Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2003 FBO #0556
SOLICITATION NOTICE

70 -- Mobile Communication Equipment

Notice Date
6/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Information Systems Agency, Acquisition Directorate, DITCO-NCR, 5111 Leesburg Pike Skyline 5, Suite 900A, Falls Church, VA, 22041-3206
 
ZIP Code
22041-3206
 
Solicitation Number
DCA100-03-T-4038
 
Response Due
6/13/2003
 
Archive Date
6/28/2003
 
Point of Contact
Nancy McClain, Contract Officer, Phone 703-681-0327, Fax 703-681-1211,
 
E-Mail Address
McClainN@ncr.disa.mil
 
Description
This is combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number DC100-03-T-4038 is hereby issued as a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) code for this procurement is 334220. Business size standard is 750 employees. This will be a firm fixed price order and will be awarded utilizing Simplified Acquisition Procedures. Therefore, this procurement has been designated as a small business set-aside (SBSA). See numbered note #1. The Government will award an order result-ing from this solicitation on the basis of price and delivery. Delivery shall be no later than 30 days after receipt of order (ARO). Offerors shall provide information as stated in the representations and certification at provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Repre-sentations and Certifications-Commercial Items. DFARS 252.204-7004, Required Central Contractor Registration applies to this procurement. These provisions may be found at http://farsite.hill.af.mil. To be considered for award offerors must be properly registered in the Central Contractor Registration at http://www.ccr.gov. All responsible interested parties should provide a quote by email to the contracting officer at McClainN@ncr.disa.mil. No tele-phonic responses to this synopsis/RFQ will be accepted. No additional synopsis or solicitation will be issued. The Defense Information Systems Agency intends to issue one award for the purchase of all items of equipment and ser-vice. ALL ITEMS MUST BE QUOTED, OR THE QUOTE WILL NOT BE CONSIDERED. Price quotes must be in tabular format with each lot totaled and the entire quote totaled. STATEMENT OF WORK (SOW) for the DISN Global System for Mobile Communications (GSM) Prototype Wireless Service System. 1. Backgrounds and In-troduction: (a) Among other responsibilities, the Defense Information Systems Agency (DISA) Network Services Organization (NS) provides design and development engineering and RDT&E for all information transfer and net-work control systems managed by DISA and used in the dynamically evolving DISN and the Global Information Grid (GIG). The Center for DISN Evolution (NS4) provides preeminent systems engineering for joint information transfer systems. NS4 plans, evaluates, and integrates cutting edge information transport technologies into the DISN to provide information superiority services to the warfighter that satisfy requirements under all conditions. A pri-mary resource managed and used by the Network Services Organization is the Network Engineering Assessment Facility (NEAF). The NEAF is used for prototype design validation, functional specification development, system transition assessment, assessment plans and procedures, development, exploratory development, feasibility assess-ment, and near realtime resolution of network operation problems. It is a key element in the systems engineering process, bridging the gap between theoretical designs and actual implementation. (b) Worldwide demand for wireless services continues to grow rapidly. It is expected that by 2010, more than half of all information sent in the world may use wireless communications media. Emerging commercial wireless systems and services are becoming rich in capabilities, and many of these capabilities are becoming hard requirements within Department of Defense and mili-tary C4I architectures. Significant commercial investment has been and will continue to be made to support mobile users, and leveraging this investment for the warfighter is what this work is all about. Wireless is clearly emerging as the mobile access segment of the DISN networks, and NS4 is working to develop a variety of DISN Wireless Ser-vices so that mobile DoD personnel can securely access the DISN anywhere and anytime. (c) NS4 is evaluating Broadband (fixed) Wireless Access Transport for local loop bypass applicability, a separate technology that is vital to providing the DISN with increased diversity and reliability over the ?last mile? between commercial Points of Presence and DISN nodes on Service posts, camps, and stations. This activity to date has been at the architectural and planning levels. It is now time to move to a hardware evaluation and integration stage, which is the purpose of this task order. (d) Leveraging Commercial of the Shelf (COTS) products and services, the DISN Systems Engineer-ing Support Division (NS41) is planning to develop a proof of concept DISN Wireless Voice and Data Services pilot test bed for installation in the NEAF. The Wireless Network Services proof of concept pilot will be used to develop secure extensions and interfaces to the DISN Wireless Network Services, followed by assessment and evaluation. This effort will allow the Defense Information Service Network (DISN) to extend its wireless services to both the strategic and tactical communities via wireless broadband communication. 