SPECIAL NOTICE
99 -- MARKET SURVEY/SOURCES SOUGHT
- Notice Date
- 10/23/2007
- Notice Type
- Special Notice
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- DON-SNOTE-071023-002
- Archive Date
- 10/30/2007
- E-Mail Address
-
Email your questions to Contract Specialist
(debra.a.spencer@navy.mil)
- Description
- SPAWARSYSCEN Charleston ??? Tampa Office is tasked with upgrading the satellite communications systems of various Joint Warfighter commands. SPAWARSYSCEN Charleston is soliciting information from potential sources to provide the following: BW Requirements (minimums): 1. 8 MB Forward Carrier 2. 2ea 4 MB upstream return carriers (TDMA) 3. Total BW required (approximately 13.2 MHz) 4. Modulation and Coding: QPSK .793 FEC Turbo Product Code (TPC) 5. Contract Duration: 1 Year ( start date: 18 JAN 08 ) Operational Specifications/Considerations: 1. Uplink Earth station: Ft. Bragg NC - 7.3 Meter Viasat Antenna with iDirect iNFINITI HUB 2. Downlink Earth station: Ft Bragg NC 1 Meter Aperture (AVL) 25W BUC/SSPA 3. HUB Modem Type: iDirect iNFINITI Hub Line Card (HLC) 4. Remote Modem Type: 5000 or 7000 iDirect iNFINITI Series Satellite Router (or iConnex-r equivalent) 5. Remote Operational Location is FT Bragg NC only. There is presently no requirement for 50 state illumination. 6. Request Link availability of 99.5% with high rain fade (both directions) Additional Requirements 1. Service Provider must have 24/7 Carrier or Payload Operations Center that is highly knowledgeable on iDirect systems. This notice is for planning purposes only. The estimated contract value for this planned procurement is less than $400,000. All interested parties are invited to submit the appropriate documentation, literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. There is a limit of five (5) pages on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston, Code 2.2.5PL, via e-mail to penny.leya@navy.mil. Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership, indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, and/or Veteran-Owned Business; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number (if available); (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) and a list of customers for relevant work performed during the past five years, including a summary of work performed, contract number, contract type, dollar value for each contract referenced, and a customer point of contact with phone number. NOTE REGARDING SYNOPSIS: This synopsis is for information and planning purposes ONLY and is not to be construed as a commitment by the Government. This is NOT a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the results of the evaluation. The applicable NAICS code is 517410 with a size standard of $13.5 Million. The Closing Date for responses is 30 October 2007.
- Web Link
-
Click on the link to view the special notice
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navgenint.nsf&whichdoc=F08299FD054AEBD18825737D0057127D&editflag=0)
- Record
- SN01439565-W 20071025/071023234101 (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 |