Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
SOLICITATION NOTICE

58 -- DEPLOYABLE NODE-MEDIUM (SDN-MEDIUM) - VERY SMALL APERTURE TERMINAL (VSAT)

Notice Date
5/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-05-R-0015
 
Response Due
5/24/2005
 
Point of Contact
Edward More, Contracting Officer, Phone 813-218-0560, Fax 813-281-2658, - Kim Tucker, Contract Specialist, Phone 813 2810560 X573, Fax 813 281 0678,
 
E-Mail Address
moree@socom.mil, tuckek1@socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
United States Special Operations is seeking industry comments on a proposed strategy and draft Statement of Work (SOW) to acquire a production ready, SOF Deployable Node, Medium (SDN-M). This announcement is a request for comment only, and does not constitute a Request for Proposals (RFP). The RFP will posted on Fed Biz Ops and shall likely be designated as a small business set aside since the corresponding market investigation determined that multiple small businesses were capable of satisfying this requirement. The NAICS Code is 334220. The primary objective of the SDN-M program is to leverage ongoing industry initiatives/commercial items in the area of Internet Protocol (IP) based SATCOM technologies to satisfy SDN-M performance/operational requirements without a Government funded development program. The SDN-M requirement is to procure up to 109 non-developmental, commercially available, transit case configured, Very Small Aperture Terminals (VSAT) for satellite communications in the Ku frequency band. The basis for contract award shall be BEST VALUE, with evaluation factors consisting of technical, past performance and cost/price. The technical evaluation will assess both the written proposal and an Initial Production System (IPS) demonstration at a Government designated facility. The RFP will identify the IPS demonstration set-up, procedures, and performance parameters that will be assessed as part of Source Selection. Each offeror shall provide an operational IPS for evaluation comprised of their VSAT terminal (not exceeding 1 meter in aperture) and an integrated environmentally protected iDirect modem supporting Internet Protocol (IP) satellite transport. In addition to shared resource IP-based communications such as hub-spoke Demand Assigned Multiple Access (DAMA) protocols, the integral modem shall provide a bypass mode supporting Single Channel Per Carrier (SCPC) functionality. The purpose of the IPS demonstration is to assess the technical maturity of the product proposed and the realism of the offeror’s proposed schedule for delivery of production test articles. The IPS must possess all of the required INTELSAT certifications prior to the IPS demonstration. If the IPS does not include all the baseline performance parameters as described in the SOW, then the offeror shall explain in its technical proposal what additional effort is required to fully implement those parameter(s). Additional capabilities exceeding the SDN-M baseline requirements that are proposed for delivery in the SDN-M first production units, must be included in the IPS demonstration. Instructions will be provided in the RFP regarding the location and time of the IPS demonstration. The Government anticipates, upon conclusion of source selection, the award of a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five year hardware ordering period and Contractor Logistics Support (CLS). The USSOCOM requirement is for up to 109 SDN-M production systems, training, and ancillary equipment and spares. Potential offerors are invited to review and comment on this strategy and the draft SOW within 15 days of this announcement. The draft SOW is available electronically on the Fed Biz Ops Web Site. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAY-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 18-NOV-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-05-R-0015/listing.html)
 
Place of Performance
Address: 7701 Tampa Point Blvd. MacDill AFB, FL 33621-5323
Zip Code: 33621-5323
Country: USA
 
Record
SN00934910-F 20051120/051118213940 (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.