Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2004 FBO #0837
SOURCES SOUGHT

D -- Europe C-band Satellite Communications Maintenance

Notice Date
3/10/2004
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Defense Information Systems Agency, Acquisition Directorate, DITCO-Europe, Unit 4235, Box 375 APO, Sembach, Germany, AE, 09136-5375
 
ZIP Code
09136-5375
 
Solicitation Number
HC1021-04-R-0025
 
Response Due
3/15/2004
 
Archive Date
3/16/2004
 
Point of Contact
James Waples, Contract Specialist, Phone +49 6302-922722, Fax +49 6302 5510, - Terry Green, Contract Negotiator, Phone 49-6302-922732, Fax 49-6302-5510,
 
E-Mail Address
waplesj@sembach.disa.mil, greent@sembach.disa.mil
 
Description
The Defense Information System Agency (DISA)/ Defense Information Technology Contracting Organization – Europe (DITCO-Europe) hereby issues the following Request for Information (RFI) regarding acquiring a contract for Quality Assurance (QA) review and as required perform off-site maintenance of the four 11-meter (C-band) satellite communication systems and a 7-days per week (24 x 7) help line at the following four sites; Mannheim Germany, Camp Monteith (CMT) Kosovo, Camp Bondsteel (CBS) Kosovo, and Camp Able Sentry (CAS) Skopje Macedonia. A. The information gathered from this RFI will assist in the development of a future Request for Proposal. B. INTENT: The RFI is intended to gather information about the availability of technology/personnel in the market place that will fulfill anticipated requirements for these services and other value-added elements. Information submitted in response to this RFI will become the property of the Government. The Government will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Proprietary information or trade secrets should be clearly identified. The Government will not pay for information provided, and is not liable for any costs incurred by the company in response to this RFI. Price quotes are not required, however, general cost estimates are appreciated to assist in planning. Cost estimates provided will not be binding for the company. C.CONTRACT TYPE: The competitive award of a one (1) year base period with two (2) one year option periods for a total of three-years, possibly a Performance Based Service, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract (either fixed fee or cost plus fixed fee, if determined to be in the best interest of the Government) is contemplated. D.SECURITY REQUIREMENTS: This project is classified Secret. All personnel working on the project must have the appropriate US DOD clearance requirements. Clearances must be obtained prior to award of contract. No exceptions. E. DESIRED INFORMATION: The Government desires information on industry capabilities to support the services and features listed below. This list is neither detailed nor all-inclusive, but is a representative of the type of services the Government is interested in. The Government will consider responses to this request for information in defining its requirements and alternatives. The Contractor shall inspect, test, adjust, troubleshoot, upgrade software, identify defective items / components and when approved by the government perform off-site level maintenance. The Contractor shall test all functions of the C-band systems, IAW applicable maintenance manuals, to ensure full functionality of the system is achieved. The test data and findings of the QA review and maintenance shall be delivered to the Government. The Contractor shall repair defects found that would normally be sent off-site for repair if it is within the QA Review Team’s capability. Items that are found defective and beyond the capability of the on-site maintenance contractor “Operations, Maintenance, Supply – Europe (OPMAS-E)”, determined by the government, and the QA Review Team shall be tagged and turned over to the local OPMAS-E Logistics Section via the Contracting Officer’s Representative (COR) for shipment back to the contractor’s facilities for repair / evaluation. The equipment that cannot be repaired locally at the contractor’s facility shall be returned to the manufacturer for repair, the cost estimate for the equipment that is not under warranty shall be forwarded to the Government for approval. Equipment or system problems not resolved during the initial trip, due to either timing or equipment availability issues shall be coordinated with the Government for a follow-up trip to repair the defective item(s) of concern. The Contractor shall after the completion of the initial trip, schedule with the Government a quarterly (Every three months) review visits, for a total of four visits, to all four locations to repeat the same QA review and maintenance processes each visit. The Contractor shall provide a 24-hour per day, 7-days per week (24 x 7) helpline be available to the OPMAS-E contractor on-site maintenance teams for troubleshooting and problem resolution of the C-band systems. This help line service shall start on the last day of the initial visit and continue for 365 consecutive days. F. SUBMISSION OF COMMENTS: All comments in response to this RFI should be submitted electronically via e-mail not later than 15 March 2004 using MS Word 7.0 or later. The point-of-contacts for submitting comments are Jim Waples at waplesj@sembach.disa.mil. Comments received after that date may not be considered. Proprietary information should be identified as such. Responses to the RFI shall include the Company Name, Street Address, City, State, Country, zip code or postal code, Point of Contact (POC), POC Telephone, facsimile number and e-mail address. If the company address includes a post office box, the complete street address must also be provided. Small Business Set Asides will not be authorized
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DISA/D4AD/DTE/HC1021-04-R-0025/listing.html)
 
Place of Performance
Address: MANNHEIM, GERMANY; CAMP MONTEITH, KOSOVO; CAMP BONDSTEEL, KOSOVO; & CAMP ABLE SENTRY SLOPEJE, MACEDONIA
Country: SEE ABOVE
 
Record
SN00542120-F 20040312/040310233131 (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  © 1994-2020, Loren Data Corp.