New Mexico Bids > Bid Detail

5820--Portable Handheld Radios

Agency:
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159820121981112
Posted Date: Mar 13, 2024
Due Date: Mar 21, 2024
Source: https://sam.gov/opp/e913d2b7e6...
Follow
5820--Portable Handheld Radios
Active
Contract Opportunity
Notice ID
36C26224Q0809
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 13, 2024 01:54 pm PDT
  • Original Response Date: Mar 21, 2024 12:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5820 - RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    Department of Veterans Affairs New Mexico VA Healthcare System Albuquerque , NM 87108-5154
    USA
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
SOURCES SOUGHT/RFI DESCRIPTION
This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334220 (size standard of 1250 employees). Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can possibly provide several Motorola APX NEXT handled radios and Microphones that at a minimum meet the brand name and/or can possibly provide an equal product for the New Mexico VA Healthcare System. Located in Albuquerque, NM.
Brand name Information:
Manufacturer:
Motorola Solutions
Nomenclature:
APX NEXT ALL-BAND MODEL 4.5 PORTABLE.
XVP830 REMOTE SPEAKER MICROPHONE NO CHANNEL KNOB.
Model Number:
H55TGT9PW8AN
PMMN4136B
(Any other information):
Equal to product Information:

Salient Characteristics:
MOTOROLA APX NEXT (MULTI-BAND) MINIMUM REQUIREMENTS INTEROPERABLE PORTABLE RADIO UNITS - H45TGT9PW8AN
General MULTI-BAND Radio Requirements
Radio products must be able to meet the following criteria/minimum specifications:

Radios must be capable of operating in the following frequency ranges:
VHF (136-174 MHz)
UHF (R1) (380-470 MHz)
UHF (R2) (450-520 MHz)
700 MHz (764-776, 794-806 MHz)
800 MHz (851-870 MHz)

