Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2011 FBO #3485
SOURCES SOUGHT

D -- Satellite Internet and Phone Services

Notice Date
6/8/2011
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
 
ZIP Code
20537
 
Solicitation Number
DJD-11-R-0037
 
Archive Date
7/8/2011
 
Point of Contact
Amanda Marsh, Phone: 2023078337
 
E-Mail Address
amanda.j.marsh@usdoj.gov
(amanda.j.marsh@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a REQUEST FOR INFORMATION (RFI). This is not a request for proposals and does not obligate the Government to award a contract. All responsible businesses, including small businesses, are encouraged to respond to this RFI. The Drug Enforcement Administration (DEA) is conducting market research and requests input from industry to assist in requirements planning. The information requested by this RFI will be used within the DEA to facilitate the decision making process and will not be disclosed outside the Government. The DEA will not be responsible for any cost incurred by interested parties in responding to this RFI. Unsolicited proposals or offers of any kind will not be considered in response to this RFI. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future RFP will not be accepted. Email responses to this RFI to Amanda Marsh at amanda.j.marsh@usdoj.gov by 4:00 PM Eastern Standard Time (EST) on Thursday, June 23, 2011. The Government encourages creativity and innovation in responses to this RFI. The purpose of this RFI is to gather information about commercially available international satellite phone and internet service providers that meet the requirements discussed below. Interested vendors should submit a technical description of their international satellite phone and internet capabilities such as installations and dismantling of very small aperture terminals (VSAT) dishes, securing satellite phone and internet services, operational features and options, estimate of time for system installation, onsite support, and a description of warranty and product support. Interested vendors should also submit Rough Order of Magnitude (ROM) pricing for their products to include system hardware, support, and installation. The international satellite phone and internet service is for project sites throughout Afghanistan. The eventual contractor shall be responsible for providing proof/documentation of previous work experience in North Atlantic Treaty Organization (NATO), International Security Assistance Force (ISAF) or US secured area and all employees/contractors that require access to the proposed install locations must be able to obtain ISAF access identifications. REQUIREMENTS The DEA is seeking information from potential sources for General maintenance including preventive and corrective repair. DEA requires the removal and installation of VSAT dishes as well as the installation and/or removal of fixed equipment. The dishes must be in working order. The Contractor shall perform the following general functions: • Installation of fixed-site VSAT dishes as required • Dismantle VSAT dish and network system • Transport and reassemble VSAT dish and network system • Construct and install related equipment for VSAT operability, to include but not limited to Low noise block down converters (LNBs), modems, block up converters (BUCs), media converters, routers, switches, "music boxes", racks, jacks, wiring, cabling, fiber, connectors and power supplies. • Construct and install sufficient power supply and/or transmission, to include conductor cabling, conduit, plugs, receptacles, ports, jacks, panels, fuses and breakers, etc. to operate satellite internet network • Secure satellite phone and internet services. The system must also be seamless at multiple other locations throughout Afghanistan. The following are desired satellite phone and internet characteristics. • 2.4 meter fixed-site VSAT dishes with iDirect 5300 modems and 4 watt BUC as required. The vendors may take note of hardware already in use. If it is possible, reutilization of existing hardware (VSAT dishes, mounting bases, wiring, routers, etc.) is desirable assuming interoperability and compatibility with system. • Related equipment for VSAT operability, to include but not limited to LNBs, modems, BUCs, media converters, routers, switches, "music boxes", racks, jacks, wiring, cabling, fiber, connectors and power supplies. • Cisco 7960 IP Telephony The Contractor shall perform the following service functions: • Twelve (12) month service, 8192 Kbps down / 4096 Kbps up with 2048/2048 Kbps Committed Information Rate (CIR). Super high level (SHL) quality of service (QOS) shared satellite bandwidth, • Twelve (12) month service, 1024 Kbps down / 512 Kbps up with 256/256 CIR. Super high level (SHL) quality of service (QOS) shared satellite bandwidth each for VoIP telephony for up to 12 phones, • VoIP telephony for up to 6 phones each at eight different US Government locations • Subscription service for VoIP telephony for calling to the United States • Related services necessary for networking and distribution • On-site technical support for duration of contract • Contractor shall provide on-site delivery and set-up. • Contractor shall provide for removal of crating and debris. Interested vendors who feel they possess the necessary capabilities should respond by providing the Government the following information: point of contact, address, telephone and fax numbers, email address, DUNS number, Tax ID Number, CAGE Code, business size category (large, small, small disadvantaged, etc), a brief summary of the company's capabilities, personnel, related experience, and existing NATO, ISAF or US secured area credentials. Interested organizations should also include information regarding previous work similar to this requirement and, if applicable, whether this work was/is being done for other government agencies (and if so, the names of the government agencies).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/DJD-11-R-0037/listing.html)
 
Place of Performance
Address: Throughout Afghanistan, Afghanistan
 
Record
SN02467310-W 20110610/110608234830-fe45743a5996e171737c632b49c43a63 (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.