Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 10,2000 PSA#2512

Defense Information Systems Agency, DITCO-NCR, 701 South Court House Road, Arlington, VA 22204-2199

D -- DISN SATELLITE TRANSMISSION SERVICES-GLOBAL SOL DCA200-99-R-5022 DUE 022500 POC Ms. Karen Fischetti, Contracting Officer (703) 681-6496 The Defense Information Systems Agency (DISA) seeks to maximize its ability to exploit available commercial products and services in fulfilling its mission to provide the Department of Defense (DoD) with the full range of commercial satellite offerings necessary to ensure rapid response to the dynamic and often unpredictable warfighters requirements. The Defense Information System Network (DISN) Satellite Transmission Services -- Global (DSTS-G) will provide a commercial-based private DoD satellite network to support the DoD's general-purpose service requirements for fixed satellite applications. The Defense Information System Network (DISN) Satellite Transmission Services -- Global (DSTS-G) will be a total small business set-aside. The Government period of performance is ten years (3-year base and 7 one-year options). The DSTS-G will be a service-based, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract and will be awarded to no more than two contractors. The successful contractors shall be required to satisfy the following requirements: (1) Global fixed satellite service (FSS) C- and Ku-band bandwidth, and when commercially available transponded Ka-band satellite bandwidth, in fractional and full transponder increments on short and long-term service leases providing, in aggregate worldwide coverage from 65 degrees North to 65 degrees South; (2) Integrated SATCOM Services, including terminals at one or both ends, including specialized Hub-Spoke VSAT services, such as DAMA Point-of-Sale, Payroll, and Logistics transaction services; Unit Tracking Services, such as Omni-Tracs; and end-to-end Integration Services; (3) Fixed and deployable leased earth terminal services, leased earth terminal contractor operation and maintenance services, optional leased terminal contractor staffing, and leased commercial teleport services; leased contractor operated common user hub terminals integrated with DISN Military Band Teleports; purchased earth terminals; (4) All necessary U.S. and foreign bandwidth and terminal licenses and approvals; (5) Optional terrestrial interconnection services; (6) Optional specialized host nation agreement negotiating support; (7) Optional systems engineering support; (8) End-to-end service management, including provisioning, status and accounting services integrated with the DISN Global and Regional Network Operation and Security Centers; service bandwidth and terminal service monitor & control (M&C); remote terminal M&C; as well as all configuration, performance, fault, security and accounting management functions. Services are to complement the current CSCI transponder contract. Services will support fixed, transportable and mobile user terminals; and (9) Plans to offer processed Ka-band services, when commercially available. All services and systems proposed shall be certified Y2K compliant. The Formal RFP (Performance Work Statement, Sections A-M, and Task Order No. 001) will be placed on the DISA home page, http://www.ditco.disa.mil on or about 24 January 2000. The Offerors will submit three volumes based on three primary areas: (1) Past Performance/Experience, (2) Cost and (3) Technical/Management. Technical/Management (Volume III) will be presented orally to the Government. The original proposal, by volume, shall be furnished as follows: (i) Original plus one paper copy of Volume I (RFP and associated information). (ii) Original paper copy of Volume II (Price Proposal). (iii)One electronic copy of Volume III (MS PowerPoint 6.0). (iv) One electronic copy of Volume I (MS Word 7.0). (v) Two (2) electronic copies of Volume II (MS Excel 97). (vi) Original plus one paper copy of the oral proposal slides and written supplements Volume III. Proposals will be due thirty days after RFP release. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with applicable Government regulations. Submit proposals to Ms. Karen Fischetti, DISA/DITCO-NCR/DTN, 5113 Leesburg Pike, Room 302, Falls Church,VA 22041-3205. Responses should include the Company Name, Street Address, City, State, nine-digit Zip Code, POC, POC telephone and facsimile numbers. If the company address includes a post office box, a complete street address should also be provided. Respondents shall classify their business size using the Standard Industrial Classification (SIC)4813. See Note 1. Posted 01/06/00 (W-SN413658). (0006)

Loren Data Corp. http://www.ld.com (SYN# 0038 20000110\D-0005.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page