Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2006 FBO #1528
MODIFICATION

58 -- Sources Sought for a satellite communications system

Notice Date
1/30/2006
 
Notice Type
Modification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS, 7T-5 Oklahoma, 819 Taylor Street, Room 14A02, Fort Worth, TX, 76102
 
ZIP Code
76102
 
Solicitation Number
Reference-Number-DR2160003T1
 
Response Due
2/3/2006
 
Archive Date
2/18/2006
 
Point of Contact
Elaine Lacker, Contracting Officer, Phone (817) 978-6142, Fax (817) 978-4739, - Elaine Lacker, Contracting Officer, Phone (817) 978-6142, Fax (817) 978-4739,
 
E-Mail Address
elaine.lacker@gsa.gov, elaine.lacker@gsa.gov
 
Description
This modification 01 is issued to answer questions received as of Monday, January 30, 2006. The SOW states "...between any two points in the satellite footprint coverage area." 1. Can you please provide the satellite footprint coverage area that needs to be supported ANSWER: North American continent to include Virgin Islands and Puerto Rico and Alaska. 2. Where will the Hub need to be installed? ANSWER: Ft. Sam Houston, TX. 3. What satellite and/or what area of the world will the satellite footprint need to cover? ANSWER: Same answer as question # 1. 4. Please clarify that this is a "star" network topology and not a mesh network. Will all traffic from a remote site terminate at the "hub"? ANSWER: All points come back to a common hub. Original Sources Sought notice follows: This is a market survey to determine the current market conditions. This is not a request for proposal. The survey includes the statement of work (SOW) which follows this page. Please respond to the questions below via email by Friday, February 3, 2006 by 4:00pm CST to: Elaine M. Lacker Contracting Officer GSA Federal Technology Service Email: elaine.lacker@gsa.gov Date: ______________________ Company Name: __________________________________________ Contact Person: __________________________________________ Telephone: _______________________Fax: _______________________ Email Address: __________________________________________ Questions: 1. Can you supply the items/services that meet the SOW? (Please ensure that the items/services you?re offering meet ALL of the requirements in the SOW.) YES NO 2. If you answered YES above, please provide the Manufacturers Part Number and Item Description that meet the SOW requirements 3. Please indicate here by initials _______ that you have read and understand the SOW and can abide by all the requirements within. 4. What is the country of origin for these products? (Where is it manufactured?) 5. What is your current commercial price for these items/services? 6. What is your normal delivery time? 7. What is the best delivery time you can offer? 8. Would you be willing to offer a price less than your commercial price YES NO STATEMENT OF WORK FOR SATELLITE COMMUNICATIONS SYSTEM I. OVERVIEW: This requirement is for the purchase of a Very Small Aperture Terminal (VSAT) satellite communications system capable of Single Channel Per Carrier (SCPC) point-to-point operation. This system is to be equipped with one (1) network hub and two (2) portable/deployable earth stations providing simultaneous uplink channel available bandwidth of 2MBps from each of the two deployed terminals and an available total (shared) downlink capability of 3MBps from the fixed central hub. Proposed system should be capable of providing secure, point-to-point broadband data connections and Voice Over IP (VOIP) capabilities (as described in deliverables) between any two points in the satellite footprint coverage area. The required link for this system will be configured for 2Mbps uplink and 3Mbps downlink duplex operation. II. DELIVERABLES: 1. SYSTEM. The Contractor shall provide, integrate, test, deliver and install a satellite communications system with 24X7 technical support services provided for a 2 month period after acceptance of all equipment. Contractor will provide dedicated, leased satellite capacity allowing 24 x 7 x 365 full access without contention for resources. The space segment lease will be provided for a 12 month period after acceptance of all equipment. The satellite communications system should enable secure, point-to-point broadband data connections between any two points in the satellite footprint, providing simultaneous uplink channel available bandwidth of 2MBps from two portable/deployable earth station, and an available total (shared) downlink capability of 3MBps from the fixed central hub. System shall provide up to 280 VoIP channels, 8 hardwired up to a maximum 38 STU/STE calls, and 48 hardwired data ports. 2. NETWORK HUB. Shall be a fixed installation consisting of a 3.8-meter antenna, 40W transceiver with redundancy and redundant satellite modem equipment. The network hub shall be capable of providing provide a single-channel per carrier (SCPC) Point-to-Point VSAT System, employing multiple point-to-point Ku-band satellite links. The network hub terminal will be equipped with DTech Labs WHISPER900 gateway device (or equivalent). 3. PORTABLE EARTH STATIONS. Shall be equipped with DTECH LABS Remote NIPR and SIPR system (or equivalent) providing up to 280 VoIP channels, 8 hardwired up to a maximum of 25 STU/STE connections and 48 hardwired dataports for remote NIPRnet access. Each deployable terminal shall be configured in a transportable hard case. Each portable earth station shall consist of a 1.2-meter antenna (Mantis 120 or equivalent) with a ruggedized, non-penetrating mount, a 16-watt Ku-band block upconverter, a precision low noise block downconverter, digital satellite modem (570L or equivalent), spectrum analyzer, serial-to-Ethernet converters, IFL and power cables, flexible waveguide, ruggedized transit cases for all IDU/ODU components, and AOS SkyPipe(tm) (or equivalent) Proxy Enhancement Protocol (PEP) Server and Client version software for link optimization. 4. TRAINING. Contractor will provide functional and operational training on all provided equipment/systems and will provide packaging, deployment and setup training for the portable earth stations. Time frame for training will be in accordance with, IV. Delivery Schedule, portion of this statement of work. Training will be provided in a minimum of 1 session with a minimum of 8 trainees per session. Session may cover multiple days of training. All required training materials will be provided by the contractor. III. GOVERNMENT FURNISHED EQUIPMENT Contractor will be required to engineer, incorporate and configure Government Furnished Equipment (GFE) consisting of Cisco routers, switches, UPS devices, KG250 IP encryption devices and Hardig Transport cases into the required systems. IV. DELIVERY SCHEDULE. Once a successful and comprehensive site survey is completed at the site proposed for the installation of the network hub (no later than 7 days after contract award), and a determination is made that necessary local infrastructure is suitable, Contractor engineers will prepare a work schedule for installation to be completed within 75 days after contract award. Delivery of portable earth station/flyaway equipment will be concurrent with completion of the network hub. Contractor will provide on-site test and initial equipment training and support during this period. The majority of satellite-network interface and integration of equipment, including provisioning and test of mobile equipment, will be performed at VENDOR facilities This schedule is subject to necessary access to customer facilities and availability of certain local resources (telecommunications providers, for example).
 
Place of Performance
Address: HEADQUARTERS FIFTH US ARMY, 1400 E. GRAYSON ST. BLDG. 44, ROOM 149W, FORT SAM HOUSTON, TX
Zip Code: 78234-7000
Country: USA
 
Record
SN00975793-W 20060201/060130212410 (fbodaily.com)
 
Source
FedBizOpps 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.