Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2006 FBO #1573
SOLICITATION NOTICE

58 -- Very Small Aperture Terminal (VSAT) satellite communications system

Notice Date
3/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS, 7T-5 Oklahoma, 819 Taylor Street, Room 14A02, Fort Worth, TX, 76102
 
ZIP Code
76102
 
Solicitation Number
7TF-06-0004
 
Response Due
3/24/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number 7TF-06-0004 Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. This is a full and open procurement, after exclusion of sources, under NAICS Code 334220. This procurement is a total small business set-aside. NOTE: Section 508 does not apply to this requirement. Requirements: I. OVERVIEW: This requirement is for the purchase of a Very Small Aperture Terminal (VSAT) satellite communications system capable of Single Channel Per Carrier (SCPC) point-to-point operation. This system is to be equipped with one (1) network hub and two (2) portable/deployable earth stations providing simultaneous uplink channel available bandwidth of 2MBps from each of the two deployed terminals and an available total (shared) downlink capability of 3MBps from the fixed central hub. Proposed system should be capable of providing secure, point-to-point broadband data connections and Voice Over IP (VOIP) capabilities (as described in deliverables) between any two points in the satellite footprint coverage area. The required link for this system will be configured for 2Mbps uplink and 3Mbps downlink duplex operation. II. DELIVERABLES: 1. SYSTEM. The Contractor shall provide, integrate, test, deliver and install a satellite communications system with 24X7 technical support services provided for a 2 month period after acceptance of all equipment. Contractor will provide dedicated, leased satellite capacity allowing 24 x 7 x 365 full access without contention for resources. The space segment lease will be provided for a 12 month period after acceptance of all equipment. The satellite communications system should enable secure, point-to-point broadband data connections between any two points in the satellite footprint, providing simultaneous uplink channel available bandwidth of 2MBps from two portable/deployable earth station, and an available total (shared) downlink capability of 3MBps from the fixed central hub. System shall provide up to 280 VoIP channels, 8 hardwired up to a maximum 38 STU/STE calls, and 48 hardwired data ports. The satellite footprint coverage area that needs to be supported is the North American continent, to include Alaska, the Virgin Islands, and Puerto Rico. This is a "star" network topology. 2. NETWORK HUB. Shall be a fixed installation at Fort Sam Houston, Texas, consisting of a 3.8-meter antenna, 40W transceiver with redundancy and redundant satellite modem equipment. The network hub shall be capable of providing provide a single-channel per carrier (SCPC) Point-to-Point VSAT System, employing multiple point-to-point Ku-band satellite links. The network hub terminal will be equipped with DTech Labs WHISPER900 gateway device (or equivalent). 3. PORTABLE EARTH STATIONS. Shall be equipped with DTECH LABS Remote NIPR and SIPR system (or equivalent) providing up to 280 VoIP channels, 8 hardwired up to a maximum of 25 STU/STE connections and 48 hardwired dataports for remote NIPRnet access. Each deployable terminal shall be configured in a transportable hard case. Each portable earth station shall consist of a 1.2-meter antenna (Mantis 120 or equivalent) with a ruggedized, non-penetrating mount, a 16-watt Ku-band block upconverter, a precision low noise block downconverter, digital satellite modem (570L or equivalent), spectrum analyzer, serial-to-Ethernet converters, IFL and power cables, flexible waveguide, ruggedized transit cases for all IDU/ODU components, and AOS SkyPipe(tm) (or equivalent) Proxy Enhancement Protocol (PEP) Server and Client version software for link optimization. 4. TRAINING. Contractor will provide functional and operational training on all provided equipment/systems and will provide packaging, deployment and setup training for the portable earth stations. Time frame for training will be in accordance with, IV. Delivery Schedule, portion of this statement of work. Training will be provided in a minimum of 1 session with a minimum of 8 trainees per session. Session may cover multiple days of training. All required training materials will be provided by the contractor. III. GOVERNMENT FURNISHED EQUIPMENT Contractor will be required to engineer, incorporate and configure Government Furnished Equipment (GFE) consisting of Cisco routers, switches, UPS devices, KG250 IP encryption devices and Hardig Transport cases into the required systems. IV. DELIVERY SCHEDULE. Once a successful and comprehensive site survey is completed at the site proposed for the installation of the network hub (no later than 7 days after contract award), and a determination is made that necessary local infrastructure is suitable, Contractor engineers will prepare a work schedule for installation to be completed within 75 days after contract award. Delivery of portable earth station/flyaway equipment will be concurrent with completion of the network hub. Contractor will provide on-site test and initial equipment training and support during this period. The majority of satellite-network interface and integration of equipment, including provisioning and test of mobile equipment, will be performed at VENDOR facilities This schedule is subject to necessary access to customer facilities and availability of certain local resources (telecommunications providers, for example). Desired Delivery Date is 75 days after receipt of contract. Place of Delivery and Acceptance is: Headquarters Fifth US Army, ATTN: Gene Belcher, 1400 E. Grayson St. Bldg. 44, Room 149W Fort Sam Houston, TX 78234-7000. FOB destination. Solicitation provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (JAN 2006) is hereby incorporated by reference. The Government intends to award a single contract to the responsible offeror whose quotation conforms to the solicitation and represents the best value to the Government, considering technical factors and price. The following technical factors will be evaluated and are listed in descending order of importance: (1) Technical Approach (2) Past Experience and Performance. The technical factors are more important than price. As quotations become more equal in technical factors, the price becomes more important. Technical Approach: Describe your knowledge and understanding of the technical requirements outlined in the SOW. Identify the methodology and analytical techniques you will use to manage the work and ensure that all SOW requirements are met. Quotations will be evaluated on the demonstrated ability to provide a technical approach that integrates the tasking into a cohesive effort that can be accomplished with minimal risk. The technical approach should clearly describe and provide for the following: An overview of your methodology guiding your performance of the technical requirements identified in the SOW, and a general description of how your technical approach will be applied to accomplishing the requirements. Identify and describe the specific techniques and steps that will be applied during the accomplishment of all tasks of this project. Past Experience/Performance: Required Past Experience/Performance Documentation: The offeror shall provide a narrative of at least three projects for similar tasks as required by this SOW. If the offeror will sub contract any part of these services, the offeror must provide a narrative of at least three projects for similar tasks for those contractors. The offeror must have at least two years of current experience within the past three years. Provide applicable contract numbers, contract dollar values, description of tasks performed, and periods of performance. Each narrative shall also include the name, area code and phone number, mailing and e-mail address of the person who can verify your past experience/performance. This factor will be evaluated based on the relevance of the offeror's past experience/performance compared to the requirements specified in the SOW. Offerors unable to fully demonstrate they have successfully completed similar tasks to this SOW in the past three (3) years will not be considered for award. The Government will conduct reference checks on performance, customer satisfaction with respect to technical requirements, the business relationship, and management responsiveness. The Government may supplement the information you provide with performance information it may obtain from any other source including its own experience with your firm (or Subcontractor), and information concerning performance from any other reliable source. The Past Performance Information Retrieval System (PPIRS) will be used to retrieve information on offerors' past performance, in accordance with GSAM 515.305(d). Note: The contractor shall not sub contract more than 90% of work performed on this contract. Price: Price is not a weighted factor, but will be used in the Best Value decision. Offeror?s are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (MAR 2005) with its offer. Clause 52.212-4, Contract Terms and Conditions--Commercial Items (SEPT 2005), is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (FEB 2006), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: (b)(1) 52.203-6 with Alternate I, (b)(3) 52.219-4, (b)(5)(i) 52.219-6, (b)(7) 52.219-8, (b)(9) 52.219-14, (b)(14) 52.222-3, (b)(15) 52.222-19, (b)(16) 52.222-21, (b)(17) 52.222-26, (b)(18) 52.222-35, (b)(19) 52.222-36, (b)(20) 52.222-37, (b)(21) 52.222-39, (b)(29) 52.232-29, (b)(31) 52.232-33, (b)(34) 52.239-1. Additional Contract Terms and Conditions applicable to this procurement are: Clause 52.245-1 Property Records (APR 1984), Clause 52.245-2 Government Property (Fixed Price Contracts)(MAY 2004), and Clause 52.245-9 Use and Charges (AUG 2005) are hereby incorporated by reference. Clause 552.212-71 Contract Terms and Conditions applicable to GSA Acquisition of Commercial Items (JUL 2003), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: 552.203-71, 552.228-70, 552.232-78. Type of Contract: A firm fixed price, definite quantity, definite delivery contract will be awarded. (iii) Period of Performance: Delivery 75 days after receipt of contract. The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. Signed and dated offers one original must be submitted to GSA, IT Solutions, 7TR, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Elaine M. Lacker, Contracting Officer at or before 4:30 p.m. (CST), March 24, 2006. Email proposals may be sent to elaine.lacker@gsa.gov at or before the above time and date; facsimile proposals may be submitted to 817-978-4739 at or before the above time and date!! Contact Elaine Lacker at 817-978-6142.
 
Place of Performance
Address: Headquarters Fifth US Army,, ATTN: Gene Belcher, 1400 E. Grayson St. Bldg. 44, Room 149W, Fort Sam Houston, TX 78234-7000,
Zip Code: 78234-7000
Country: USA
 
Record
SN01008238-W 20060318/060316212736 (fbodaily.com)
 
Source
FedBizOpps 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.