Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOLICITATION NOTICE

N -- Communication (COMMs) Modernization

Notice Date
7/14/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-09-R-0046
 
Point of Contact
Margaret A Coberly, Phone: (301) 342-9970
 
E-Mail Address
margaret.coberly@navy.mil
(margaret.coberly@navy.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The Department of the Navy, Naval Air Warfare Center Aircraft Division, Special Communications Requirements (SCR) Division (Code 4.5.11.3) has a requirement to provide technical and engineeering support services and supplies to the SCR Division to perform integration, test and evaluation, installation, maintenance and training relating to Technical Control Facilities (TCFs) located within the Central Command (CENTCOM) Area of Responsibility (AOR), the US European Command (EUCOM) AOR, US African Command (AFRICOM) AOR and the Marine Corps Forces Central Command (MARCENT) located in Tampa, FL. The work will be performed within CONUS and OCONUS, such as Iraq, Afghanistan, Africa and Germany. These services shall include site surveys, test and evaluation, installation, maintenance, and assist with acceptance and training of Communication (COMMs) Modernization efforts. The contractor employees supporting this requirement must have a secret level clearance, a Common Access Card (CAC) and up to date inoculations to enter the areas specified above. The contractor must provide subject matter experts (SMEs) with experience testing and troubleshooting an assortment of commercial communications equipment such as, NET Promina 800 multiplexer, REDCOM IGX and HDX telephone switch, cryptographic equipment consisting of the Sypris Electronics KIV-19A, Mykotronix KIV-7M and KIV-7HSB, and General Dynamics KG-175 (TACLANE E-100), DNE MCU-2 and CV-FOM converter/modem and Canoga Perkins 2346 and 2270 fiber modem, Symmetricom Xli Selective Availability Anti-Spoofing Module (SAASM) Global Positioning System (GPS) receiver, Cisco 3845 and 3825 router, Cisco 4503, 3750 and 2960 switch, Secure Computing FS600 Firewall and IronMail Anti-SPAM appliance, McAfee 1400 IntraShield intrusion detection appliance, ComTech TurboIP accelerator, Dell 2950 Enterprise Edition Servers, NetApp FAS270 network storage system, Tandberg MPS 800 and 1700 MXP Video Teleconferencing (VTC) equipment and ADC Telecom Campus-RS Star Concentrator. The power generation components consist of commercial Caterpillar and Cummins generators, Avtron load banks, Cutler-Hammer manual transfer switches (MTS) and a shelterized UPS facility from Tactical Power Systems Corporation. The contractor shall be able to provide a full range of these services. The contract type will be a Firm Fixed Price Indefinte Delivery Indefinite Quantity (IDIQ) contract with a base year plus two option years estimated at 122,580 man-hours for the entire contract. The NAICS code is 541330. This acquisition will be 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSBs). The basis for award of the resultant contract will be the best value to the government, cost and non-cost factors considered. It is the government’s intention to release solicitation N00421-09-R-0046, including any subsequent amendments, via the Internet in Microsoft Word Format, with attachments to be provided in Microsoft Work, Microsoft Excel, Power Point or Portable Document Format (PDF). The solicitation and related documents will be made available on the NAVAIR Home Page at a later date. In the interest of Acquisition Streamlining, interested parties shall submit requiests relative to this solicitation via email to margaret.coberly@navy.mil by 28 July 09. All requests shall include the company name and address; Point of contact (POC) name, phone number, and email address; and company business size. Telephone requests for the solicitation will neither be accepted nor returned. Offerors responding to this announcement will be notified via email when the solicitation is released. A paper copy of the solicitation and any subsequent amendments will not be available or issued. The anticipated release date of the RFP will be no later than 29 July 09. The contract specialist is Margaret (Peggy) Coberly, Code 2.5.1.2.2.1, (301) 342-9970. The contracting officer is Mr. Tom Stann, Code 2.5.1.2, (301) 757-2301 or email thomas.stann@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-09-R-0046/listing.html)
 
Place of Performance
Address: Naval Air Warfare Center Aircraft Division, Webster Field Annex, Villa Road, Unit 11, St. Inigoes, Maryland, 20684, United States
Zip Code: 20684
 
Record
SN01874389-W 20090716/090714235628-d9f9e0f3d530ec61fa6e815bafe228c0 (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.