Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2007 FBO #1987
SOLICITATION NOTICE

D -- Microwave Links Sigonella Italy

Notice Date
5/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Europe, Unit 4235, Box 375 APO, Sembach, Germany, AE, 09136-5375, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HC1021-07-R-2003
 
Response Due
5/29/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued by the DITCO-EUROPE, Unit 4235 Box 143, APO AE 09136-5375 or Geb?ude 143, 67681 Sembach-Heuberg, Germany. Request for Quotation (RFQ) HC1021-07-R-2003 applies and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-15 and Defense Acquisition Circular 91-13. The requirement is issued under full and open competition. The Government anticipates awarding a Firm Fixed Price Commercial item type contract in accordance with the procedures detailed in FAR 13.5. NAICS code 517910, Line-of-Sight (LOS) microwave communications suites, installation and on-site maintenance. Provide a price for CLIN 0001, Line-of-Sight (LOS) microwave communications suite and installation for Niscemi, 1 each; CLIN 0002, maintenance for Niscemi, base year 01 Oct 2007 ? 30 Sep 2008, 12 months; CLIN 0003, line-of-sight (LOS) microwave communications suite and installation for Augusta Bay, 1 each; CLIN 0004, on-site maintenance for Augusta Bay, base year 01 Oct 2007 ? 30 Sep 2008, 12 months; CLIN 0005, on-site maintenance for Niscemi, 1st option year 01 Oct 2008 ? 30 Sep 2009, 12 months; CLIN 0006, on-site maintenance for Augusta Bay, 1st option year 01 Oct 2008 ? 30 Sep 2009, 12 months; CLIN 0007, on-site maintenance for Niscemi, 2nd option year 01 Oct 2009 ? 30 Sep 2010, 12 months; CLIN 0008, on-site maintenance for Augusta Bay, 2nd option year 01 Oct 2009 ? 30 Sep 2010, 12 months; CLIN 0009, on-site maintenance for Niscemi, 3rd option year 01 Oct 2010 ? 30 Sep 2011, 12 months; CLIN 0010, on-site maintenance for Augusta Bay, 3rd option year 01 Oct 2010 ? 30 Sep 2011, 12 months; CLIN 0011, on-site maintenance for Niscemi, 4th option year 01 Oct 2011 ? 30 Sep 2012, 12 months; CLIN 0012, on-site maintenance for Augusta Bay, 4th option year 01 Oct 2011 ? 30 Sep 2012, 12 months, in accordance with the Statement of Work detailed below: STATEMENT OF WORK FOR Installation and Maintenance of Microwave Links for U.S. Naval Computer and Telecommunications Station (NCTS) Sigonella, Italy 1.0 BACKGROUND This Statement of (SOW) details NAVCOMTELSTA (NCTS) Sicily requirements for replacement of two existing Commercial Off the Shelf (COTS) microwave radio and multiplexing systems that have exceeded their life span and are no longer logistically supportable. The new systems will provide 155MB 2+1 microwave connectivity between: 1. NCTS Sicily and the Fleet Logistic Support Site at Augusta Bay, Sicily and, 2. NCTS Sicily and the Naval Radio Transmitter Facility (NRTF) Niscemi, Sicily. Both Augusta Bay and NRTF Niscemi are approximately 70 kilometers distant from NCTS Sicily which is located onboard the Naval Air Station (NAS II) Sigonella, Sicily. The contractor will provide identical make/model/systems for the two microwave links. Figure 1 illustrates the geographical locations with respect to NCTS Sicily. 1.1 Scope The contractor shall provide one each 155 MB (2+1) microwave systems from NCTS Sicily building 585 to the Fleet Logistic Support site warehouse building #1 at Augusta Bay; and to NRTF Niscemi building 2100. Microwave radios and multiplexing equipment shall be provided with 8-hour Uninterruptible Power Supply (UPS) at each location. The contractor will provide all licenses, frequencies, permissions and Government of Italy (GOI) approvals. The contractor shall possess host nation NOS certification and provide all personnel, equipment, tools, materials, infrastructure, supervision and all other components necessary to Engineer, Furnish, Install and Test (EFI&T) the systems that are to be fully operational and integrated with U.S. Navy-provided communication equipment and systems to the standards detailed in this SOR. The microwave systems shall be configured for asynchronous transfer mode (ATM) interfaces to transparently interoperate with government ATM switches at NCTS Sicily, NRTF Niscemi, and Augusta Bay. 2.0 APPLICABLE DOCUMENTS Contractor shall follow best commercial practices and standards referenced in this SOR. . Should a standard conflict occur for the same technical specification, then the more stringent shall apply. The Contractor shall obtain and use the most current publications at the time of the RFP release. The following documents are listed to provide guidance. 