaming d. Free mobile-to-mobile calling e. Free nights from 9:00pm until 6:00am on weekdays (Mon-Fri) f. Free weekends from 9:00pm on Friday until 6:00am on Monday g. Free push-to-talk (PTT) calling on all voice and voice & data plans h. Free unlimited texting on all voice and voice & data plans i. No charge for cellular phone and service capabilities as follows: (1) Mute functionality; (2) Vibrate alert for phone calls; (3) Ring alert for phone calls; (4) Activation of international roaming; (5) Blocking of international long distance calls; (6) International roaming indication; (7) AC wall charger, headset, car Charger, holster, case, and spare or extra battery (where provided by manufacturer as part of the device packaging; (8) Basic Voice mail; (9) Caller ID; (10) Call Blocking; (11) No Answer/Busy Transfer; (12) Blocking of 900, 976, and similar pay per call/minute services; (13) Speaker Phone; (14) Wireless hands-free capability with PIPS 140-2 and NIST 800- 121 encryption compliance (as commercially available); (15) WLAN calling capability (as commercially available); (16) Remote suspend/resume (as commercially available); (17) Remote kill (as available); (18) Remote wipe (as available); (19) Call Waiting; (20) No Answer Transfer; (21) Voice Activated Dialing (as available); (22) Call Forwarding; (23) PIX messaging (delivery of pictures via text messaging) and multimedia messaging services (as available); (24) Three way calling; (25) Camera (picture and video as available); (26) Voice Recording (as available); (27) Queue loading-firmware updates via over the air (OTA); (28) Early termination; (29) International charges if the transmission originates and terminates at domestic locations, regardless of whether international roaming is activated (as available); (30) Third-party direct billing; and, (31) Activation/establishment or service restoration including internal/external porting of telephone numbers, telephone number changes, and/or to change or activate/deactivate service features. Requirements (Option 3): a. Devices with all standard pager features b. Paging services that are (1) Numeric (1 Way) allowing the subscriber to receive notification of a phone number to contact to reach the person sending the page; (2) Alphanumeric (1 Way) allowing the subscriber to receive a full text message sent from a variety of sources including the internet, computerbased e-mail, cell phones and interactive pagers, and other means; and, Interactive (2 Way) allowing the subscriber to compose and send as well as text messages from their paging device. c. Services coverage conforming to: (1) Local Coverage - Service covering a metropolitan area within a state or parts of state; (2) Nationwide Coverage - Service covers most of a state or a majority of the metropolitan cities within a state, to cover all 50 states including Puerto Rico, the Bahamas, Virgin Islands, and Canada; and, (3) International Coverage - Service is provided in regions outside of the U.S. and Canada (e.g., Europe, Asia, South America) d. Paging features that include: (1) Guaranteed Message Delivery; (2) Temporary Roaming; (3) Voicemail; (4) Operator Dispatch; (5) Personal Access Number; and, (6) Web Browsing (2 Way Pager only) Requirements (Option 4): a. Common Access Cards (CAC) Readers and Client Access Licenses (CALs) (meets NSA and DoD security standards guidelines) 4. The intended contract type for this requirement is a Blanket Purchase Agreement (BPA). It is anticipated that the effort would be for one base year with four one-year option periods. The anticipated NAICS Code is 517210, Wireless Telecommunications Carriers, and the size standard is 1,500 employees. 5. Interested parties shall identify possible opportunities for small business, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, and women-owned small business concerns. The goal is that small businesses have the maximum practicable opportunity to participate in any future requirement. If your firm is capable of meeting the criteria stated in paragraph #1, has qualified personnel and relevant past performance experience, please submit a technical capability statement including the following information: (1) Company name and mailing address, including cage code (2) Point of contact (name, telephone number, and e-mail address) (3) Small business status if any, (small disadvantaged business, womanowned business, veteran-owned business, etc.) (4) Indicate the company's anticipated role in the performance of the requirement (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If the anticipated role is a quote mark Prime Contractor, quote mark indicate the following: a) Functions for which you would use subcontractors b) Provide estimates of the percentage of the total contract dollars small businesses would expect to be able to subcontract to the following small business categories in response to this RFI. If zero percent is indicated in your response, provide a brief explanation of why no small business subcontracting opportunities are expected for this requirement overall or for a particular category. c) Provide a brief summary describing your capability to mobilize, manage and finance a large service contract such as this. (6) If the anticipated roll is a quote mark Subcontractor, quote mark indicate which functional areas your company has capability to cover (7) Provide, if applicable, a summary describing the Joint Venture/Teaming Arrangement that would be established if this requirement were to be solicited. (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Describe any commercial-sector contracts you have performed for similar services [if applicable]; (10) Indicate which NAICS code(s) your company usually performs under for Government contracts; (11) Provide estimated small business subcontracting goals and rationale; (12) Please provide suggestions you feel would maximize the effectiveness of the anticipated acquisition and resulting contract in providing quality services (13) Please provide information on any existing wireless contract vehicles the Government should consider. Please provide pros and cons in your opinion. Please include rationale supporting your response. Technical capability statements may be submitted in your own format and shall be 10 pages or less. Electronic submission is the preferred method of receipt. However, the statements may be mailed to the address listed below as long as they are received by the due date. This sources sought is used for information and planning purposes only and does not constitute a solicitation. No contract will be awarded as a result of this synopsis. All information received in response to this sources sought that is marked proprietary will be handled accordingly. Responses to the sources sought will not be returned. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are responsible for all expenses associated with responding to this sources sought. All interested responsible businesses are encouraged to submit information at any time prior to expiration of this advertisement. Please submit any questions or comments to this action in writing to: rosa.l.rascon.civ@mail.mil and rhonda.k.gill.civ@mail.mil Responses must be received by 10:00 A.M. (AZ time), 9 January 2017. Contracting Office Address: U.S. Army Contracting Agency - Aberdeen Proving Ground (ACC-APG, Huachuca Division, ATTN: CCAP-CCH, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000 Point of Contact(s): Rosa Rascon 520-533-0137 Rhonda Gill 520-538-7404
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a9b5427ff691dfac52af188ce92f2d44)
 
Record
SN04343738-W 20161208/161206234329-a9b5427ff691dfac52af188ce92f2d44 (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.