Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2005 FBO #1298
SOLICITATION NOTICE

D -- Specified Satellite Telecommunications in Southwest Asia Theater of operations (OCONUS) to support the Project Manager for the Kuwait/Iraq Command, Control, Communications and Computers (C4) Commercialization (PM KICC) program and customers.

Notice Date
6/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
US Army Communications-Electronics Command, Southwest Operations Office, ATTN: AMSEL-AC-CC-S, Building 61801, Room 3212, Fort Huachuca, AZ 85613-6000
 
ZIP Code
85613-6000
 
Solicitation Number
W9128Z05R0012
 
Response Due
7/1/2005
 
Archive Date
8/30/2005
 
Small Business Set-Aside
N/A
 
Description
Contractor services are required for Specified Satellite Telecommunications in Southwest Asia (SWA) Theater of operations (OCONUS) to support the Project Manager (PM) for the Kuwait/Iraq Command, Control, Communications and Computers (C4) Commerciali zation (PM KICC) program and customers. The Contractor shall be required to perform multiple services at multiple locations through-out the area of operations (AO). providing engineering services (hardware/software), equipment, supplies, manpower for inst allation, operations and maintenance of systems ensuring these services are available at the specified sites. The period of performance for this effort shall consist of one (18) month base period with the Government reserving to extend this contract for two option periods of twelve (12) months each. Performance shall require staging of personnel and material throughout Kuwait, Iraq and then onto site-specific installations. Service Requirements. The Contractor shall provide a complete turn-key telecomm unications system (or subset thereof as described in future tasks as described in the following sub-paragraphs). The Contractor shall provide equipment, manpower and logistics to initially setup the services and ensure the specified services are availabl e at the designated sites as directed. Specifically the Contractor shall provide and perform the following: Management Services. The Contractor shall provide the required administrative, managerial and financial, engineering services, software and hardware integration, installation services, material systems integration and operations and maintenance support for the establishment of modular, transportable commercial specified satellite telecommunications equipment to provide the specified services within the Kuwait and Iraq Theater of Operations. System Services. The Contractor shall engineer, furnish, configure , integrate, install, and transport a modular communications system that shall be turned over to the U.S. Government in the Kuwait/Iraq Theater of Operations located in South West Asia (SWA). The modular and transportable systems may be comprised of both Government Furnished Property (GFP) and Contractor Acquired property. The Contractor shall be responsible to establish a forward logistical support facility within Kuwait to support the reception and subsequent issuance of the systems to the U.S. Governme nt. Acquisition of ancillary materials and miscellaneous bill of materials (BOM) items shall be required by the contractor. Contractor shall provide operations and maintenance support for the systems acquired, integrated and that interface with the syste ms acquired through this task for Remote System (Node) configurations, fully shelterized system, to includes both equipment and administrative work space, low noise diesel power generation system, environmental control unit (ECU) for equipment and workspac e, self-contained system less administrative work space to include ECU, low-noise power generation system and antenna (2.4m Dish) (set), transit case system to include low-noise diesel power generator and antenna (Set), and 2.4m dish. Systems Engineering Services. The Contractors shall provide general systems engineering support for the program to ensure the system fulfills technical and operational requirements. Network Engineering Services. The Contractor shall furnish qualified technical expertise t o advise the Government on the details of the network design, including IP Addressing/Routing Scheme Design and Dial Plan/Call Routing Design. Network System Integration and Test Services. The Contractor shall integrate and test a subset of the overall s ystem (hub with two remotes) to verify end-to-end system design and finalize non-site specific configuration parameters. A test report shall be delivered with results and recommendations for Government review and approval. Material Acquisition Services. The Contractor shall be responsible for the procur ement of the required BOMs as directed by the Government. Software integrity shall be maintained by the Contractor within the licensing agreement of the producer until such software is delivered to the Government, or otherwise disposed of in accordance wi th Government direction. System Integration Services. The Contractor shall finalize system configuration, interfaces, performance, capacity and interface specifications as required to complete the