US Army Land Mobile Radio Pacific (Japan, Korea, Hawaii, and Alaska) Sources Sought
INTRODUCTION The Army Contracting Command - Rock Island (ACC-RI) is issuing this sources sought synopsis to identify companies capable and qualified to provide Land Mobile Radio (LMR) hardware, softwa... INTRODUCTION The Army Contracting Command - Rock Island (ACC-RI) is issuing this sources sought synopsis to identify companies capable and qualified to provide Land Mobile Radio (LMR) hardware, software and associated services for the Pacific Region (to include Japan, Korea, Hawaii, and Alaska). DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT IS STRICTLY VOLUNTARY; THE GOVERNMENT ASSUMES NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED. PROGRAM BACKGROUND The Product Lead (PL) LMR mission is to acquire, deliver and manage LMR communication systems, to include subscriber unit radios that support public safety and unit and base operations at Army installations worldwide. These systems allow First Responders to support the emergency needs of Soldiers and Civilians both within and outside CONUS. The PL LMR program procures turnkey solutions for those installations identified on the annual LMR priority list, completing approximately three to five installations a year. REQUIRED CAPABILITIES Japan: The requirement in Japan is for the expansion and upgrade of the Army assets on the Joint Japan (J2) LMR (J2LMR) trunked system located on the Japanese Islands of Honshu and Okinawa. Specific services and products required include: engineering, furnishing, installing, securing and testing (EFIS&T) of turn-key LMR systems, including LMR infrastructure, site preparation, security implementation; training, life cycle support of fielded systems, system administration, and system management to include system monitoring and troubleshooting. The scope of this effort is to EFIS&T the LMR system components required in Japan and integrate with the existing US Air Force owned Master Zone Core which is on Motorola ASTRO 25 version 7.17. The J2LMR system will operate in the 138-166 MHz (for existing RF sites) and 138-142 MHz (for new RF sites) VHF frequency range. The J2LMR system will be software based and must readily accept software enhancements for technology updates. Updates may include performance enhancements, as well as new and optional features. In support of this requirement, the contractor will provide all required LMR infrastructure, subscriber equipment, incidental services, software and licenses to ensure all equipment is integrated into and fully functional on the J2LMR System. Incidental Services include project management, systems engineering, site preparation, equipment installation and optimization, security implementation, acceptance testing, training, warranty and maintenance support for the system. The J2LMR-Army System will, at a minimum, provide Project 25 Phase I and Phase II Trunked mandatory features. Hawaii and Korea: The requirement is to expand the United States (U.S.) Army Pacific Japan Korea-Korea (PACJK-K) LMR trunked system. Specific services and products required include: EFIS&T of a turn-key LMR systems, including LMR infrastructure, site preparation, security implementation; training, life cycle support of fielded systems, system administration, and system management to include system monitoring and troubleshooting. The solution will include the LMR system components required to add a redundant core and upgrade/replace all infrastructure equipment in Hawaii that provides Continuity of Operations (COOP) for the US Air Force Motorola ASTRO 25 version 7.17 at Kadena Air Force Base in Okinawa and implement a RF site at FOS Carroll in Korea. The FOS Carroll RF site will operate in the 380 - 399.99 MHz UHF frequency range. The solution will be software based and must readily accept software enhancements for technology updates. Updates may include performance enhancements, as well as new and optional features. In support of this requirement, the vendor will provide all required LMR infrastructure, incidental services, software and licenses to ensure all equipment is integrated into and fully functional on the PACJK System. Incidental Services include project management, systems engineering, site preparation, equipment installation and optimization, security implementation, acceptance testing, training, warranty and maintenance support for the system. The contractor provided solution will, at a minimum, provide Project 25 Phase I Trunked mandatory features. Alaska: The requirement in Alaska is to provide fully functional P25 Compliant Subscriber Units (Portable, Mobile, Desktop) with the capability for Over the Air Programming (OTAP). These Subscriber Units will connect to the Alaska LMR system (Motorola ASTRO 25 version 7.17) which is a joint system with the State of Alaska (SoA), the U.S. Department of Defense and the Municipality of Anchorage. SUBMISSION DETAILS Interested businesses that consider themselves qualified to perform as described above are invited to submit a response to include the following information: 1. Point of Contact Information: a. Company Names: b. Address: c. Point of Contact: d. Phone Number: e. Email address: 2. Please identify your company's small business size standard based on the applicable NAICs code of 334220 and 334290. The Small Business Size Standard for 334220 is 1,250 employees and 750 employees for 334290. For more information refer to http://www.sba.gov/. a. Large Business Concern b. Small Business Concern c. 8(a) d. Small disadvantaged Business (SDB) e. Woman-Owned Small Business (WOSB) f. Historically underutilized Business Zone (HUBZone) g. Veteran-Owned Small Business (VOSB) h. Service-Disabled Veteran-Owned Small Business (SDVOSB) 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question 2 above, is your company interested as a prime contractor for the effort? 4. Does your company, as the prime, possess the capabilities to independently provide the entire range of hardware and services identified in above? You must answer this from the perspective of you as the prime solely having the capabilities to provide ALL hardware and services without consideration of any teaming arrangements you may tentatively have now or envision having in the future. 5. If you answer yes to question 4 above, specifically detail your ability to provide ALL hardware and/or services identified above. The detail should consist of documented past and current experience. Any list of contracts that accompanies this answer must be augmented with a presentation that gives the Government an understanding of the complexity and scope of the contract listed including all features and functions identified above. 6. If you answered no to question 4 above, what hardware and/or service identified above can you, as the prime, provide without regard to any teaming arrangements you may tentatively have now or envision having in the future? This detail should consist of your documented past and current experience that you can provide as the prime. Additionally, provide any teaming arrangements you may tentatively now have or envision having in the future that would provide the capabilities of all remaining hardware and service capabilities (those you cannot perform as the prime) identified above. 7. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy these requirements. Offerors are encouraged to identify teams, indicating each team member's size status based upon NAICS code of the work that the team member may be performing. 8. If arrangements identified in question 7 above rely on reseller agreements or partnerships that are limited in nature (e.g. Limited to subscriber unit resale only, resale in certain markets or to specific customers, etc.), please provide a description of all limitations of that agreement. Your response should be limited to no more than 10 pages, font size 12, Arial. Any information used will be on a non-attribution basis. Restrictions that would limit the Government's ability to use the information for these purposes are of limited value to the Government and are discouraged. All responses under this Sources Sought Notice must be emailed to Conrad Baker at a.c.baker2.civ@mail.mil and Kelly Herlein at kelly.l.herlein.civ@mail.mil by 12:00 Noon Central on 29 April 2019. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »