Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2004 FBO #0871
MODIFICATION

58 -- NATO C3 Agency Notification of Intent to Bids for NATO General Communication System (NGCS) Transmission Services

Notice Date
4/13/2004
 
Notice Type
Modification
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
Department of Commerce, Bureau of Industry & Security, Defense Programs Division, Office of Strategic Industries and Economic Security 14th and Pennsylvania Avenue, NW, Room 3876, Washington, DC, 20230
 
ZIP Code
20230
 
Solicitation Number
IFB-CO-10506-LTX
 
Response Due
4/14/2004
 
Archive Date
4/29/2004
 
Point of Contact
Etta Munford, Industrial Specialist/NATO Procurement, Phone 202-482-8240, Fax 202-482-5650, - Liam McMenanim, Trade & Industry Analyst, Phone 202-482-2233, Fax 202-482-5650,
 
E-Mail Address
EMUNFORD@bis.doc.gov, Imcmenam@bis.doc.gov
 
Description
NGCS TRANSMISSION SERVICES SUMMARY OF REQUIREMENTS 1. Overview: 1.1 NATO currently operates a digital telecommunications network, which provides wide area services to its users. The network is a combination of Time Division Multiplex (TDM) circuits, augmented with Asynchronous Transfer Mode (ATM) Private Virtual Circuits (PVC) at key locations. 1.2 The scope of the prospective contract is to replace the existing TDM and ATM circuits, as well as to expand the TDM and ATM based transmission services by adding links to the existing network. 2. Project Description: 2.1 The purpose of this contract is to acquire a number of Leased International Terrestrial Transmission Services, namely 2048 kbit/s El and 1544 kbit/s Ti links as well as Asynchronous Transmission Mode (ATM) Private Virtual Circuits (PVC) in support of NATO's General Purpose Communications System (NGCS). The transmission services shall be implemented by terrestrial means, 2.2 The network currently operated by NATO supports circuit mode services such as telephony and video teleconferencing (VTC) as well as packet mode services such as computer network communications. NATO's overall digital transmission services capability is currently provided through either existing (NATO owned) capabilities or through commercial leased services. As existing transmission includes NATO owned satellite capacity as well as transmission services provided by National Defense Networks (NDN), all commercially leased services shall be non satellite solutions to maintain the network grade and quality of service design parameters. 2.3 The services provided by the Contractor shall consist of delivery of the required TDM and ATM services as well as service monitoring facilities, commissioning activities, installation and testing, to meet all the requirements of the NGCS Transmission Services as detailed in the IEB. 2.4 It shall be the Contractor's responsibility to plan, design and perform the implementation at each location including the last mile. The implementation shall include preparations for and execution of installation, testing and activation/cut over for operational use, 2.5 In accordance with current NATO Funding mechanisms it is planned to sign the contract for a duration of 1 year starting from the Effective Date of Contract (EDC) with four (4) optional extensions of maximum 1(one) year each (i.e. the total duration will be between minimum of one (1) year and maximum of five (5) years). 3. Summary of Services: 3.1 The table summarises the number of circuits required in each one of the two modalities (TDM and ATM) and an indication of the number of sites where the services will be provided. It must be considered that most of the NATO sites will require more than one connection point. NUMBER OF TRUNKS NUMBER SITES TDM 120 80 ATM 50 11 3.2 In addition, Bidders should be aware of the following NATO requirements: a. Circuits will have termination points in different countries and in some cases ATM and TDM intercontinental links will be required. b. Termination points of some of the required circuits shall be in countries where NATO Forces or HQs are located. In addition, all the circuits shall be terminated on Bandwidth Management Equipment (BME) inside a NATO point of presence. c. In addition to the aforementioned circuits, the Bidder shall be required to propose Network Management visibility to allow monitoring of the performance of the end to end circuits. Nominated bidders must have at least NATO Restricted Security Clearance in order to receive and process the IFB. The successful contractor shalll be required to handle and store material at the level "NATO SECRET" and, should this be the case, the prospective contractor shall be required to have appropriate storage and handling clearances. Prospective bidders may be called upon to work at NATO or National defence site in conjunction with the contract and such contractor personnel will be required to have security clearances to the level of "NATO SECRET." All such clearances must be in place prior to contract award. The overseas procurement office responsible for this project is Brussels, Belgium. The work project is located in Brussels, Belgium. Etta R. MUNFORD (BIS/OSIES/DPD) is the primary point of contact for interested U.S. firms regarding certification/eligibility procedures and/or questions.
 
Place of Performance
Address: BRUSSELS
Country: BELGIUM
 
Record
SN00564510-W 20040415/040413211751 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.