design. The Contractor shall be responsible to complete the integration of the required systems to produce a functioning system. Technical Support Services. The Contractor shall provide technical, installation, site preparation and support services. The Contractor shall provide technical manufacturer service s with options for prime time (8AM through 6PM) in theater of operations, 24-hour telephonic support and onsite support. The contracted services shall be provided for CONUS and OCONUS with an in-theater presence in the Kuwait/Iraq area. Site Preparation Services. The Contractor shall provide site preparation support for the systems provided under the individual as specified in the PWS. The Contractors site preparation may include but not limited to: right of way, easements, facility acquisition, utilit ies, site preparation, ground system, fuel storage, foundation, equipment pads, antenna bases, furnishings and lease of real property and services, site surveys, installation personnel, tools and test equipment. System Design Services. The Contractor sha ll finalize system performance requirements and interface specifications as required to complete the system design. The Contractor shall perform analysis and random equipment testing to refine and finalize design details for remote and hub equipment. Net work Services. The Contractor shall provide a satellite communications (SATCOM) (Ku Band) network ground terminals, as directed, comprised of a Network Operations Center (Hub) and up to twenty-five (25) remote nodes. Operation and Maintenance (O&M) Servi ces. The Contractor shall be required to perform O&M, providing the tools and test equipment, new equipment training (NET) recurring and non-recurring training and spares. The Contractor shall provide help desk service and operate the network system on a 24/7 basis for each site of operation, the hub shall be manned 24/7 at a location (in SWA). Quick Reaction Capability Service. The Contractor shall maintain a quick reaction capability at the hub, respond to other than operator maintenance requirements at the remote nodes. Spares. Contractor shall provide spares to support maintaining the network system for the duration of the performance period. Transportation Services. The Contractor for OCONUS shall be prepared to move material and equipment OCONU S using U.S. Government transportation and comply with applicable transportation regulations, such as; MILSTAMP, etc., for safety, packaging, tie-down, etc. The Contractor is responsible for movement of personnel, materials and equipment within Iraq. C oordination for movement with convoys shall be provided by the GTL when requested. Software Services. System NOC Specification. The Contractor shall develop Final System NOC Design Specification and Interface Specification based on the general requir ements for the System NOC. The Contractor shall provide and use non-developmental items (NDI) and commercial-off-the-shelf (COTS) products to the maximum practicable extent. The Contractor shall apply commercially available processes and technologies to the maximum practicable extent. NCC Enhancement Specification. The Contractor shall develop a Final NCC Enhancements High-Level Design and Interface Specification. NOC/NCC Software Implementation. The Contractor shall provide software as required and i mplement software configurations to be used at the Theater and CONUS NOCs for the real-time control and overall management of the SSTS (CMN_Ex) system. The sof tware shall consist of two primary packages: System NOC  shall provide overall Network Management System (NMS) for system monitoring and control, trouble ticket management, summary network performance and utilization reports, and planning tools. The Sys tem NOC shall be implemented on industry-standard platforms, including HP OpenView and Remedy. NCC  shall provides real-time control of TDMA/DAMA modems and provides raw network performance data to the System NOC. It is anticipated that customization an d enhancements shall be required to the COTS NCC software. These customization efforts shall be the responsibility of the contractor to support the SSTS (CMN_Ex) requirements. NCC Enhancements. The Contractor shall implement the NCC IAW NCC Enhancements High-Level Design and Interface Specification. The Contractor shall implement the NCC Enhancements in two releases. The Baseline Release 1.0 shall be available in time for inclusion in the System Design Verification Test. Release 2.0 shall be available 3 months after commencement of Initial Service Operations. System Security and Accreditation. The Contractor shall coordinate with PM KICC in the design, development, fielding, certification and accreditation of the systems implemented as part of the KI CC effort. Terri Harrison may be reached at 520-538-0627. Potential bidders are directed to provide comments to the DRAFT DOCUMENTS LOCATED AT THE ARMY'S INTERACTIVE BUSINESS OPPORTUNITIES PAGE AT: https://abop.monmouth.army.mil/busopor27-2005.nsf/viewf rame?open&login
 
Record
SN00829591-W 20050616/050614212323 (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.