Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2008 FBO #2308
SOLICITATION NOTICE

J -- COMMERCIAL MOBILE NETWORK DEMONSTRATION

Notice Date
3/20/2008
 
Notice Type
Solicitation Notice
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-08-Q-1031
 
Response Due
3/26/2008
 
Archive Date
4/25/2008
 
Point of Contact
Point of Contact - Patricia A Nash-Brown, Contract Specialist, 619-553-5726; Richard R Hammersmith, Contracting Officer, 619-553-4482
 
E-Mail Address
Email your questions to Contract Specialist
(patricia.nash-brown@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with FAR Part 13. NO RFQ will be prepared or made available. This is a Total Small Business Set-Aside, Numbered Note 1 Applies. The Government intends to award service on a full and open competition basis for a Commercial Mobile Network Demonstration. 1. SCOPE. This is a performance based service acquisition that requires a contractor to demonstrate the performance of wireless and mobile equipment used in a non-military, commercial environment. This system shall not connect to any military network. Background. The wireless portable network demonstration is a system that utilizes commercially available Internet service providers for secure data communications. It will demonstrate the proof of concept that equipment can be set up in a short period of time to allow secure, real-time video assessment utilizing existing, commercially available infrastructure. The results from this demonstration will be utilized in projects where military communications and networks are unavailable. 1.1 Location. 1.1.1 Contractor's Office Site 1.1.2 Space and Naval Warfare Systems Center San Diego Pacific C4ISR Department, Building 992, Pearl City, Hawaii 1.1.3 Hawaii Air National Guard Facility, Kalaeloa, Hawaii 2. APPLICABLE DOCUMENTS. NONE. 3. REFERENCES. NONE. 4. SECURITY REQUIREMENTS. NONE 5. REQUIREMENTS. 5.1 The contractor shall provide a demonstration of the capability to communicate from a stand-alone network device to web-enabled devices such as cell phones, Personal Digital Assistants (PDAs), and laptops. The contractor shall use available power and commercial Internet Service Providers. The desired bandwidth for communications is 3MB synchronous (3MB download AND upload speed) with minimum bandwidth requirements of 100kbps synchronous. The router must be capable of Internet Protocol (IP) filtering and employ Federal Information Processing Standard (FIPS) FIPS-201 certified Virtual Private Network (VPN) over the link. The contractor shall provide a demonstration of the integrated system meeting the requirements above capable of quick set-up and break down. The contractor shall supply a router capable of meeting the criteria described above. A GFE computer or switch with a CAT-5 uplink will be provided as the integration point of the stand-alone network. The contractor shall also provide broadband wireless connectivity as well as one PDA-phone equipped with FIPS-201 certified VPN software. The demonstration equipment must utilize the Internet (Internet-like capability is not acceptable). The demonstration system must be mobile and capable of quick set-up and break-down. Contractor personnel performing the system integration and demonstration must have at least a Cisco Certified Network Professional (CCNP) certification (or equivalent). 5.2 Task Completion Report The contractor shall provide design and configuration documentation for the demonstration system. FIPS-201 certifications for the equipment must also be included and the system's uplink bandwidth must be available for verification. 6. GOVERNEMENT-FURNISHED MATERIAL The government will provide the contractor a computer or switch with a CAT-5 uplink as the integration point of the stand-alone network. 7. CONTRACTOR FURNISHED EQUIPMENT AND MATERIALS The contractor shall provide a router capable to demonstrate the capability to communicate from a stand-alone network device to web-enabled devices such as cell phones, PDA and laptops and necessary tools, test equipment and materials to perform duties as defined in this SOW. 8. ACCESS REQUIREMENTS The contractor will require access to all locations in para. 1.2. While price is a significant factor, award will be made based on technically acceptable, responsive, responsible bids. This synopsis incorporates provisions and clauses at FAR 52.213-4 Terms and Conditions - Simplified Acquisitions. It is the contractor's responsibility to be familiar with all applicable clauses and provisions. The full text of the Federal Acquisition Regulation (FAR) may be accessed at: http://farsite.hill.af.mil/. Facsimile quotations may be sent to (619)553-1062 or via email to Contract Specialist, Patricia Nash Brown, patricia.nash-brown@navy.mil. Questions regarding this synopsis should be directed to the Contract Specialist via email. Quotations must received on or before COB on the closing date stated above. Numbered Note 22 applies, however, all offers received within 5 days (in lieu of 45 days) of the date of original synopsis will be considered by the Government. See numbered notes in any Monday edition of the CBD. The applicable North American Industry Classification System (NAICS) is 541513, the size standard is $ 23 million. Offerors must complete and submit with their quote, a copy of FAR 52.219-1 ALT I/II, Small Business Program Representation. Central Contractor Registrations (CCR) is required for all contractors. Information may be obtained at http://www.ccr.gov/. This solicitation is also posted at SPAWARSYSCEN San Diego's E-Commerence Central website at: http://e- commerce.spawar.navy.mil/
 
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=C777684435109DFF88257412007A3524&editflag=0)
 
Record
SN01537872-W 20080322/080320234131 (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.