Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2005 FBO #1319
SOURCES SOUGHT

58 -- Sources sought for Operation and Maintenance (O&M) support services of Deployable Ku-Band Earth Terminals (DKETs), as manufactured by DataPath, Inc. Norcross, GA, at various locations Outside the Continental United States (OCONUS).

Notice Date
7/5/2005
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-05-R-G328
 
Response Due
7/15/2005
 
Archive Date
9/13/2005
 
Small Business Set-Aside
N/A
 
Description
Sources sought for Operation and Maintenance (O&M) support services of Deployable Ku-Band Earth Terminals (DKETs), as manufactured by DataPath, Inc. Norcross, GA, at various locations Outside the Continental United States (OCONUS). The O&M support se rvices will be provided to Army Central Command (ARCENT), and optionally the Air Force Central Command (CENTAF), and Marine Corps Central Command (MARCENT). Operations Services: The Contractor shall monitor the day-to-day operation and institute corrective actions in response to noted anomalies. The Contractor shall also provide status updates during troubleshooting and confirm the reason for the outage with the Network Operations and Security Center (NOSC)/local Technical Control Facility (TCF) after resolving the problem. The Government shall provide fuel, and fill the generators on a regular basis at sites which have Contractor provided diesel generators. The Government shall provide oil and engine coolant in quantities that enable the Contractor to follow the Preventative Maintenance Inspection (PMI) schedule as defined by the manufacturer. The Contractor shall securely lock the supported equipment when not attended and provide for emergency access provisions for Government personnel. No one shall make configuration changes to any piece of equipment within the supported system during an emergency access event without the knowledge and approval of the Co ntractor unless all means of contact have been exhausted and unsuccessful or directed by local Expeditionary Combat Support/Combat Commander (ECS/CC) or clearly identified and properly trained representative. The local ECS/CC representative shall be milit ary or government personnel. The Contractor shall access the Government provided transponder in accordance with the transponder transmission plans and the technical directions to be provided by the TBD local or CONUS Government authority. Only circuits under Government control shall traverse the deployed earth stations. Maintenance Services: The contractor shall implement the equipment maintenance concept as a two level maintenance structure, including Unit level on-site Contractor maintenance and Depot level off-site Contractor maintenance. There is no planned organic maintenance at any levels for the supported equipment or its components. Contractor depot level maintenance is anticipated for the system life. The Contractor may provide a Regional Support Center and/or CONUS based Contractor depot facility, as required , to maintain and support the fielded systems within the prescribed Operational Availability requirements. Maintenance performance standards shall be those found in the equipment technical manuals (TM) or applicable commercial manuals. The contractor sha ll maintain Maintenance Forms and Records of their Quality Control Plan, Test, Measurement and Diagnostic Equipment (TMDE) Repair and Calibration. The contractor shall provided and maintain any TMDE required over and above the Built In Test (BIT) capabili ty of the supported equipment. The contractor shall be solely responsible for ensuring calibration of test equipment remains up to date. The contractor is authorized to use on-site Government calibration services when available. Preventive Maintenance ( PM) shall be performed quarterly, in accordance with the appropriate Tech Manual, Tech Bulletin, or manufacturers manuals unless the periodicity is specified otherwise in the appropriate TM. The Contractor shall develop and maintain a PM Inspection (PMI) schedule for all major components based on commercial standards and in accordance with manufacturer recommendations unless otherwise directed by the Government, or based upon best commercial practices when the manufacturer does not have a maintenance poli cy. The following components shall be included in the PMI schedule: Satellite Modems, Redundancy Switch, and associated cables and interconnects; Up Converters, Redundancy Switch, and associated cables and interconnects; Down Converters, Redundancy Switch and associated cables and interconnects; High Power Amplifiers (HPAs), Redundancy Switch, and associated cables and interconnects; Low Noise Amplifiers (LNAs), Redundancy Switch an d associated cables and interconnects; Waveguide (rigid, flex, and elliptical) joints and connections; IFL cable and connections; Antenna, antenna motors, Antenna Control Unit, and associated cabling and interconnects; Heating Ventilation and Air Condition ing (HVAC) Units; Uninterruptible Power Supply (UPS); Generator (if applicable). The contractor shall perform PM on site using the manufacturers manuals and applicable technical manuals (TMs), and shall maintain records of all PM conducted. The technica l point of contact is John Lane, Team Leader, Satellite Communications Engineering, telephone 732-532-5098, email: john.lane5@us.army.mil or john.lane@mail1.monmouth.army.mil. The Contracting Officer for this action will be Vernay Salas who may be reached by telephone at 732-532-1257 or e-mail: Vernay.Salas@us.army.mil.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - W15P7T ATTN: AMSEL-AC-CB-RT-T, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00841427-W 20050707/050705211954 (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.