2. Objective: The objective of the SOW is to acquire, and install GSM Wireless Cellular Basestation Transceiver System (BTS) and Basestation Controller System to assess and evaluate Wireless services as a part of the project to develop an operational proof of concept pilot. The ultimate goal is to develop and deploy a broadband global mobile DISN Services for DOD mobile users, and tactical war-fighters. 3. Description of Supplies/Services: This is a purchase request for hardware, software and services to procure and install a software radio-based base transceiver station (also including certain base station controller and mobile switching center functionality) compliant with the GSM commercial wireless communication standard. The Wireless System will permit DISA to evaluate COTS products that will support Wireless Services and wireless connectivity to various DISN services. 4. Scope: This will be a firm, fixed price acquisition of a com-mercial, off-the-shelf hardware and associated installation and training services in support of the DISN Wireless Ser-vices Proof of Concept testbed The testbed is intended to provide a basis for integration and extension of the De-fense Information Service Networks (DISN) to wireless carriers. The integration and testing effort is being per-formed at the Network Operations Warfighter Facility (NOWF), located at Skyline 7 in Falls Church, VA. NOWF Laboratory Address is 5275 Leesburg Pike Falls Church VA 22041. Main Feature: Hardware/Software radio based GSM Base Station, including certain Base Station Controller and Mobile Switching Center Functionality. The pro-posed radio transceiver system is comprised of highly specialized equipment capable of offering NSA Type 1 Secu-rity. It shall provide a capability that is upgradeable to other commercial, military and public safety radio standards (CDMA, FNBDT, JTRS) without the necessity for wholesale replacement of expensive hardware suites. This capa-bility is essential for a testbed environment where flexibility is the key. Future wireless extensions for the DISN will require formats other than the initial GSM focus of the effort, so a system that requires only software upgrades will be highly desirable. The minimum acceptable requirements are as listed: (a) 50 Subscribers; MSC is engineered for 50% Mobile-to-Mobile, Call Blocking 1%; Complete HLR/ VLR mobility capability; Integrated SMSC; ISDN and H.323 used as interconnect protocol; Total of 8 T1 facilities for interconnecting PSTN, PBX and BSCs; Complete MSC Installation, Commissioning; Complete GSM BSS Installation, Cutover Commissioning; Operational and Maintenance Center for GSM Radio systems; Complete Project Management service; MSC, GSM training 5 days x 5 students; Complete System Warranty -one(1) year; 16 GSM hand sets of which 6 shall be SECTERA, NSA Type 1 Secure; (b) GSM Network Configuration: GSM Base Station Controller (BSC) Hardware and Software; GSM Base Transceiver Station (BTS) Hardware and Software; GSM Operational and Maintenance Center-Radio(OMC-R); GSM MSC & BSS Services; MSC (HLR/VLR, Authentication Center); 802.11 Interoperability; Short Messaging Service Center (SMS). 5. Specific Task: As appropriate to the specific nature of the SOW the contractor(s) shall (a) acquire and install a turnkey systems for Cutover Commissioning, (b) perform acceptance testing, (c) prepare a diag-nostic chart/documents for trouble shooting/initialization and general upkeep of the system, (d) provide training to DISA personnel (5 days for 5 students) and (e) maintain the system for a year. 6. Period of Performance: The pe-riod of performance of this SOW is 365 calendar days after equipment installation. 7. Deliverable/Delivery Sched-ule: Installation and Cutover Performance Assessment Plans shall be provided within ten days after the award. Within 45 days after the award the system shall be delivered and installed in the NOWF. Within 10 days of installa-tion a final cutover Performance Acceptance Test be completed and Assessment Report shall be delivered. 8. Secu-rity: A DOD SECRET clearance is required. 9. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): The contractor shall have access to the Network Operations Warfighter facility (NOWF) located at Seven Skyline Place, 5275 Leesburg Pike, Falls Church, VA. While using this facility the Con-tractor shall adhere to any established practices, guidelines, procedures and operational requirements of the facility as specified in the NOWF Management Plan. 10. Other Pertinent Information or Special Considerations: The contractor shall be knowledgeable of DISN and have experience in configuring Voice Switches and Routers as well as understanding the protocols associated with these devices. As a part of the contract proposal, the contractor shall include resumes of primary and key personnel being proposed to work on this task. 11. Evaluation Criteria: (a) Technical Approach: The contractor?s technical approach will be evaluated for feasibility, creativity, completeness and responsiveness to requirements. (b) Past Performance. The contractor?s past performance will be evaluated for relevance of experience and quality of performance. (c) This is a best value acquisition. Cost is least important fac-tor.
 
Record
SN00341403-W 20030608/030606213032 (fbodaily.com)
 
Source
FedBizOpps.gov 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.