Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2007 FBO #2187
SOLICITATION NOTICE

R -- Upgrading satellite communications systems for various Joint Warfighter Commands

Notice Date
11/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-08-R-0023
 
Response Due
11/30/2007
 
Archive Date
12/30/2007
 
Point of Contact
Point of Contact - Penny Leya, Contract Specialist, 843-218-5927; Penny Leya, Contracting Officer, 843-218-5927
 
E-Mail Address
Email your questions to Contract Specialist
(penny.leya@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation (RFQ) for commerical items prepared in accordance with the format in Subpart 13.5, as supplemented by additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation Number N65236-08-R-0023 is issued as a request for proposals. This procurement is under NAICS 517410 with a size standard of $13.5 million and is being issued as a full and open competition. This procurement will be awarded through a competitive process. SPAWARSYSCEN Charleston is tasked with upgrading the satellite communications systems of various Joint Warfighter Commands. The resulting commercial item contract will be a firm fixed price (FAR 52.216-1 Type of Contract) type contract with a period of performance of one year after date of contract award. This requirement is for one CLIN 0001 for Ku Bandwidth and is to be proposed at 12 months. Estimated start date is 18 January 2008 through 17 January 2009. The Government will award in accordance with FAR Part 13 on a lowest price technically acceptable basis. The offeror shall provide backup information verifying the price offered. Contractors shall meet the following Government requirements for the Ku Bandwidth: FACTOR A: MANDATORY TECHNICAL REQUIREMENTS are: Technical capabilities - BW Requirements (minimums): (1) 1. 8 MB Forward Carrier; (2) 2ea 4 MB upstream return carriers (TDMA); (3) Total BW required (approximately 13.2 MHz); (4) Modulation and Coding: QPSK .793 FEC Turbo Product Code (TPC); Operational Specifications/ Considerations: (1) Uplink Earth station: Ft. Bragg NC - 7.3 Meter Viasat Antenna with iDirect iNFINITI HUB; (2) Downlink Earth station: Ft Bragg NC 1 Meter Aperture (AVL) 25W BUC/SSPA; (3) HUB Modem Type: iDirect iNFINITI Hub Line Card (HLC); (4) Remote Modem Type: 5000 or 7000 iDirect iNFINITI Series Satellite Router (or iConnex- r equivalent); (5) Remote Operational Location is FT Bragg NC only. There is presently no requirement for 50 state illumination; (6) Request Link availability of 99.5% with high rain fade (both directions); Additional Requirements: (1) Service Provider must have 24/7 Carrier or Payload Operations Center that is highly knowledgeable on iDirect systems. Factor B: Cost: Section B, Description of Supplies and Services, will be identified by one CLIN, unit of 12 months, unit price with the extended amount, which will result in the total ceiling of the resultant contract. CLIN 0001 shall include all cost for the one year performance with all of the requirements as specified in Factor A. Clauses incorporated: FAR 52.212-2 Evaluation-Commercial Items is achieved when the offeror provides within their technical proposal meeting all three (3) factors as stated above. Once all factors are met the offeror will be considered Technically Acceptable and the lowest cost will then be the determining factor for award of those offerors meeting ALL of the technical requirements. M-302, Evaluation of Offers (Single Award for All Items); M-304 Award (Lowest Price, Technically Acceptable) on the mandatory technical requirementsat stated in Factor A and Factor B: Cost is an important factor and should be considered when preparing proposals. The Government reserves the right to award without discussions. L-349 Submission of Electronic Proposals (SEP 2003) (ALT I MAR 2002); Provision 52.212-1, Instructions to Offerors-Commercial Items (APR 1998) is hereby incorporated by reference. Offeror must include a completed copy of provision FAR 52.212- 3, Offeror Representations and Certifications, Commercial Items (MAR 2005), with its offer, FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003) is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2005) is hereby incorporated by reference. The following clauses are included: FAR 52.222-26, Equal Opportunity (APR 1984); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.222-36, Affirmative Action for Handicapped Workers (APR 1984); FAR 52.222-37, Employment Reports on disabled Veterans and Veterans of the Vietnam Era (APR 1998), and FAR 52.216-22, 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration and submit with response to this RFQ. . DFARS Clause 252-212-7001, Contract Terms and Conditions Required to Implement Statutes and Executive Orders Applicable to Defense Acquisitions of Commercial Items (FEB 1997) is hereby by reference; including the following clauses: DFARS 252.205-7000, Privision of Information Cooperative Agreement Holders (DEC 1991); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (JAN 1994); DFARS 252.225- 7012, Preference of Certain Domestic Commodities (FEB 1997); DFARS 252.247-7022, Representation of Extent of Transportation by Sea (AUG 1992), and DFARS 252.247-7023, Transportation of Supplies by Sea (NOV 1995). Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 05-12. L-317, VAR 1, Submission of Proposals (Variation) include four (4) factors: Factor A: Mandatory Technical Requirements and Factor B: Cost (Cost evaluation will be based on the total cost offered for CLIN 0001). Clause L-349, Submission of Electronic Proposals (SEP 2003) ALT I (MAR 2002). The Offeror may obtain the full text of the clauses electronically at web site http://www.arnet.gov/far. CLOSING DATE FOR PROPOSALS IS ON OR BEFORE 3:00 PM EASTERN STANDARD TIME ON 30 November 2007. There is a limit of twenty (20) pages on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston, Code 2.2.5PL, via e-mail to penny.leya@navy.mil. All responsible sources may submit a proposal which shall be considered by the agency in response to this combined synopsis/solicitation. Oral communications are not acceptable in response to this notice. No paper copies of these documents will be issued. Technical questions about the Internet web site are to be directed to Ms. Robin Turner, (843) 218-4486. All other questions and comments are to be directed to Penny Leya (843) 218-5927 (penny.leya@navy.mil); fax (843) 218-5930.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=5DDD2DF3138BA03088257399006AD04E&editflag=0)
 
Record
SN01456115-W 20071122/071120224315 (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.