Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2015 FBO #5045
SOURCES SOUGHT

70 -- Sources Sought Announcement - Thule AB

Notice Date
9/14/2015
 
Notice Type
Sources Sought
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
Thule
 
Point of Contact
Tamara J Norrenberns, Phone: 618-229-9386, Lora T. Benhoff, Phone: 618-229-9499
 
E-Mail Address
tamara.j.norrenberns.civ@mail.mil, lora.t.benhoff.civ@mail.mil
(tamara.j.norrenberns.civ@mail.mil, lora.t.benhoff.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources to provide Operations and Maintenance (O&M) services for a 45 Mbps commercial satellite communications circuit. CONTRACTING OFFICE ADDRESS: Defense Information Technology Contracting Organization (DITCO), PL8222, 2300 East Drive, Bldg. 3600, Scott Air Force Base (AFB), IL, 62225-5406. INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of any business (including all small business subsets: Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. DISA Infrastructure Directorate (IE) Network Services is seeking information for potential sources to provide a dedicated (full period) DS3 (44.736 Mbps), full duplex, symmetrical, serial communications digital circuit between Thule Air Base (AB) (J-Site) and Schriever AFB (Building 612) utilizing commercial satellite bandwidth, Contractor-provided hub equipment, teleport services, and Contractor-provided antennas. Service shall be provided at the following locations: Service Point 1 Schriever AFB Technical Control Facility Building: 400 Room: Mod 3/4 Floor: 1st Service Point 2 Floor: 1st Schriever AFB DOMSAT Facility Building: 612 Room: 1 Floor: 1st Service Point 3 Floor: 1st Thule AB J-Site Facility Room: 1 Floor: 1st DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1013-11-C-0102 Contract Type: Firm-Fixed Price Incumbent and their size: SES Government Solutions, Inc., Large Business Method of previous acquisition: Sole Source The current contract provides DS3 commercial satellite communications and O&M between Thule AB and Schriever AFB was awarded on April 20, 2011 and will expire on April 2, 2016. REQUIRED CAPABILITIES: Thule AB is the U.S. Military's northernmost installation, located 750 miles north of the Arctic Circle. Due to the remote location and harsh environmental conditions such extreme weather and a short, three-month construction season, communication options to Thule AB are limited to satellite communications (DCSC and commercial). The near-horizon location present (extremely low look-angles of approx. 3 to 4.5 degrees), unpredictable weather conditions, and the artic environment present unique challenges for satellite communications. The Government desires companies to submit their capabilities to provide a solution that meets the following design requirements and performance parameters: 1. One (1) dedicated (full period) DS3 (44.736 Mbps), full duplex, symmetrical, serial communications digital circuit between Thule AB (J-Site) and Schriever AFB (Building 612) utilizing commercial satellite bandwidth, Contractor-provided hub equipment, teleport services, and Contractor-provided antennas. 2. Full-time (24/7/365) management, operation, monitoring, control and maintenance of the uplink, downlink, and the confidence downlink monitoring of the space segment. Manage, operate, and maintain all services end-to-end to provide all required connectivity and space capacity to include the terrestrial and satellite backup/restoral capability. 3. End-to-end data transmission satellite service and ensure technical sufficiency of the service from the demarcation point to the uplinks, space segment, and equipment. Provide restoral capabilities of any part of the service to include complete space capacity, downlink, connectivity to the uplink, and the uplink itself. 4. Provide and maintain necessary equipment racks, power requirements, and space for the Government furnished equipment at the uplink and downlink sites. 5. Provide prime and backup power for all facilities outside of the Government offered property and for the proposed terrestrial connectivity equipment. 6. Provide restoral capabilities for all parts of the service to the uplinks and the space segment. The uplinks shall have redundancy of all required equipment/systems and connectivity at the earth station gateways. This equipment and connectivity must be immediately available. The backup/restoral transponder and satellite capacity shall be available within six hours after it has been determined by the vendor that the primary transponder and/or satellite have failed. The backup/restoral transponder and satellite capacity shall meet the same specifications as for the primary satellite capacity. 7. Continuously monitor the performance of the end-to-end service. The monitor and control (M&C) capability shall include, at a minimum, frequency, and spectrum analysis, unauthorized user-new carrier detection, signal parameters monitoring on an as-changed basis, and out-of-tolerance measurements and alarms. Performance Parameters: a) Data Rate: 45Mbps. b) Signal Delay: Round trip delay less than 300ms. c) BER Threshold: Less than 1 x 10-7 average over 24 hour period. d) Error Free Seconds: Less than 99.5% during any 24 hour period in which circuit is available. e) Bit Count Integrity: Loss of BCI shall not occur more than once during a 24 hour period in which the circuit is available. f) Operational Availability: The communication service between Thule and Schriever shall operate on a continuous basis, 24 hours per day and 7 days per week. The communication service shall meet an availability of at least 99.5% averaged per month. g) Downtime Threshold: If a catastrophic failure such as total cable outage or space vehicle failure occurs, the services shall be restored by the Contractor within six hours of the failure. h) Mean Time To Repair (MTTR): The MTTR circuit to normal operation after a failure shall not exceed two hours in 95% of the failures calculated monthly. SPECIAL REQUIREMENTS: 1. Contractor personnel without security clearances performing any task under this requirement must be escorted by Government personnel who is cleared and is reasonably cognizant of the work to be performed. 2. Ongoing maintenance personnel will require unescorted access for entry into Government facilities at Del I, 23 Standard Operating Procedures (SOPS) at Thule AB or Schriever AFB. A security clearance as described in DD Form 254 or a favorable investigation such as a National Agency Check or Special Security Background Investigation is required for those individuals needing unescorted access. 3. The Contractor may be required to access Sensitive but Unclassified and For Official Use Only (FOUO) information and data in order to perform the work necessary on this contract. 4. The Contractor may be required to access proprietary data and existing FOUO Government documentation in accordance with DOD5200.1-R, Appendix C, paragraphs 2-202 through 2-204. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 517110, with the corresponding size standard of 1,500. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from Small Businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, businesses are also encouraged to provide information regarding their plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. Parties should provide information on how they would envision their company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA Mission Oriented Business Integrated Services (MOBIS), National Institutes of Health (NIH), NASA Solutions for Enterprise Wide Procurement (SEWP), Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude a company from responding to this notice.) Vendors who wish to respond to this should send responses via email to tamara.j.norrenberns.civ@mail.mil and lora.t.benhoff.civ@mail.mil no later than (NLT) October 15, 2015, 2:00 PM Central Standard Time (CST). Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and Contractor personnel reviewing Request for Information (RFI) responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/Thule/listing.html)
 
Place of Performance
Address: 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
Zip Code: 62225-5406
 
Record
SN03884430-W 20150916/150914235316-e19174e7b4033695febe0a36594c0da5 (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.