Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2009 FBO #2814
SOURCES SOUGHT

D -- Sources Sought Notice- Detrick Earth Station/ Direct Communication Link

Notice Date
8/6/2009
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
ACA, ITEC4 - West, ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS-09-R-0034
 
Response Due
8/17/2009
 
Archive Date
10/16/2009
 
Point of Contact
Elizabeth Woodson, 520-538-7457<br />
 
E-Mail Address
ACA, ITEC4 - West
(elizabeth.woodson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis OPERATIONS AND MAINTENANCE OF THE DETRICK EARTH STATION (DES) DESCRIPTION: The U.S. Army Contracting Command Information Technology, E-Commerce and Commercial Contracting Center- West (ITEC4-W), on behalf of The United States Army, Network Enterprise Technology Command (NETCOM)/9th Signal Command (Army), is seeking information on capable business sources that can provide Operations & Maintenance (O&M) support for the Detrick Earth Station in Ft Detrick, Maryland in support of the 302nd Signal Battalion. BACKGROUND: Operation and Maintenance (O&M) support is currently provided for the Detrick Earth Station (DES) in support of the Direct Communication Link (DCL), and other executive level communications circuits with the Russian Federation. The DCL is also referred to as the Washington-Moscow Hotline and supports direct communication circuits between the President of the United States and the President of the Russian Federation. The DES consists of two uniquely configured satellite communications terminals operating in the commercial C-band over Russian geostationary communication satellites. In addition to the DCL, the DES provides communication circuits for the Department of State, Whitehouse Communications Agency, Office of the Secretary of Defense, and the United States Army Northern Command. SCOPE: The contractor shall provide all labor, supervision, management, administration, services, supplies, tools and equipment other than Government provided utilities and services and Government Furnished Property (GFP) to operate and maintain two satellite communications earth terminals 24 hours a day, 365/366 days a year, including Federal holidays. The contractor shall perform preventive and corrective maintenance, report communication outages and equipment failures, perform circuit troubleshooting and circuit restoration actions, coordinate all actions, coordinate all circuit/system issues with the Russian Federation via the Russian language order wire system, provide logistics functions, inventory GFE/GFP, and provide engineering support. This is a market survey for information only. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualification of vendors who can support this requirement. The anticipated contract type is Firm-Fixed Price (FFP) with a 30-day phase-in period, a one-year base period with four one-year option periods. The NAICS Code is 517410 and the size standard is $15 million. SUBMISSION OF INSTRUCTIONS: If you believe your firm qualifies under the fore mentioned criteria and has qualified personnel, relevant past performance experience, and the technical capability to perform the type of work specified in the draft Performance Work Statement, please submit a technical capability statement including the following information: (1) company name and mailing address (2) point of contact (name, telephone number, and e-mail address) (3) socio-economic status (small business, small disadvantaged business, women-owned business, veteran-owned business, etc.) (4) a brief statement description how your company might propose to perform the percentage of work specified describing how your company might propose to perform the percentage of work specified in FAR Clause 52.219-14 (b)(1) i.e. a single small business or an affiliation and/or team of small businesses (Note: if more than one firm is contemplated, identify the socio-economic status of each and identify which aspects of the draft PWS will be performed by each firm) (5) number of employees (6) revenue for the past 3 years and (7) a brief summary of your companys experience and past performance within the draft PWS. Each company experience (Government or commercial) should include (a) name of project (b) brief description of project (c) contract or project number (d) client/customer point of contact (name, address, phone number, e-mail address) (e) dollar value of the contract/project (f) period of performance of the contract/project and (g) relevance of contract/project requirements in the draft PWS. The technical capability statement can be submitted in your format and shall not exceed 10 pages in its entirety (inclusive of cover letter, table of contents, tables, etc.). No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow-up information requests. Submit responses via e-mail to the Point of Contact, Elizabeth C. Woodson (elizabeth.woodson@conus.army.mil) by 1:00p.m., MST, August 17, 2009. REFERENCE MATERIAL ATTACHED: Draft copies of the PWS; DD Form 254, Department of Defense Contract Security Classification Specification. NOTE: Only the stated reference material listed above are available to industry at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABL/DABL03/W91RUS-09-R-0034/listing.html)
 
Place of Performance
Address: ACA, ITEC4 - West ITEC4 Contracting, Bldg. 61801, Room 3212 Fort Huachuca AZ<br />
Zip Code: 85613-5000<br />
 
Record
SN01902138-W 20090808/090807000640-9121c94bac8e5b1ac136c4d3915bd5f0 (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.