Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 23,1999 PSA#2308

U.S. Army CECOM, CECOM Acquisition Center, Fort Monmouth, NJ 07703-5008

59 -- MARKET SURVEY DEFENSE INFORMATION SYSTEMS NETWORK -- EUROPE (DISN-E) FOLLOW ON PROJECT ((DFO), PHASE 1 SOL DAAB07-99-R-A764 DUE 050199 POC Clinton Christ, 732-532-9727; Jo-Ann Lee, Contract Specialist, 732-532-1889 WEB: CECOM BUSINESS OPPORTUNITY PAGE, acbop.monmouth.army.mil. E-MAIL: click here to contact the contracting office via e-mail, leejo@mail1.monmouth.army.mil. Defense Information Systems Network -- Europe (DISN-E) Follow On Project (DFO), Phase 1 Project Manager Defense Communications and Army Transmission Systems (PM DCATS) Ft. Monmouth NJ seeks sources for implementing a low-cost, Commercial-Off-The-Shelf (COTS) terrestrial microwave network initially consisting of 23 sites throughout Germany and Belgium, with future planned growth of an additional 63 sites. The DFO program will consist of the following tasks: design validation, system integration, site surveys, equipment shipping, transportation, and storage, site upgrades, equipment installation, testing, traffic cutover, operator training, and depot services. Project Description: The Digital European Backbone (DEB), a microwave telecommunications network installed throughout the continent beginning in the 1970s, is in need of modernization. The Defense Information System Network -- Europe (DISN-E) program has been implemented to address this need. The first three segments of the DISN-E are currently ongoing; the DISN-E Follow On (DFO) represents the next seven phases. The scope of the DFO program includes replacing the 94 existing 26MBS microwave links with 155MBS digital SONET microwave links using Alcatel Telecom microwave radios and their associated Network Management System. Bandwidth management will be addressed through installation of Fore Systems Asynchronous Transfer Mode (ATM) technology at key locations (see attached list of proposed equipment). After each installation a period of dual operations will ensue, with each site running operational traffic over the existing DEB, while allowing testing over the new link. It is strongly desired that the existing towers and antennas will be utilized without major modification to support both dual operations and the final DFO link. That said, new operating frequencies are currently being negotiated with each host nation, which may result in the need to change waveguide and antennas at certain locations. The need for antenna or waveguide changes will be disclosed in the formal Solicitation Statement of Work. The system design and equipment manufacturers will be determined by the Defense Information Systems Agency (DISA). The current equipment list is included as an attachment to this message. Initial government-performed site surveys will also be supplied as part of the solicitation package. Design Validation: The contractor is required to first analyze and validate the DISA system design. In order to facilitate this task, the contractor will be given the option of having access to the DISN-E Test Bed located at the Test Integration Center in Ft Huachuca, AZ. Equipment Integration: Prior to overseas shipping, the contractor is required to physically demonstrate interoperability between the DFO and the legacy equipment. This will include demonstrating dual operations. The contractor will determine the type and extent of required site upgrades and their method and plan for supporting dual operations. Site Surveys: The contractor is required to visit all Phase1 sites (23) in support of developing the dual operations plan. The contractor must make a practical assessment of each site to determine required site upgrades such as power needs, grounding, etc. Shipping/Transportation/Storage: The contractor will be responsible for shipping all equipment from the point of manufacture to each site. This includes overseas shipping, getting through customs, warehousing, transportation from customs to warehouse, and transportation from warehouse to each site. Each overseas shipment will require a government witnessed physical inventory upon transportation to the warehouse. Site Upgrades: Prior to or in conjunction with installation, the contractor shall upgrade each site so as to support dual operations. Equipment Installation: The contractor is required to install and integrate the DFO equipment into each site and verify proper operation. Testing/Cutover: The contractor is responsible for developing and performing the following tests: a. System Integration and Interoperability Test (performed prior to shipping), b. On-Site Equipment Acceptance Test (verify each site installation including closing each link), c. System Acceptance Test (verification of proper operation of the entire system, including bandwidth and network management) and d. an Operational Readiness Test (to verify the Operators' ability to use and maintain equipment) Training: The contractor shall provide initial training at the time of fielding. Training shall include operations and maintenance on all DOF system equipment. The contractor will be required to develop a training package as a deliverable to the government. System Acceptance: The DFO Phase 1 equipment will remain the property of the contractor until each installation is complete and passes its On-Site Acceptance Test. Final Acceptance will be granted concluding a successful System Acceptance Test and Operational Readiness Test. Depot Services: The contractor will be responsible for providing depot level maintenance service for all equipment for a ten-year period. Special Issues: Some sites require each worker to have Top Secret Clearance. Contractor is responsible for ensuring all equipment is Y2K compliant. Schedule: All of Phase 1 (23 sites) must be fielded and accepted within 16 months of the contract award. A solicitation package (specifications, SOWs, etc.) is expected to be available July 1999 with an award in October 1999. It is envisioned that the selection criteria will be based primarily on proposal evaluation, contractor flexibility, and price. The first deliveries and installations will begin July 2000. The contract will be set for delivery of the initial 23 sites. It may also include clauses for options every other year for 63 additional sites over a 6 year period. Request all interested parties reply with a brief description of their capabilities and a brief implementation strategy. POC is Mr. Clinton Christ, (732) 532-9727, x6822, FAX (732) 532-5911. Please send replies to Mr. Christ at e-mail address christ@mail1.monmouth.army.mil or via mail to PM DCATS, AMSEL-DSA-TSC, Attn: Mr. Clinton Christ, Ft. Monmouth, NJ 07703, no later than 1 May 1999. This is not a solicitation; this information will be used to determine the viability of a future solicitation. Posted 03/19/99 (W-SN310647). (0078)

Loren Data Corp. http://www.ld.com (SYN# 0253 19990323\59-0011.SOL)


59 - Electrical and Electronic Equipment Components Index Page