Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
SOLICITATION NOTICE

D -- FIXED TACHYON 120 CM SYSTEM INCL. NPM MOUNT AND CABLE W/10 EXTRA BOLTS (TAB-12), WITH LNB FOR USE IN THE UNITED STATES

Notice Date
9/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Reutilization and Marketing Service, Federal Center 74 Washington Avenue North, Battle Creek, MI, 49017-3092
 
ZIP Code
49017-3092
 
Solicitation Number
SP441005Q8022
 
Response Due
9/21/2005
 
Archive Date
10/30/2005
 
Small Business Set-Aside
Total Small Business
 
Description
BID SCHEDULE CLIN Item Description Qty U/I Unit Price Extended Price 0001 Fixed Tachyon 120 cm system incl. NPM mount and cable w/10 extra Bolts (TAP-12), with LNB for use in the United States 1 Ea 0002 LNB for Use in Afghanistan 1 Ea 0003 Telephonic Consultation for Installation Support 1 Lot 0004 Shipping to Battle Creek, MI 1 Lot 0005 Mini Tool Kit (MTK) 1 Ea 0006 Upgrade/Maintenance Services (AF Fx) (See 1.11) 12 Mos 0007 Always on Service 12 Mos 200 2400.00 0007 Satellite Service (See 1.4) 12 Mos 0008 Advanced Replacement CPE ? MRC 12 Lot Total STATEMENT OF WORK (SOW) 1.0 General. Contract Commercial Data Satellite Solution 1.1 Introduction. Require high speed internet and IP data services for connectivity to link SWA DRMS Forward Support (FS) Bagram AB, Afghanistan to the Defense Reutilization and Marketing Services Daisy database located in Battle Creek, Michigan and Defense Logistics Agency email services through satellite technology. 1.2 Background. DRMS FS Bagram AB, Afghanistan will be a newly established disposal depot providing direct support to the CENTCOM war fighting mission. Headquarters DRMS has been unable to establish dedicated and reliable data communications for data inputting to the VIPER1/DAISY mainframe at Battle Creek, Michigan. DLA and DRMO leadership predicts mission failure will result without an emergency interim leasing of a data solution until the order of a dedicated NIPRNet DISA circuit is delivered. 1.3 Objectives. Contractor shall provide the satellite equipment, and telephonic installation and maintenance support for a reliable data satellite communications network. 1.4 Scope. Vendor will deliver, and provide telephonic consultation for installation and testing support of a Tachyon Satellite System (Fixed CPE Configuration) with a 120cm dish at the Defense Logistics Information Service (DLIS) located at Battle Creek, MI. This system is to have at a minimum a 2.048 Megabit download rate with an upload rate of 512 Kilobits. Service shall be set at 20,700 Megabytes (2.7 Gigabytes) of traffic per month. If this limit is exceeded then the Contractor shall notify the COR to request the limit to be raised. The vendor shall supply LNB?s capable of providing service in the United States and Afghanistan. Vendor agrees to provide shipping directly to the Battle Creek location, and service level agreement for one year, commencing upon Contract award date. The addresses for Battle Creek is: Defense Logistics Information Service, J6BTI 74 N. Washington Ave Battle Creek, MI 49017 POC: Ben Kelly, 269-961-7471 1.5 Place of Performance/Hours of Operation. Continental United States and Bagram Air Base, Afghanistan. 1.6 Period of Performance. Duration of this task is for twelve months from the date of contract award. l.7 Key Personnel. 1.7.1 The contractor shall identify key personnel in the technical proposal regardless of the type of task. NOTE: Key personnel may not be removed from the task without express approval of the Contracting Officer?s Representative (COR). The COR will attach a copy of the request and determination to the project in IT Solutions Shop (ITSS) Web-Based Order Processing System. 1.8 Quality Control. The contractor shall provide a description of their Quality Control Plan to the COR. 1.9 Points of Contact. Contracting Officer?s Representative (COR) Ben Kelly 74 N. Washington Ave, ATTN: DLIS-J6B Battle Creek, MI, 49017 Tel: 269-961-7471 Fax: 269-961-7030 Ben.kelly@dla.mil 1.10 Maintenance/Repair Services The contractor shall provide telephonic consultation for maintenance services as required. The contractor shall not be liable for any repairs needed to be made to the equipment if the equipment is destroyed or damaged as a result of acts of terrorism, wars, insurrections and/or any other cause beyond the reasonable control of the contractor. 1.11 Upgrade/Maintenance Services (AF/Fx). Service agreement for maintenance/help desk calls to the Tachyon Network Operations Center (NOC) for equipment issues, satellite issues, and DoD cert patch (software) applications to the Tachyon equipment (when applicable). This service agreement should include troubleshooting and analysis of bandwidth and connectivity issues, and working with DRMS technical staff to resolve problems. It should also include monthly usage statistics for bandwidth utilization. It does not include any repair parts required at the DRMS site. Service customers in Iraq should call the European (NOC) in Amsterdam, phone: +31 20 581 7791. The US NOC, phone: 1+858 882 8299, can be called as a back up. 2.0 Definitions & Acronyms. None 3.0 Government Furnished Items. The contractor shall specifically identify in their proposal the type, amount, and time frames required for any government resources, excluding those listed below. The Government will provide the following: 1. Complete pre-installation inventory and advising the contractor of complete accountability of equipment received, per inventory list. 2. Physical location for installation of equipment. 4.0 Contractor Furnished Items. 4.1 Fixed CPE Configuration 4AD CPE with 1.2 Dish, Antenna Mount, Antenna @ Mount transit Cases Tachyon 120cm system, NPM mount and cable plus a Secure Traffic Accelerator (AF1200) (shipped to Al Asad location to the address listed in Para 1.4 ) 4.2 Inventory list shipped to the customer, to include tracking number of shipment company. 4.3 Shipment as required to the site. 4.4 Mini Tool Kit w/additional mounting bolts 4.5 12 months of Satellite service 4.6 12 months of ?Always On? service 4.7 On call telephonic maintenance/repair 4.8 Written confirmation of IA certification (reference para 3.0) 4.9 Telephonic installation support of Fixed Tachyon system upon notification from customer that the inventory is on site. 5.0 Inspection and Acceptance. In the absence of other agreements negotiated with respect to time provided for government review, deliverables will be inspected and the contractor notified of the COR?s and ITR/AM?s findings within 5 work days of normally scheduled review. If the deliverables are not acceptable, the COR will notify the ITR/AM immediately. 6.0 Procedures for Payment. Billing and payment shall be accomplished in accordance with the contract. The contractor may invoice for tangible items upon successful delivery. The contractor?s subsequent invoices will be for one month for services performed in the previous month. The contractor shall be paid upon submission of a proper invoice. The contractor shall submit invoices to Defense Logistics Information Service, ATTN: DLIS-RW, Federal Center, 74 North Washington Avenue, Battle Creek, Michigan 49017, for certification by the COR. Upon certification, DLIS-RW will submit invoice to DFAS for payment. All payments will be made in accordance with the clause entitled Prompt Payment, FAR 52.232-25. 7.0 Acceptance and Correction Of Work. All work performed under this contract shall be subject to the acceptance of the Contracting Officer?s Representative (COR) or designee. If performance is found to be unsatisfactory, and not in accordance with the requirements of this contract, the contractor shall begin correcting the unsatisfactory work as soon as possible, but not later than the first three (3) hours of the following regularly scheduled U.S. Government workday. Rework performed is at the expense of the contractor. CLAUSES 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Also, the full text of a clause may be accessed electronically at these addresses: http://farsite.hill.af.mil. 52.204-7 Central Contractor Registration (Oct 2003) 52.212-3 Offeror Representations and Certifications - Commercial Items (May 2004) 52.212-4 Contract Terms and Conditions - Commercial Items (Oct. 2003) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2004) In paragraph (b) the following clauses apply: (1), (16), (17), (18), (19), (20), (25), and (30) 252.212-7000 Offeror Representations and Certifications - Commercial Items (NOV 1995) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (SEP 2004) In paragraph (a) the following clause applies: 52.203-3 In paragraph (b) the following clauses apply: 252.232-7003
 
Place of Performance
Address: DRMS, FEDERAL CENTER BUILDING, 74 WASHINGTON AVE N, BATTLE CREEK, MI
Zip Code: 49017-3092
Country: USA
 
Record
SN00893493-W 20050915/050913211607 (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.