Emergency Preparedness Telecommunications

Agency:
State: District of Columbia
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159454162764484
Posted Date: Mar 8, 2024
Due Date: Mar 22, 2024
Source: Members Only
Follow
Emergency Preparedness Telecommunications
Active
Contract Opportunity
Notice ID
2032H324N0COMMS
Related Notice
Department/Ind. Agency
TREASURY, DEPARTMENT OF THE
Sub-tier
DEPARTMENTAL OFFICES
Office
NATIONAL OFFICE - DO OTPS/TOPS
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 08, 2024 04:07 pm EST
  • Original Response Date: Mar 22, 2024 12:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DG01 - IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 517410 - Satellite Telecommunications
  • Place of Performance:
    Washington , DC 20001
    USA
Description

THIS NOTICE DOES NOT CONSTITUTE AN INVITATION FOR BIDS, REQUEST FOR PROPOSAL NOR A REQUEST FOR QUOTATION, AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE AN ORDER / CONTRACT OR OTHERWISE PAY FOR THE INFORMATION REQUESTED.



NOTICE TO VENDORS



The U. S. Department of the Treasury (Treasury), Departmental Offices, office of Emergency Preparedness is conducting market research to determine available sources for a potential procurement. The purpose of this notice is to determine the availability, technical capability, and interest of qualified contractors able Annual Service and Maintenance contract for the HF and Satellite systems at DC, Martinsburg WV, and Parkersburg WV, in accordance with the attached draft Performance Work Statement (PWS). The anticipated North American Industry Classification System (NAICS) code for this requirement is: 517410, Satellite Telecommunications.



This notice is issued solely for information and planning purposes, is not a solicitation, and does not constitute a commitment to or by the Government. Information submitted in response to this NOTICE is voluntary. All information provided will be held in a confidential manner and will only be used to assist the Government in developing its acquisition strategy. The Government will not pay for information, nor will it compensate any respondent for cost incurred in developing the information provided. Treasury reserves the right to contact individual companies for additional information.



BACKGROUND



The National Emergency Communications Policy requires the U.S. Department of the Treasury’s to maintain a single HF radio system. Certain Category I Departments and Agencies, including the Department of the Treasury, are required by national communications policy (National Communications System Directive 3-10) to establish, maintain, and test regularly, emergency back-up secure voice communications at their Alternate Operating Facility (AOF). The HF Radio is a Codan Model NGT ASR, with ancillary equipment, manufactured by Codan Australia.



Continued service and maintenance of existing High Frequency radio, antenna, and ancillary equipment (HF Radio) located at the Alternate Operating Facility (AOF) and the Iridium Satellite phone system at the HQ facility, to include annual system and antenna performance evaluations, radio/software programming, on- and off-air testing, Operator training as needed, and 24/7 troubleshooting support by phone.



Perform annual high frequency radio service and maintenance to include the following tasks: complete performance evaluation of existing HF system, On/off air RF testing, Antenna performance evaluation, Radio/software programming and on call service request or repair.



RESPONSE REQUIREMENTS



The Government asks interested parties to provide a capability statement and shall include the following, at a minimum, in their response;




  1. Company name,

  2. Commercial and Government Entity (CAGE) number,

  3. System for Award Management (SAM) Unique Entity ID (UEI) Number,

  4. Company Point of Contract: Name, Telephone, and E-mail address,

  5. Business Size designation,

  6. Listing of any relevant Federal Supply Schedule contracts held,

  7. Company experience in providing the required services in accordance as listed in section 2.0 above,

  8. Any additional information you would like the Government to consider during its acquisition planning.



Responses to this NOTICE may be provided through a capabilities statement which shall include the information listed in the above NOTICE Requirements Description above. This NOTICE is for informational and planning purposes only and shall not be construed as a solicitation or an obligation on the part of the Treasury to issue a request for proposal or award a contract. The Treasury does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. Contractors responding to this NOTICE should submit the information necessary for the Treasury to make a determination that the source is capable of satisfying the Government’s anticipated need. The Treasury reserves the right to contact individual companies for additional information, as needed. This notice does not obligate the Treasury to provide acknowledgment or receipt of all responses received resulting from this notice. Should such a requirement materialize, no basis for claims against the Treasury shall arise as a result of a response to this NOTICE or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.



Responses are due no later than 12:30 PM ET, 22 March 2024 via e-mail submission ONLY to Contract Specialist, Claudia Hansley at Claudia.M.Hansley@irs.gov. Questions (oral or written) regarding this NOTICE will NOT be accepted.




Attachments/Links
Contact Information
Contracting Office Address
  • 5000 ELLIN ROAD
  • NEW CARROLLTON , MD 20706
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 08, 2024 04:07 pm ESTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >