The RFP Database
New business relationships start here

MAINTENANCE AND REPAIR LAND MOBILE RADIOS


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a Sources Sought Synopsis; there is no solicitation available. Requests for a solicitation will not receive a response. This Sources Sought Synopsis is published for market research purposes only. This market research will be used to help determine if this may be an acquisition set-aside for Women Owned Small Businesses (WOSB). Please review this announcement in their entirety. Information provided in response to this announcement by any means whatsoever and in any form whatsoever shall be at the expense of the provider. The Government will not compensate any person, company or other entity that submits any information in response to this announcement.
The Mission and Installation Contracting Center, Fort Belvoir, VA, on behalf of The United States Army Signal Regional Network Enterprise Center-Fort Belvoir (USASRNEC-FB) intends to procure scheduled and unscheduled maintenance and repairs, as necessary, on a 24 hour-per-day, 365 days-per-year basis, including emergency call-back services on the National Capital Region Land Mobile Radio (NCR LMR) system infrastructure using the small business set aside procedures in accordance with FAR Part 19 or under full and open competitive procedures.
The North American Industry Classification System (NAICS) code for this project will be 811213 Communication Equipment Repair and Maintenance, and the associated small business size standard is $11 Million. This NAICS code is set aside for Women Owned Business, and only woman-owned small businesses should respond.
This announcement is part of continuous market research to assess whether there are Women Owned Small Businesses capable of performing scheduled and unscheduled maintenance and repairs, as necessary, on a 24 hour-per-day, 365 days-per-year basis, including emergency call-back service on the National Capital Region Land Mobile Radio (NCR LMR) system infrastructure. NCR LMR operates a Harris P25 Narrowband SR10 a LMR System and requires 24/7 (24 hours a day, 7 days a week, including holidays) maintenance with 4-hour on site response to system failures. This support shall include technology refreshment (software support), Information Assurance updates, and maintenance of all infrastructures. USASRNEC-FB requires that the contractor provide all qualified personnel, material, tools, test equipment, and other items necessary to perform troubleshooting, repair, preventive maintenance, and all operational checks and adjustments required to accomplish this service. The repair and maintenance work shall include software maintenance, information assurance updates, infrastructure maintenance, and preventative maintenance as required for the continued 24/7 operation of the LMR system. The USASRNEC-FB houses a Network Operations Center which manages daily coordination of the full NCR LMR system. NCR LMR sites operate on the NCR LMR system, and each has its own LMR manager who coordinates radio service for his site and performs local troubleshooting.
This contract will consist of a base year and 4 one year option periods.
All interested and capable contractors under the NAICS code is encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the sources sought evaluation. One of the main functions of this sources sought notice is to assist the Contracting Officer in determining whether a Woman-Owned Small Businesses (WOSB) is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis may be used to aid in establishing realistic, achievable small business subcontracting goals.
CAPABILITIES STATEMENT: The anticipated contract award date for these services is on or about 25 May 2017. Interested parties shall submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel. The capabilities package should clearly present evidence that the interested party is fully capable of providing the required electric generation services and as such may contain any information that the interested party feels is relevant. The following issues should be also addressed in the capabilities package:
1. Confirm that your company is interested and intends to submit a quote / bid / proposal when and if a solicitation is issued.
2. COMPANY PROFILE
(a) Company name and address
(b) Point of contact at the company including name, title, telephone number, fax number and e-mail addresses
(c) Small Business designation/status if applicable, WOSB
(d) DUNS number
(e) CAGE code.
(f) Description of capabilities Provide a description as to your capability and capacity to perform and manage the work;
3. Address briefly how your company will perform this work;
(a.) Clearly describe your background and experience, within the past ten years, in providing labor, tools, material, equipment, and incidentals to repair and maintain the Land Mobile Radio system infrastructure.

Responses are due no later than March 28, 2017.
Submit your Capabilities Statement as follows: Questions or capabilities statements can be sent via email, U.S. Postal Service, commercial carrier, or hand carry to the attention of Denese Henson or Sherry Carner referencing announcement number W91QV1-17-R-0037 with a maximum of 15 pages. Send e-mail to denese.y.henson.civ@mail.mil. You are advised that all correspondence sent via e-mail shall contain a subject line that reads "W91QV1-17-R-0037", Harris P25 LMR." Note that e-mail filters at Fort Belvoir are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the e-mail filters at FB. If documents are attached to an e-mail, ensure only .pdf, .doc, .docx, .xls. or .xlsx documents are sent. The e-mail filters may delete any other form of attachments. Documents sent via the U.S. Postal Service or commercial carrier should be addressed to: Mission and Installation Contracting Center, Bldg. 1425, ATTN: Denese Henson, 9410 Jackson Loop, Fort Belvoir, VA 22060.


You can contact Denese Henson by email: Denese.y.henson.civ@mail.mil

ALL INQUIRIES AND/OR RESPONSES ARE DUE NO LATER THAN NOON, EST TIME, ON 28 March 2017.
Contracting Office Address:
MICC FORT BELVOIR
9410 Jackson Loop,
Fort Belvoir, VA 22060


 


Denese Y Henson, PMS, Phone 7038062168, Email denese.y.henson.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP