Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2004 FBO #1110
SOLICITATION NOTICE

58 -- INTERNET - BROADBAND SERVICE AND VOIP NETWORK

Notice Date
12/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-05-R-0518
 
Response Due
12/16/2004
 
Archive Date
1/15/2005
 
Small Business Set-Aside
N/A
 
Description
SPAWAR Europe, a branch of SPAWAR Systems Center Charleston is soliciting for Morale, Welfare, and Recreation (MWR) satellite IP services, IP Voice, Video, and Data services via multiple Very Small Aperture Terminal (VSAT) satellite networks to non-GIG (Global Information Grid) operations to deployed military personnel serving in Operation Iraqi Freedom and Enduring Freedom and similar services in Africa, Southwest Asia, Central Asia, Europe, and the Middle East. Satellite services will be required for approximately 200 Internet facilities in Iraq and the Balkans that allow military personnel to make telephone calls, access the Internet, and use e-mail. Tasks may include: (a) Lease of dedicated Ku satellite spectrum in the 1MHz, 5MHz, 20MHz, and 50MHz range (or any combination) for one month, three months and one year time frames for the following regions: Africa, Southwest Asia, Central Asia, Europe (including Russia), and the Middle East; (b) Voice Over Internet Protocol (VoIP) gateway; (c) installation, operations and maintenance support; (d) on-site technical support; (e) VSAT equipment procurement; (f) Network Operations Support; (g) Norton anti-virus services (all regions, per seat) per manufacturer's recommendations performed from the Network Operations Center (NOC) in one month, three month, and one year time frames; (h) Blue Coat (or other software acceptable to SPAWAR Europe) content filtering services (all regions, per seat) per manufacturer's recommendations performed from the NOC in one month, three month, and one year time frames; (i) Integrated Indoor VSAT Suites consisting of: iDirect NetModem Model II+; Cisco SOHO Router; 24 Port Cisco Ethernet Switch; APC UPS; and content filtering & antivirus software (1 year license); Channel Master or Andrew 1.8M Antenna; RX/TX Mount, Feed Assembly, Non-Penetrating Mount, iDirect KU BUC Kit; (j) Integrated Outdoor VSAT Suites consisting of: Channel Master or Andrew 1.8M Antenna, RX/TX Mount, Feed Assembly, Non-Penetrating Mount, and iDirect KU BUC Kit; (k) Terrestrial DS-3 45Mbps teleport connectivity in one month, three month, and one year durations; (l) Terrestrial 1.544Mbps T-1 connectivity in one month, three month, and one year durations; and (m) leased iDirect hub services, in-route cards, out-route cards, protocol processors, and network management servers in one month, three month, and one year durations. The Contractor may be required to perform specific tasks where previous work, documentation, and/or procurement are provided by the Government (e.g., the Contractor may be tasked to perform an installation based on an engineering plan or engineering drawings provided by SPAWAR Europe). SPAWAR Systems Center Charleston intends to issue a full and open competitive solicitation. A Commercial Firm Fixed Price IDIQ Contract in accordance with FAR Part 12 is anticipated with a base period of one year with one option to extend the term of the contract for an additional one-year period. The places of performance include 75% of the work being done in Iraq and the other 25% will be required at the remaining locations. All responsible sources possessing a minimum of eight (8) months experience in providing similar services as stated above in Iraq and/or Afghanistan in support of deployed personnel are invited to submit a proposal which will be considered. FAR Part 19 does not apply to this procurement as the Government has determined that it has no existing need for any work to be performed in the United States and the required services that may be ordered will require performance entirely outside the United States. The solicitation and any documents related to this procurement will be available on the Internet, on or about 9 December 2004 at the SPAWARSYSCEN Charleston Website. It is the offeror's responsibility to monitor this site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). No paper distribution of these documents will be provided. Technical questions about the Internet Website are to be directed to Ms. Robin Turner, (843) 218-4486. All other questions and comments are to be directed to Jesse Seaton at telephone (843) 218-4146; fax (843) 218-5930; or e-mail address below. The applicable NAICS Code is 517410.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=57B5AD5FD23E9EB088256F64006C621D&editflag=0)
 
Record
SN00718767-W 20041210/041208212154 (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.