2.1 EIA/TIA-568-B.1, Commercial Building Telecommunications Cabling Standard, General Requirements. 2.2 EIA/TIA-568-B.3, Optical Fiber Cabling Components Standard. 2.3 EIA/TIA-569-A, & Addendums 1-4, 6 & 7, Commercial Building Standard for Telecommunications Pathways and Spaces. 2.4 ANSI/TIA/EIA-607-A, Commercial Building Grounding and Bonding and Bonding Requirements for Telecommunications. 2.5 NFPA-70, National Electrical Code (NEC) 2005. 2.6 International Telecommunication Union (ITU) G.703, Transmission Systems and Media; Digital Systems and Networks; Digital Terminal Equipments ? General, 11/2001. 2.7 International Telecommunication Union (ITU) G.957, Transmission Systems and Media; Digital Systems and Networks; Digital line systems; Optical Interfaces for Equipments and Systems, relating to the Synchronous Digital Hierarchy (SDH), 03/2006. 2.8 International Telecommunication Union (ITU) G.707 G.783 SDH/SONET processing. 2.9 MIL-HNDBK-419A, Grounding bonding and shielding for electronic equipments 3.0 REQUIREMENTS 3.1 Microwave Communications Link 1. The contractor shall provide, install test and make operational in a transparent manner with minimal service interruption a 155 MB (2+1) radio link between NCTS Sicily building 585 Naval Air Station (NAS II) Sigonella and the Fleet Logistic Support site at Augusta Bay warehouse building #1. 3.2 Microwave Communications Link 2. The contractor shall provide, install test and make operational in a transparent manner with minimal service interruption a 155 MB (2+1) radio link between NCTS building 585 Naval Air Station (NAS) Sigonella II and NRTF Niscemi, building 2100. 3.3 Two Plus One. 2+1 is defined as a normal operating system configuration that permits full use of A & B side radio link bandwidth (155MB each) with one, 155MB link as a hot spare. Under a single link equipment failure of either the A or B side radio links, the microwave system redundancy shall ensure full bandwidth availability (2 x 155 MB) by utilizing the hot spare link. The system will detect system alarms or failures and automatically implement the 2+1 redundancy feature within 50mSec. 3.3 Path. The contractor shall provide all materials, equipment, structures, and services to establish a fully functional line of sight (LOS) link end-to-end for each microwave system. The contractor is to include provisioning at any needed signal relay sites to include 24x7 electronic monitoring of unmanned sites, intrusion and electronic system alarms, required tower or support structures, antenna assemblies, waveguides and cabling, electronic assemblies, power, Uninterruptible Power Supplies (UPS), and climate control/conditioning equipment. 3.4 Frequency Authorizations and Permits. The contractor shall provide frequencies authorized for use within Italy, permits and/or licenses as required by the host nation/country. Frequencies, authorizations, permits and/or licenses shall be available for the entire period on which the U.S. Navy operates the microwave systems. Frequency usage authorizations, permits and/or licenses shall enable the contractor to provide and maintain a fully operational microwave communications link end-to-end. 3.5 Interfaces, Bandwidth and Signal Processing. The contractor shall provide compatible system interfaces for the customer?s voice and data signaling systems interfaces to include Asynchronous Transfer Mode (ATM). In the event that interface problems occur, the contractor will provide at their own expense any hardware or software conversion necessary to ensure U.S. Government system operability. The microwave system will support 2-wire telephone, bi-directional 4-wire voice, as well as low and high speed data circuit requirements for speeds of 64kb and above. The system will support US and European circuit transmission standard speeds to include T-1, E-1, E-3, T-3, and be capable of supporting end to end Government Furnished Equipment (GFE) bulk encryption for 45Mbits transmission segments. 3.6 Circuit Terminations. Microwave multiplex channels shall be terminated on termination blocks with the cables extending to the U.S. Navy Main Distribution Frame (MDF) in buildings 585. The vendor will ensure sufficient cable connectivity between the microwave radio system and the MDF at bldg 585 and Augusta Bay/Niscemi to support all existing circuits and sufficient spares for a minimum 100 percent expansion capability. The U.S. Government shall be responsible for designating spare terminal blocks for termination of any cable expansion on the MDF. The government will make equipment side cross connections during cutover to the new microwave links. The contractor shall provide detailed wiring configuration documentation to the NCTS Base Communications Officer at Sigonella, Naval Air Station. Wiring documentation shall be submitted 90 days prior to the final test and acceptance of the system. 3.7 Disposal and Work Sites. The contractor is responsible for removal and disposal of all replaced equipment and materials from all sites as soon as possible after system cutover but no later than within 14 calendar days after the activation of the new system. Removal includes all associated equipment, cabling and support infrastructure that is no longer required or in use. The contractor shall ensure that trash and debris are removed from work sites at the end of each workday. The contractor is responsible to safeguard tools and materials and the government will not be held accountable for any missing items. 3.8 Technical Manuals. The contractor shall provide system manuals at each site, in English, for the use of U.S. Government personnel responsible for the equipment operation and maintenance. The manuals shall be of sufficient detail to enable government personnel to conduct on site system diagnostics. The following documents shall be provided to the Director, Base Communications within 90 days of system test and acceptance: a) Equipment operation and users manual b) Equipment installation and maintenance manual c) As-built in place drawings The manuals shall include a basic description of the equipment, installations (i.e. cable diagrams and wiring diagrams) and step-by-step operational procedures for the equipment. COTS manuals are acceptable. The contractor will provide the Director, Base Communications two copies per site of each manual in English. 4.0 U.S. Government Responsibilities. The U.S. Government will ensure approximately a 2 square meter space is designated to install the new system. The U.S. Government is responsible to ensure adequate cooling; commercial and emergency power at buildings 585, Augusta Bay warehouse #1 and Niscemi building 2100. 4.1 Base or Facility Access: Subject to military security requirements, the U.S. government shall permit contractor personnel access at all reasonable times to perform system installation and testing. The contractor shall submit at least 30 days in advance to the Director, Base Communications a list of personnel requiring access at each site during the performance of work. The list must be accompanied with documentation required by base security for entry to the base to include: - Copy of ID card/Drive License - Current Address - Copy of company vehicle registration - Vehicle year make and model - Vehicle license Plate number - Vehicle insurance company name and policy number - Vehicle insurance expiration date Base or facility passes will be issued for 30 days. If additional access time is required documentation must be resubmitted. No permanent base passes will be issued and no personal vehicle passes will be issued. 5.0 System Maintenance. The contractor shall provide detailed warranty information and the first year maintenance proposal with four option years. Written justification shall be provided to the contracting officer if duplicate on-site spare parts are determined to be required by the contractor. 5.1 Maintenance Responsibilities. The contractor shall manage and maintain the system in its entirety including relay sites, if required, and all segments for the end-to-end transmission paths between all locations. Contractor maintenance responsibilities extend to the demarcation points at the U.S. Navy MDF terminal blocks for the digital and the voice channels at each location. Maintenance responsibilities for the system includes removal of defective hardware and replacement with new or refurbished hardware to the lowest replaceable unit, trouble analysis and fault isolation, diagnostics, or equipment modification. During maintenance the contractor shall ensure the minimum disruption of service and no equipment will be placed out of service without notifying the U.S. Government representative Contracting Officers Representative (COR) and obtaining concurrence. The contractor shall monitor the system equipment and the transmission path 24 hours per day, 7 days a week, 365 days a year to facilitate maximum reliability, availability and expedited restoration. When outages occur, the vendor?s maintenance personnel shall arrive at the trouble location within two hours of government (BCO management personnel) notification. The maintenance effort shall continue unceasingly to restore service within eight hours. The contractor shall provide all tools, testing equipments, support equipment, materials, spare parts, personnel and labor to maintain the equipment and the transmission path. 5.2 Call Maintenance. The contractor shall monitor end-to-end system alarms twenty-four hours a day, seven days a week. Contractor personnel shall be available to receive verbal and written communications in English from U.S. Government personnel for corrective maintenance actions during normal operation hours from 08:00 am to 05:00 pm Monday through Friday with a two-hour response time. Outside of normal working hours the response time shall be two hours for service disruptions affecting more than 25 percent (major alarms) of the operating circuits. The response time for service disruptions of less than 25 percent (minor alarms) of the circuits shall be five hours. The contractor shall ensure that an escalation plan is established to assist technicians on major service disruptions. The contractor will work unceasingly to restore service as soon as possible but not later than 8 hours from the response time. If the repair cannot be completed within this time the contractor shall provide an explanation in writing of the action to be taken to correct the problem and the anticipated completion time. Clearing of minor service disruptions will normally be carried out during working hours. The contractor shall maintain accurate fault report records that include date and the time of the reported fault, name of the U.S. Government personnel reporting the fault, name of the contractor personnel contacted, the arrival time and name of the contractor personnel arriving on site for repair, and a brief description of the fault. This record log shall be comprehensive to include data from all locations and include categories such as maintenance, preventive maintenance, and periodic inspections performed at each location. 5.3 Preventive Maintenance. The contractor shall schedule and perform periodic preventive maintenance in accordance with standard practices set forth by manufacturer recommendations. Preventative maintenance quality control checks will be conducted on the radios, multiplexers, wave-guides, antennae, and UPS at least once a year. The contractor shall ensure minimum interruption/disruption of service and no equipment shall be placed out of service without notifying the U.S. Government representative and obtaining prior concurrence. 5.4 Scheduled Outage. When the contractor requires scheduled system downtime for the purpose of performing maintenance on the system, the work shall be done at a time that will cause the least inconvenience to the users. The contractor shall notify the U.S. Government representative in English and in writing at least thirty days in advance before a planned service interruption. The contractor shall include in the notification the reason for the interruption and the duration. The contract shall not proceed with the Scheduled Outage until approval has been granted by the Director BCO or appointed government representative. 6.0 DELIVERABLES 6.1 Documentation. The contractor shall provide two copies each of maintenance manuals in English at all locations where equipment is installed. The manuals shall be of sufficient detail to enable government personnel to conduct on site system diagnostics. The following documents shall be provided to the Director, Base Communications within 30 days after completion of system test and acceptance: a) Equipment operation and users manual b) Equipment installation and maintenance manual c) As-built in place drawings illustrating overall equipment/system installations at each location. d) Acceptance testing test results. The manuals shall include a basic description of the equipment, installations (i.e. cable diagrams and wiring diagrams) and step-by-step operational procedures for the equipment. As-built drawings shall be provided in AUTOCAD or VISIO. A hard copy and a CD soft copy in PDF format of acceptance test results shall be provided to the Director BCO. 6.2 Maintenance Manuals: Manufacturer maintenance manuals are acceptable in lieu of contractor developed manuals and may be provided in hard or soft copy in PDF or Word. 6.3 Test Plans. The contractor shall provide the Director BCO with a microwave link proposed test plan in Word 2003 or compatible format at least 45 calendar days prior to commencement of testing. The test plan will be of sufficient detail to verify the system is complete and capable of satisfying all government requirements and full compliance with host nation and industry standards. The BCO Director will provide approval or make recommendations for changes within 10 work days of receipt of the contractor?s proposed test plan. Government representatives will be present during acceptance testing. Test results shall be reviewed and accepted by the Director BCO for the government. 6.4 Fault Report Record/Log. The contractor shall provide the Director BCO with access to the most current electronic Fault Report Record/Log within 5 working days of Government request. The Record/Log shall be in Microsoft format. 6.5 Scheduled Outage Reports. For scheduled outages the contractor shall provide to the U. S. Government representative a written report of the findings and a test results within fifteen days after the maintenance has been completed. The report shall be in English, electronic in Microsoft format. 7.0 Notes. Delivery shall be to commercial address: Mr. Gary A Markham, Strada Statale 417, Catania-Gela, Sigonella, Sicily, Italia 95040, no later than 30 September 2007 as FoB destination. Contractor shall provide the earliest delivery date with quote The following provisions/clauses apply to this acquisition: 52.212-1, Instructions to Offers? Commercial Items; 52.212-3, Offeror Representations and Certifications? Commercial Items; 52.212-4, Contract Terms and Conditions?Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items: 52.203-6, 52.222-19, 52.225-13, 52.239-1; 52.211-11, 52.217-8, 52.217-9, 52.236-2, 252.222-7006, 252.225-7041, 252.225-7042, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: 52.203-3, 252.225-7028, 252.227-7015, 252.232-7003, 252.243-7002; 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States, 252.204-7004, Required Central Contractor Registration; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.204-7004, 252.212-7001, 252.212-7001(b), 52.212-2, Evaluation ? Commercial Items: (a) The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the Lowest Price, Technically Acceptable (LPTA). The following factors shall be used to evaluate offers: 1. Technical capability of the services and equipment quoted to meet all the Government requirements. 2. Price. Technical Capability will be determined on a pass/fail basis. The vendor shall provide technical documentation to demonstrate ability to meet all of the requirements listed under section 3.0 Requirements. Documentation shall include an overall narrative detailing their understanding and compliance with the directions and specifications set forth in the Statement of Work. The documentation shall include descriptive literature detailing items such as proposed equipment, physical path, implementation schedules and equipment support/maintenance plan. The documentation provided by the contractor shall not exceed 10 single sided pages. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option (s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time from acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following local clauses also apply: 52.204-9001, 52.209-9000, 52.239-9001, 52.239-9000, 52.242-9200, 252.227-9200, 252.239-9204, and 252.243-9200. These clauses can be found under the DISA Acquisition Regulation Supplement (DARS) link on the following website: http://www.ditco.disa.mil/hq/aqinfo.asp. If you cannot find copies of the local clauses, please request a copy via email to PL512@disa.mil. One original, signed and dated quotation must be submitted electronically no later than 1000 EST 29 May 2007 via fax to 49-6302-9227-512 or email to PL512@disa.mil. Questions are due no later than 14 May 2007. Oral proposals are not acceptable. Quotations shall also include company name, point of contact, address, phone number, DUNS number, CAGE code, and Tax Identification Number (TIN). Section 508 applies. All FAR/DFAR clauses can be obtained at http://farsite.hill.af.mil/VFFARa.htm. No numbered notes apply.
 
Place of Performance
Address: NAVCOMTELSTA, STRADA STATALE 417, CATANIA GELA, SIGONELLA SICILY, ,
Zip Code: 95040
Country: ITALY
 
Record
SN01287527-W 20070506/070504220108 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.