Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2013 FBO #4268
SOLICITATION NOTICE

D -- VSAT Communication Circuits for the Pacific Tsunami Warning Center

Notice Date
7/30/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB-133W-13-RQ-0291
 
Archive Date
9/30/2013
 
Point of Contact
STEPHANIE M. GARNETT, Phone: (808)983-5704
 
E-Mail Address
STEPHANIE.M.GARNETT@NOAA.GOV
(STEPHANIE.M.GARNETT@NOAA.GOV)
 
Small Business Set-Aside
N/A
 
Description
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. (II) This solicitation is issued as a request for quote (RFQ). Submit written quotes on RFQ Number AB-133W-13-RQ-0291. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-67, effective July 22, 2013. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 517410. The small business size standard is $30 million. (V) This combined synopsis/solicitation is for purchase of VSAT Communication Circuits for the Global Seismographic Network (GSN) Stations in the Pacific Ocean and shall be priced on the Schedule of Supplies/Services included as an attachment to this notice. (VI) Description of Requirements is as follows: 1. Introduction: The Pacific Tsunami Warning Center (PTWC) of the National Oceanic and Atmospheric Administration (NOAA) has a requirement for robust, secure, two-way communications with remote ground motion monitoring stations distributed throughout the Pacific. The Pacific network consists of eleven sites (10 remote Global Seismographic Network (GSN) stations in the Pacific -- Wake Island; Midway Island; Easter Island; Funafuti; Johnson Atoll; Samoa, Apia; Kanton Island, Kiribati; Christmas Island, Kirabati; Tarawa Island, Kirabati; Port Moresby, New Guinea. There is also a test station at Albuquerque, NM and the downlink site at PTWC in Ewa Beach, HI. The current communications network is a system of Transmission Control Protocol/Internet Protocol (TCP/IP) based, very small aperture satellite terminals (VSAT) connected by a dedicated hub located at the PTWC. The PTWC's application involves mission-critical tsunami monitoring with life-safety implications. The purpose of the communication network is to transmit continuous data collected from these remote stations to the PTWC, in near real-time, for the purpose of earthquake detection and notification. 2. Current network: The PTWC currently operates a satellite communications network in support of its mission. The following information describes the essential characteristics and components of this network. See Attachment 1 for an overall outline of network geographical requirements and for information about the existing equipment. 2.1. This network includes bi-directional VSATs, which are co-located with 10 currently operating seismograph stations in the GSN. The VSATs are used to: • Transmit continuous, real-time data from the on-site equipment to the PTWC. • Download operating software to on-site equipment, and • Monitor and control on-site equipment. 2.2. Each station configuration is comprised of: • One to three sets of 3-component seismometers, which detect ground motion, • One or two data acquisition systems (DAS) which digitize the output from the seismometer, compress the data, and send it to the PTWC, and • One GFE communication system (VSAT) providing bi-directional connectivity to PTWC. The sites are typically remote and unmanned. 2.3 The GFE hub at the PTWC is currently installed in Ewa Beach, HI, and • Is a C-Band 70 MHz system • Operates on New Skies NSS-9 transponder GLL10/GLR10 RHCP • Uses an Anacom Transceiver 20WEC and 10 Radyne DD2401 receive-only modems. • Has climate control, backup power and security. • Will be relocated to Ford Island, HI in FY14 (concurrent with PTWC's move to Ford Island). 3. Specifications: The following specifications describe the technical requirements for satellite bandwidth: 1). The contractor shall provide 0.62 MHz contiguous band space segment on a New Skies NSS-9 transponder with the same L/R polarization as GLL10/GLR10. This is required so that maintenance visits to the stations are not necessary to repoint the dishes, which would result in significant incurred costs. Desired: The contractor shall provide 0.62 MHz contiguous band space segment on New Skies NSS-9 transponder GLL10/GLR10. 2). The bandwidth allocation to each remote site from the PTWC hub shall be 28.8 Kbps. 3). The bandwidth allocation into the PTWC hub shall be 64 Kpbs. 4). Any service interruption shall be acknowledged by the contractor within two hours of notification by the Government. An interruption that is not related to GFE shall be resolved within 24 hours of notification or a prorated deduction will be made from the service charges. 5). The contractor shall provide a transition plan from the incumbent provider to allow for the change in frequencies, if needed, that minimizes downtime. 6). The contractor's Network Operations Center (NOC) must be available 24 hours 7 days per week all year long to facilitate new equipment installations or checkout repairs. (VII) Period of Performance: The Period of Performance is expected to commence September 1, 2013 - August 31, 2014 and will include one optional period, which will commence September 1, 2014 - August 31, 2015 (if required). (VIII) FAR 52.212-1, Instructions to Offerors - Commercial Items (JUL 2013), applies to this acquisition. In addition to written price quotes, quoters are instructed to provide a technical proposal, which demonstrates the capability of the quoter to meet or exceed the required technical specifications as stated in the Description of Requirements (listed above). Quoters shall also provide at least three, but no more than ten references for similar purchase orders/contracts performed in the last three years. For each reference, include the name and title of the customer's project manager and current contact information consisting of company or agency, telephone number, e-mail address, fax number, date of purchase order award, period of performance, contract value and a description of the work performed. (IX) FAR 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: The Government will award a purchase order resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical Capability and Past Performance, when combined, are significantly more important than price. Technical Capability is significantly more important than Past Performance. Technical Capability: Quoters will be evaluated on their demonstrated capability to meet or exceed the required technical specifications as stated in the Description of Requirements (listed above). Past Performance: The evaluation of past performance will include the quoter's success in delivering satellite services for similar applications (i.e. The delivery of continuous data in near-real time). Quoters with no relevant past or present performance history shall receive the rating "neutral," meaning the rating is treated neither favorably nor unfavorably. Past performance information may be obtained from sources other than those included with the quote, other customers known to the Government and others who may have useful and relevant information. (X) The quoter must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JUL 2013), with its quote. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JUL 2013), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2013) applies to this acquisition. The following clauses under subparagraph (b) apply: (4), (6), (8), (12), (17), (23), (26), (27), (28), (29), (31), (38), (42), and (48). The following clauses under subparagraph (c) apply: none. (XIII) The following clauses are also applicable to this acquisition: Department of Commerce Clauses: 1352.201-70, 1352.209-73, and 1352.209-74. The following additional terms and conditions apply: Representations by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Class Deviation-March 2012), and Assurance by Corporations Regarding any Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Class Deviation-March 2012). (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 2:00 p.m. Hawaii-Aleutian Standard Time (HAST) on August 12, 2013. All quotes must be emailed to the attention of Stephanie.M.Garnett, Contracting Officer at: stephanie.m.garnett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Stephanie Garnett, in writing via email to Stephanie Garnett at: stephanie.m.garnett@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB-133W-13-RQ-0291/listing.html)
 
Record
SN03130620-W 20130801/130730234804-6ea175c526740732d29ef68187475605 (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.