Radios must come with all additional upgrades below:
QA00569AR ADD: 7/800MHZ BAND+.
QA00571AR ADD: UHF BAND.
BD00001AA ADD: CORE BUNDLE.
H499KC ENH: SUBMERSIBLE (DELTA T).
H38DA ADD: SMARTZONE OPERATION.
Q806CH ADD: ASTRO DIGITAL CAI OPERATION.
Q361CD ADD: P25 9600 BAUD TRUNKING.
QA09028AA ADD: VIQI VC RADIO OPERATION.
QA03399AK ADD: ENHANCED DATA.
Q387CB ADD: MULTICAST VOTING SCAN.
QA00580BA ADD: TDMA OPERATION.
QA09001AM ADD: WIFI CAPABILITY.
BD00010AA ADD: SECURITY BUNDLE.
QA01767BL ADD: P25 LINK LAYER AUTHENTICATION.
Q498BN ENH: ASTRO 25 OTAR W/ MULTIKEY.
H797DW ENH: DVP-XL ENCRYPTION AND ADP.
Q15AU ADD: AES/DES-XL/DES-OFB ENCRYPTION AND ADP.
QA08520AA ALT: BATTERY LI-ION IMPRES 2 IP68 4400T UL DIV 2.
H636 ADD: APX NEXT APPLICATION BUNDLE PROMO.
H638EA ADD: SMART LOCATE MAPPING TRIAL PROMO.
QA08853AA ADD: CPS ENABLEMENT.
LSV01S03446A APX NEXT DMS ESSENTIAL.
NNTN9216A BATTERY PACK, IMPRES GEN2, LIION, IP68, 4400T.
NNTN9199A IMPRES 2 SUC, 3.0A, 120VAC, TYPE A PLUG, NA.
PMMN4136B XVP830 REMOTE SPEAKER MICROPHONE NO CHANNEL KNOB.
Radio products must be able to meet the following criteria/minimum specifications:
Radio must have a programmable power LMR output level that ranges between 1-6 Watts.
Radio must support code-plug, firmware, flashport over WI-FI or LTE capability.
Radio must have the capability to support analog/digital, 3600/P25, conventional, Astro Digital P25 Trunking (FDMA and TDMA).
Radios must be capable of operating in LTE bands 2/4/12/13/14 and must be (Hardware Ready) to operate in bands 5 and 17.
Radios must be compatible with the DHS Caribbean ICE Motorola Network LMR Astro Trunking System and NPS VHF Nets in place that support the park(s) population in their day-to-day Land Mobile Radio (LMR) activities.
The radios must be APCO P25 CAP tested and certified to operate on existing (Motorola HS202X.X UHF) Astro 25 core infrastructure systems, without deploying/connecting any additional middle-ware (hardware/software). This allows interoperable readiness and secure communications with surrounding cooperators via the DHS System or specific cooperator system(s).
Radios will be provisioned with Advanced Encryption Standard (AES) Digital Encryption system utilizing a FIPS 140-2 Level 3 Certified Encryption Module for transmission of For Official Use Only (FOUO) and Personal Identifiable Information (PII).
Radio must have the ability to secure data messages from applications internal and external to the portable radios using FIPS 140-2 Level 3 validated encryption (to be used when including encrypted data).
Radios must have a Gorilla Glass 3, Mission Critical 3.6 Touchscreen: 800x480 TFT 24-bit Full Color Transflective Display, 1 mm Toughened Glass Lens Capacitive Touch Technology: Usable with Gloves Up to 4 mm Thick, Resistant to False Actuation from Fresh or Salt Water, Snow, Ice, Dirt or Grease.
Radios must have a 1.2 Top Display: 200x112 TFT 18-bit Color Transflective Screen, 1 Line of Icons, 2 Lines of Text, 14 Characters per Line, 2 mm Toughened Glass Lens.
Radios must meet IP68 (2 meters, 4 hours) submersion standards and the MIL-STD Delta-T, 512.X Procedure 1. Coupled with the Rugged Endoskeleton this enhances ruggedness and reduces required repairs which contributes to the lowered total cost of ownership, therefore extending the radio lifecycle.
Radios must be listed by UL to non-incendive standards: UL 121201 and CAN/CSA C22.2 No. 213-17 as safe for use in Class I, Division 2, Groups A, B,C,D; Class II, Division 2, Groups F,G; Class III Hazardous Locations.
Radios must be capable of internal GPS capability. Having this capability integrated into the radio limits the need for bulky external accessories that can increase total cost of ownership and inhibit communications in an emergency. (Integrated GPS Capability)
Radios shall be equipped to program voice announcement, which alerts the user to the exact channel the radio is on with a human voice announcement without looking at the radio. This will alert the user to channel changes on the radio, whether intentional or accidental. (Voice Announcement)
Radios must have integrated Bluetooth technology with a minimum of 128 bit AES Encryption and near-field pairing so that users can pair Bluetooth equipment without compromising security. This provides capability for the radio user(s) to use encrypted wireless solutions therefore eliminating the need for bulky wired accessories to provide wireless capability. (Integrated Bluetooth Technology)
Radios must have a programmable duress (Emergency) Orange button which allows officers or emergency personnel to send a silent alarm when he or she is in trouble and needs assistance. The emergency must provide visual and auditory notification on the dispatch console when pushed on the radio. (Programmable Duress Button)
Radios must come standard with ADP encryption to implement in specific geographical regions where interoperability with non-Federal agencies is necessary. (Advanced Digital Privacy (ADP) Hardware/ Software Encryption)
Radios must have a T-Grip top design to ensure the radio does not slip out of an end users hand (gloved or un-gloved) when the radio becomes wet. (T-Grip Design)
Radio must use battery technology in the chargers that automatically keep track of battery health and maintenance through automatic reconditioning during each charge session in order to extend the life of battery. It must also ensure it is not overcharged and indicate when a battery needs to be replaced. The Automated Charger should use a pulse technology so that batteries do not incur memory loss. (Automated Battery Conditioning/Chargers)
Radios must have MIL-STD-810G Certification and have a superior endoskeleton to ensure that it can withstand the roughest of conditions and use cases that the user(s) will put their radios through on a day-to-day basis. The superior endoskeleton contributes to the extreme durability which extends the life of the radio, reduces required repairs and promotes improved total cost of ownership. (Endoskeleton)
Radios must be able to utilize various audio accessories and programming cables/software from current Motorola LMR subscriber fleet. Adapter inserts must be available which would allow the APX NEXT portable radios to be charged in legacy APX 6000/7000/8000 multi-chargers currently in use. (Asset reuse)
Radios must be future proofed by offering Motorola Smart Features and LTE capabilities. At a minimum, radios must offer the following LTE/Motorola Smart Features:
SmartConnect - automatically switches between LMR and LTE to extend radio communication beyond the boundaries of the radio system, so users can concentrate on their mission and not worry about coverage.
SmartLocate - Allows dispatchers to see where everyone under their care is, so they can stay focused on critical situations.
SmartMapping - enhances situational awareness by enabling radio users to see their own location on the radio front display, find an address, drop waypoints, and view the locations other colleagues at a glance, then tap the screen to instantly communicate with them.
SmartMessaging - is a secure and convenient way to share texts, images, videos and voice notes across an extended team.
ViQi Virtual Partner - enables natural language database queries, rapidly giving field personnel vital information like driver s license and license plate lookups.

Radios must be capable of ViQi. The ViQi Voice Control helps you easily operate simple radio functions with a voice command and one push of a button (Change Zone/Change Channel/Volume Control, etc.)
ADAPTIVE AUDIO ENGINE
The required radios will be used in high noise environments, i.e. high winds, generators, sirens, etc. and must have directional dual-microphone noise cancelling features so that when users speak into either side of the radio, the advanced noise suppression algorithms allow the opposite digital mic to cancel out ambient noise. Radio must provide superior voice quality when not using best practices. Radios must also be able to suppress background noise, regardless of the orientation of the radio relative to the voice source and accept voice input from any microphone without attenuating the user s voice.

ADAPTIVE NOISE SUPPRESSION & EQUALIZATION/ADAPTIVE WIND-PORTING
Radio must have the capability to listen to the ambient noise level & modify noise suppression
Radio must accommodate equalization settings tuning for different loudness levels
At lower volumes, radio speaker shall be able to deliver authentic voice
At higher volumes, radio speaker shall be able to deliver intelligibility adaptive wind-porting.

The aforementioned requirements will allow radio users to clearly hear Transmit/Receive voice traffic in critical situations.


The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications.

We are seeking sources for products that meet the requirements set forth by the Buy American Act (41 U.S.C. §§ 8301-8305). The purpose of this notice is to identify potential offerings that are compliant with the BAA, which stipulates that the U.S. government give preference to domestically produced goods. All products offered must be either manufactured in the United States or, if manufactured outside of the United States, must qualify as domestic end products or construction materials as defined in the BAA and its implementing regulations.
By submitting a response to this notice, you certify that the products offered meet these requirements and that upon request, you can provide documentation verifying compliance. Failure to comply with these criteria may result in disqualification from consideration.

If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:

(1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)?
(2) Is your company considered small under the NAICS code identified in this RFI?
(3) Are you the manufacturer, authorized distributor, and/or can provide equivalent solution to the items being referenced above? If applicable, please provide the manufacturer name and business size.
(4) Is the end product manufactured in the United States; and is the cost of the components made in the U.S. at least 60% of the total cost of components required to manufacture the end product? If the item is not manufactured in the U.S., please provide the country of origin.
(5) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).
(6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(7) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job.
(8) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number.
(9) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract.
(10) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.
(11) Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items" meet all the salient characteristics.
(12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.
(13) Please provide your SAM.gov Unique Entity ID/Cage Code number.

Responses to this notice shall be submitted via email to israel.garcia2@va.gov. Telephone responses will not be accepted. Responses must be received no later than 03/21/2024 by 12:00PM PST.
All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement.
Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 13, 2024 01:54 pm PDTSources Sought (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 >