Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 20, 2001 PSA #2834
SOLICITATIONS

D -- SOLE SOURCE PROCUREMENT , SATELLITE PHONES/NETWORK/SYSTEM

Notice Date
April 18, 2001
Contracting Office
USPFO for Florida, PO Box 1008, 189 Marine St, St Augustine, FL 32085-1008
ZIP Code
32085-1008
Solicitation Number
DAHA08-01-R-0004
Response Due
May 9, 2001
Point of Contact
Capt. Bill Markham 904-823-0512, Contracting Officer, william.markham@fl.ngb.army.mil
E-Mail Address
Click here to e-mail Capt. Bill Markham (william.markham@fl.ngb.army.mil)
Description
The Florida National Guard intends to award on a Sole Source basis, a contract with Liberty Communications of Tallahassee, FL, to design, create, and implement an integrated emergency operations system for the FLARNG, combining existing conventional FLARNG inventories and satellite communications systems into a developed and fully interoperable network. FLARNG units will have the ability to send and receive voice, data and fax traffic anywhere in the Continental United States (CONUS) and surrounding coastal waters, the Caribbean and Northern South America in both a fixed station and mobile environment. The network will integrate systems of the FLARNG, Department of Community Affairs, and Division of Emergency Management (DEM) and retain capability for over the air re-programming for access to other state and federal agency communications resources to achieve a stand-alone private network. Purchase of new equipment by the contractor will be limited to that which will enhance the tactical and strategic operation of the network system. Scope of work by Liberty Communications, will consist of the contractor performing an initial equipment survey consisting of inventory, condition analysis and evaluation, the contractor will design and make modifications to existing equipment and procure additional equipment to achieve the project results. The integration of the equipment is to provide local conventional mobile and portable radio systems access to conventional local equipment. Cross-band transceivers are not to be used. Twelve Briefcase Satellite Systems currently in the FLARNG inventory will be retrofitted with the necessary proprietary hardware and firmware for use as a mobile, fixed, or trans-mobile application. Flexibility in application by Liberty Communications will avoid the necessity of expanded investment to achieve mobility. Any existing equipment warranties will be voided, however, Liberty Communications is to provide a one-year date of return to service warranty for each item of equipment reconfigured and for the entire system itself. These changes are to be transparent to the satellite system. Al new equipment, to include nineteen mobile, seven fixed station, and 26 hand-helds will be purchased by the contractor to augment the existing modified equipment. These units will be configured to use 12V DC or land power for mobile and fixed operation. Each unit will have the ability to function as a satellite telephone and be converted on-demand to an integrated two-way interface with military hand-held or civilian hand-held radios. Radios will operate on the existing authorized frequencies allocated to the RF user and for satellite systems to be accessed by a remote user. The newly configured system will provide two-way radio functionality combined with security and nationwide coverage. Talk groups can be established to support functional areas or the entire FLARNG. Talk groups will be established to support functional areas or the entire FLARNG. Talk groups will have the capability to span the entire country or specific geographic area. Dispatch service will be engineered to support any number of configurations from Private Mode (private two-way connection) to Broadcast Mode (one way communication) and will include at minimum, real-time voice, digital broadcast, workgroup connectivity, Priority One emergency contact. Telephone features at a minimum will provide the ability to send and receive voice, data, and fax traffic anywhere in the Continental United States (CONUS) and surrounding coastal waters, the Caribbean, and Northern South America. Telephone service will provide full-duplex digital voice, a minimum of 9.6 baud rate data communication, 24-hour customer service, directory assistance and emergency referral service, DID calling, voice mail, call waiting, call forwarding, conference calling and call barring. Configuration -- The mobile, fixed-station and briefcase model satellite systems will be engineered to use satellite L-band/Ku-band transceiver with PC Board level echo cancellation. The system will include; DTMF microphone and hand set, quick mount antenna with self-steering hardware, dual power for AC/DC operation, cigarette lighter adapter, junction box/switch-able mode selector with integrated volume control, and external speaker. THE FLARNG will specify the type VHF/UHF 800MHz transceiver (without microphone), and all cables, connectors, and fittings for component integration. All equipment is to be backboard mounted in a durable soft-sided carry bag with owner's manual and one year warranty to be included. Hand-Held Radios -- Each unit will be programmed/configured by Liberty Communications to be accessible by state or military owned PRC-127/126 hand-held radios. Contractor will program designated units with codes for specific satellite-interfaced radios to prevent close proximity keying of satellite channels to prevent talk group lock down of the system. Each of the radios will be documented and labeled by the contractor for ease in identifying matching units. Any and all contractor supplied hand-held radios will be small compact radios programmed to integrate with owner equipment and contractor-provided satellite service. Subsequent to testing and acceptance, Liberty Communications will program and test all provided system integration, equipment and services to the expectations of the SOW. Liberty Communications is the only source known by this agency with the proprietary technical expertise for the retrofit/reconfiguration of the conventional satellite phones to enable contact with state/civilian or military hand-held radios. This notice of intent is not a request for competitive proposals, however, interested parties may identify their interest and capability to respond to this requirement by submitting explicit documentation to the UDPFO For Florida, Contracting Division, Captain Hesco, at the office identified above or by fax at 904-823-0512, or by (e-mail paul.hesco @fl.ngb.army.mil) that establishes that they can meet the above SOW specifications. Documentation must be received within 20 calendar days from the publication date of this notice to be considered by the USPFO. A determination by the USPFO not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. SIC Code for this procurement is 3663 NAICS Code 811213.
Web Link
NA (NA)
Record
Loren Data Corp. 20010420/DSOL001.HTM (W-108 SN50J600)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on April 18, 2001 by Loren Data Corp. -- info@ld.com