Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2025 SAM #8586
SPECIAL NOTICE

70 -- Notice of Intent to Synopsize Sole Source West Point Land Mobile Radio (LMR) System

Notice Date
5/28/2025 10:56:38 AM
 
Notice Type
Special Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-25-C-0007
 
Response Due
6/6/2025 1:00:00 PM
 
Archive Date
06/06/2025
 
Point of Contact
Katia Lacoste, Rosa Acevedo
 
E-Mail Address
katia.lacoste.civ@army.mil, rosa.m.acevedomedina.civ@army.mil
(katia.lacoste.civ@army.mil, rosa.m.acevedomedina.civ@army.mil)
 
Description
This synopsize constitutes formal notification of the Army Contracting Command - Aberdeen Proving Ground (ACC-APG) on behalf of Product Director Base Emergency Communications System (PD BECS) to solicit a sole source justification for a Land Mobile Radio (LMR) system. The Government intends to Sole Source LMR System - West Point, WI to Motorola Solutions, Inc. (MSI) in accordance with FAR subpart 13.501, �Special Documentation Requirements� to provide the required ACE LMR West Point Modernization effort. The requirement will result in a Firm-Fixed Price (FFP) contract consisting of a twenty-four (24) month base period with no option years. The award is projected for August 2025. The requirement is to modernize and provide the integration of West Point LMR system with Army CONUS Enterprise (ACE) LMR system. West Point requires a reliable and secure communications system to support its mission-critical operations, including requirements to Engineer, Furnish, Install, Secure, and Test (EFIS&T) a turnkey LMR system comprised of BECS infrastructure, subscriber equipment, services, warranty, and licenses to ensure all necessary equipment is fully functional and integrated with existing ACE LMR system. The vendor's system currently utilizes a unique waveform that is essential for interoperability with existing Department of Defense systems at West Point, and no other vendor offers a comparable solution. The system cores are the central management equipment of the LMR systems that diagnose and monitor system faults and performance, program infrastructure elements, maintain and perform systems security functions, and log usage information for the LMR system. The system core for Motorola Solutions is proprietary and is therefore uniquely qualified for the West Point modernization site. Please note that this procurement is not for new radio purchases. Instead, the requirement focuses on modernizing the current Motorola LMR system at West Point to meet specific requirements for interoperability and future adaptability within the BECS framework. Integration with other systems is not feasible without significant and costly modifications. If vendor(s) were to propose, the proposed system must seamlessly integrate with Motorola�s existing dispatch console and tower infrastructure which is manufactured by Motorola. It would require the Offeror to have specialized capabilities essential for seamlessly integrating West Point�s legacy system into a unified, interoperable, and state-of-the-art subsystem. This could result in significant interoperability challenges since the system core for West Point is Motorola Solutions and proprietary by nature. This synopsis is for informational purposes only and does not constitute a request for competitive quotations. Interested parties who believe they can provide equivalent capabilities are encouraged to submit information to Contracting Officer Katia Lacoste (katia.lacoste.civ@army.mil) and Contract Specialist Rosa Acevedo rosa.m.acevedomedina.civ@army.mil no later than 4:00 PM EST on June 06, 2025. The Government will consider all received information as it evaluates the potential for competitive procurement. A final determination regarding competition remains solely at the discretion of the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/139f09b1136546ad91da2d7de1f70c03/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN07457399-F 20250530/250528230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.