The RFP Database
New business relationships start here

Radio Interoperability System (RIOS)


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

Sources Sought Notice
Dated 19 Jun 2019


The Regional Contracting Command-Afghanistan is issuing this sources sought synopsis as a means of conducting market research to identify potential parties having an interest in capability and resources to support this requirement for Radio Interoperability systems (RIOS).


1. Classification Codes


This requirement will be issued under the following Classification Codes:


• NAICS 334290 Other Communications Equipment Manufacturing
• PSC U012 - ADP Software, Equipment and Telecommunications Training.


2. Place of Performance


Afghanistan National Police (ANA) and the Afghanistan National Army (ANP Command Centers located in Afghanistan.


3. Service Description

The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the Radio Interoperability System (RIOS) training for the Afghanistan National Police (ANA) and the Afghanistan National Army (ANP). The ANP and ANA have a requirement to communicate with each other in support of interoperability and communications security.

The contractor will provide for the installation/integration, initial user training, and ongoing sustainment of Radio Interoperability Systems (RIOS) at ANA and ANP bases, posts, and stations across Afghanistan. The RIOS is a radio/wire interoperability system; it provides users the capability to bridge radio, cellular, and Internet Protocol (IP)-based networks, in order to allow communication across otherwise incompatible systems.

Combined Security Transition Command-Afghanistan (CSTC-A has three phases for the RIOS installation, training and sustainment. Phase I and Phase II are completed and require continuing sustainment. The 25 RIOS units (Phase I and Phase II) for both ANA and ANP are at the following locations: (1) Kabul NPCC, (2) Kabul, OCC-R, (3) Herat OCC-R/P, (4) Daykundi OCC-R/P, (5) Helmand OCC-R/P,(6) Kandahar OCC-R/P, (7) Nangarhar OCC-R/P, (8) Pakitya OCC-R/P, (9) Balkh OCC-R/P, (10) Kunduz OCC-R/P, (11) Kabul NMCC, (12) Takhar OCC-P, (13) Badakhshan OCC-P, (14) Kunar OCC-P, (15) Wardak OCC-P, (16) Jawzjan OCC-P, (17) Bamyqan OCC-P, (18) Ghazni OCC-P, (19) Paktika OCC-P, (20) Faryab OCC-P, (21) Badghis OCC-P, (22) Ghor OCC-P, (23) Farah OCC-P, (24) Zabol OCC-P, (25) Parwan OCC-P.

The remaining 57 units are to installed and require initial user training. The 57 sites are currently being determined by CSTC-A, which will require on-going sustainment after installation.


5. Support Provisions
The Government shall furnish the following equipment, materials, and support:

1. All RIOS devices to be integrated and supported under a PWS.

2. Access to ANDSF facilities where RIOS systems are to be installed and supported (excluding government-provided transportation and force protection)


6. Contractor-Furnished Support
The Contractor shall furnish all other equipment, materials, and support necessary to conduct work under a PWS. This includes all forms of life support for Field Service Representatives (FSRs), transportation, force protection, and all other living and working accommodations.

7. Requirements

7.1 Tasks

7.1.1 Integration

The contractor shall conduct the following tasks at the locations designated:

1. Site Survey. Of the remaining 57 locations, the contractor shall conduct a site survey of each location to determine and document any deficiencies in the infrastructure, radios, or peripheral equipment that would prevent successful integration of RIOS with the installed radios at that location. The Government is responsible for correcting or addressing all noted deficiencies before proceeding with additional activities at each location.


2. Integration

The contractor shall initially install the RIOS at each location, connecting the RIOS to an appropriate power source, radios, and other networks as applicable at each location. The contractor shall test the RIOS to determine that the system is functional and can communicate across the networks integrated by the RIOS at each location. The contractor shall document the configuration of the RIOS at each installed location, to include which radios and other networks are integrated at each location, and the results of any testing conducted during initial integration. The contractor is responsible for identifying any previously-unknown issues with radios and other networks, and for correcting any functional issues with the RIOS at each location. The Afghanistan Government remains responsible for correcting identified deficiencies with radios, other networks, or infrastructure at each location.



3. Training

The contractor shall initially train operators identified by ANDSF leadership at each location. Training shall be conducted in local native languages, supported by written materials in the students' native language. The contractor shall develop training materials as necessary to support conduct of training, and, to be left behind at each location as an operating reference for the end user. Training shall prepare the end user to operate, troubleshoot, and support the RIOS at the organizational level.


The contractor shall provide records of trained end users at each location, including the names, ranks, positions, dates, and specific instruction provided to users at each site.


At a minimum, training materials will include:
a. Familiarization with the RIOS (overview-level training for ANDSF leadership)
b. Basic user training for the RIOS end user (operator training for ANDSF end users)
c. Operator cards providing laminated "quick-start" level job aid references
d. Reference manuals for the RIOS (organizational-level maintenance references)

7.1.2 Sustainment

The contractor shall sustain RIOS at all operational sites, beginning with the first 25 sites, and expanding to include the additional 57 sites (after each site is integrated, the site will transition into sustainment). The contractor shall visit each site as necessary to:

1. Troubleshoot and resolve functional issues affecting the RIOS at each location, to include the following subtasks: (NOTE: The RIOS devices are GFE; therefore, the Government is responsible for replacing the units.)

2. Identifying, isolating, and reporting to the Government functional issues affecting the radios or other network devices attached to the RIOS.

3. Monitor the functional status of the RIOS at each integrated location, and report any observations (positive or negative) to the Government through regular reports.

4. Conduct follow-on training of ANDSF leadership and end users as necessary to continually ensure that there is a trained workforce at each operating location.


8. THERE IS NO SOLICITATION AT THIS TIME
 
The request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. This sources sought is not binding the Government to enter into any contract action. This sources sought is being issued as an invitation to all capable businesses that are interested in becoming prospective vendors.

If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.

The government will evaluate market information to ascertain potential market capacity to provide the requested supplies that are consistent in scope and scale with those described in this notice and otherwise anticipated.

Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

9. Submission Instructions: Interested parties who consider themselves qualified to fulfill the above-listed requirement are invited to submit a response to this Sources Sought Notice by 5:00 P.M. Afghanistan time on 29 Jun, 2019. The interested parties shall provide a statement verifying that they possess the necessary skills and resources required to perform this service. All responses under this Sources Sought Notice must be emailed to judy.l.knox.ctr@mail.mil and tracey.l.howard8.civ@mail.mil.


If you have any questions concerning this opportunity, please contact: Judy Knox at judy.l.knox.ctr@mail.mil.


Tracey L. Howard, Contracting Officer, Phone 2568427630, Email tracey.l.howard8.civ@mail.mil - Judy Knox, Contract Specialist, Phone 318-481-5168, Email judy.l.knox.ctr@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP