Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2008 FBO #2334
MODIFICATION

D -- DeCA Broadband/VSAT

Notice Date
4/15/2008
 
Notice Type
Modification/Amendment/Cancel
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Dr. Building 3600, Scott AFB, IL, 62225-5406, UNITED STATES
 
ZIP Code
62225-5406
 
Solicitation Number
HC1013-08-R-2004
 
Response Due
4/22/2008
 
Point of Contact
Brenda K Leonard,, Phone: 618-229-9667, Stephen C Sprenger,, Phone: 618-229-9408
 
E-Mail Address
brenda.leonard@disa.mil, stephen.sprenger@disa.mil
 
Small Business Set-Aside
8a Competitive
 
Description
The Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization (DITCO)-Scott, SATCOM Services Section (PL8222) intends to issue a Request for Proposal (RFP) for The Defense Commissary Agency (DeCA) for a ?turn-key? Commercial Off The Shelf (COTS) Managed and Integrated Broadband/Very Small Aperture Terminal (VSAT) network solution that augments the existing terrestrial network, and provides data communications to commissaries worldwide (approximately 174 CONUS and 86 OCONUS locations) and Central Distribution Centers (CDCs) worldwide (10 OCONUS). The turn-key solution shall provide all equipment, wiring, cables, connectors, components and services as necessary to install and implement a complete and operable Broadband/VSAT solution. The Broadband component shall consist of Digital Subscriber Line (DSL) technologies, to include Asynchronous DSL (ADSL), Symmetric DSL (SDSL), Integrated Services Digital Network (ISDN) DSL (IDSL) or digital cable type technologies, as appropriate and/or available. In accordance with Federal Acquisition Regulation (FAR) Part 6.204, the Government intends for this acquisition to be offered for competition limited to eligible 8(a) contractors. The size standard is $13.5 million. All responsible 8(a) sources may submit a proposal which shall be considered. THE SOLICITATION AND ALL RELATED INFORMATION WILL BE ISSUED ELECTRONICALLY; THEREFORE, ANY WRITTEN REQUESTS FOR COPIES OF THE RFP WILL NOT BE ANSWERED. Vendors can download the RFP, amendments, related correspondence, etc on this website and by accessing the DITCO Home Page, Contracting Opportunities, at https://www.ditco.disa.mil/dcop/Public/ASP/dcop.asp The anticipated release date of the RFP is on or about 28 Mar 2008. The period of performance will be a one-year base period with three (3) one-year options, commencing at contract award. The contract will be an Indefinite Delivery / Indefinite Quantity (ID/IQ) type contract with task orders issued for each location installation. All inquiries regarding this requirement shall be submitted electronically and directed to Ms. Brenda K. Leonard, at brenda.leonard@disa.mil or her alternate: Stephen Sprenger at stephen.sprenger@disa.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d9bddbeb2b992c233527aec0331a3828&tab=core&_cview=1)
 
Place of Performance
Address: Worldwide
Zip Code: 23801
 
Record
SN01554181-W 20080417/080415220005-d9bddbeb2b992c233527aec0331a3828 (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.