Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2009 FBO #2781
SOLICITATION NOTICE

D -- VSAT STOW

Notice Date
7/6/2009
 
Notice Type
Presolicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92237-09-R-668
 
Archive Date
7/17/2009
 
Point of Contact
Andrew Peterson ,
 
E-Mail Address
cjsotfa.ko@gmail.com
(cjsotfa.ko@gmail.com)
 
Small Business Set-Aside
N/A
 
Description
Combined Joint Special Operations Task Force - Afghanistan (CJSOTF-A) intends to negotiate a sole-source contract with 3Di Technologies for VSAT STOW Terminals and bandwidth for 14 locations throughout Afghanistan under the authority of FAR 6.302-1. The following equipment is required and must be configured for use with our existing VSAT STOW Hub and Spoke system throughout Afghanistan. Equal items may be proposed if it is compatible with the existing system: Material: Item 0001 - iDirect Satellite High Performance Broadband System, includes iDirect 2.4 meter system includes iDirect 5300 Satellite Modem, Tx/Rx offset satellite antenna with appropriate hardware, Tx/Rx cable, and mounting frame for ground or roof mounting (14 each) Item 0002 - Cisco Firewall: Cisco ASA - 5500 Firewall (14 each) Item 0003 - Cisco WS-C3560-24PWR-S PoE 24 Port 19" Rack Mountable switch (28 each) Item 0004 - SIPR Remote Riverbed 1050L software (P/N: SHA-01050L) (13 each) Item 0005 - Riverbed 1050L Gold Maintenance (MNT-GOLD-SHA-01050) (13 each) Item 0006 - SIPR Hub Riverbed 2050M software (P/N: SHA-01050M) (1 each) Item 0007 - Riverbed 2050M Gold Maintenance (MNT-GOLD-SHA-02050) (1 each) Item 0008 - Cisco 7960 Voice-over-Internet (VoIP) Telephone (28 each) Item 0009 - Ruggedized or Glass door equipment cabinet 19" rack size 14U with built in fan (14 each) Item 0010 - Smart UPS Automatic Voltage regulator and UPS, 19 inch rack mountable rated at 1000 Va/670 watts (220V/50Hz) (14 each) Item 0011 - Installation materials with cable manager, all necessary installation material for standard installation to provide LAN connections within site facilities. Includes; mechanical and electrical hardware, connectors, CAT-5/5e cable, walljacks, Panduit, exterior materials, RJ-45 connections, UPS power strips and mounting hardware (14 each) Item 0012 - Shipping and handling to Bagram AF, Afghanistan including all insurance and freight. Installation: Item 0013 - Installation and commissioning, U.S. national crew supervisor/manager with active security clearance shall be utilized. Includes installation, test and commissioning of satellite service and wired LAN (14 each) Services: Item 0014 - Technical Support, 24/7 telephone, remote access, and on-site (when required) technical support for 12 months. Subscription Services: Item 0015 - SIPR remote sites, shared satellite up/down link service (2 Mbps down / 512 Kbps Up with CIR of 256 Kbps Down x 128 Kbps Up) for 12 months (13 each) Item 0016 - SIPR HUB site, 12 months shared satellite up/down link service (4 Mbps down / 2Mbps Up with CIR of 409 Kbps Down x 409 Kbps Up) for 12 months (1 each) Item 0017 - VoIP service package with unlimited CONUS calling for 12 months (28 each) Delivery and installation of the systems shall commence the within 2 weeks of contract award (estimated 1 August 2009) and shall be complete within 60 days. The bandwidth service shall begin after installation at each location is complete for a period of 12 months. Vendors shall be responsible for shipping of all equipment to Bagram AF, Afghanistan ensuring compliance with local customs regulations. The NAICS for this requirement is 423430. This notice of intent is not a request for competitive quotes; however, any firm that believes it can meet the requirements may give written notification to the Contracting Officer within 10 calendar days from the date of publication of this synopsis (responses due by Jul 16, 2009 at 11:00 p.m. Afghanistan Time / 2:30 p.m. EST). Supporting evidence must be furnished in sufficient detail, to demonstrate the contractor's capability to provide and ability to comply with the above requirements. Information can be e-mailed to the POC, Capt Andrew Peterson, at cjsotfa.ko@gmail.com. No telephone requests will be accepted. Responses received will be evaluated, however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, CJSOTF-A will proceed with the sole source procurement with 3Di Technologies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92237-09-R-668/listing.html)
 
Record
SN01866272-W 20090708/090707000100-e31089e68a3bba0cbebf45ad0a1eff9e (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.