Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOURCES SOUGHT

58 -- Sources sought for Microwave Point to Point Communications Link. Place of Performance is the Savannah/ Brunswick area.

Notice Date
7/22/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Georgia, USPFO for Georgia, P.O. Box 17882, Atlanta, GA 30316-0882
 
ZIP Code
30316-0882
 
Solicitation Number
W912JM-09-R-0015
 
Response Due
8/3/2009
 
Archive Date
10/2/2009
 
Point of Contact
John.B.Tompkins, 912-966-8271<br />
 
E-Mail Address
USPFO for Georgia
(john.tompkins@gasava.ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0SCOPE: This Statement of Work (SOW) defines the requirement to install a point to point microwave link between the 165th Airlift Wing located at Savannah IAP, Georgia, the 117th Air Control Squadron located on Hunter Army Airfield, Townsend Bombing Range in McIntosh County, Georgia and the 224th Joint Communications Support Squadron located at Glynco Airport in Brunswick, Georgia. This link will support voice and data capability and serve as a backup to the T-1 circuits currently serving all mentioned units. Data speeds of 100 MB or faster are what the 165th is expecting out of this circuit. 2.0 REQUIREMENTS: 2.1.Vendor Requirements: The vendor shall provide all necessary hardware to include radio equipment, cabling, antennas, connectors, clamps and any other material to install and complete this project. No premium time is authorized, which includes weekends and holidays. 2.1.1 The vendor will provide an itemized list of hardware and software, if necessary by the Product Code (PC) and individual cost to the 165CF/SCX. The quote, which will consist of all hardware, software, installation, technical reviews, programming, service plans and travel, will be reviewed by 165CF/SCO and the 165CF/SCX for accuracy prior to award. All equipment used must meet Air Force certification and accreditation standards. 2.1.2 The vendor will be responsible for shipment or delivery and safeguard of associated hardware and software to complete the required installation. Discrepancies with the hardware and/or software are the responsibility of the vendor until the installation is completed and signed for by the user. The vendor will submit a signed invoice to 165CF/SCO and 165CF/SCX for review of the completed work. All associated documentation and instructions will be returned to the 165CF/SCO for safeguard. 2.1.3 The vendor will be required to program and test all radio hardware to verify operational capability and provide test results to include expected data throughput and speed. Once the vendor terminates each leg of this circuit, the 165th SCO technicians will provide Ethernet connectivity to this circuit and configure government owned hardware and fiber to complete the circuit between each unit. 2.1.4 It is expected this equipment will come with a minimum one year warranty provided by the manufacturer. Include a yearly service plan, as an option in the contract, to cover the expense of any repair work-to include the vendor to climb said towers to repair any trouble calls or equipment outages. Service and repair completion is expected within 48 hours from notification of a problem. The 165th SCO technicians should be able to verify the circuit is not operational but would not be expected to climb heights where the antennas will be located. Access to sites located on government owned towers can be coordinated between the 165th SCO office and the vendor. 2.1.5 The vendor will seek tower sites that do not incur rental or usage fees to the maximum extent as possible to keep this project at a reasonable expense. If commercial rental tower space is unavoidable, then the 165th requests negotiating monthly fees with tower owners to keep expenses to a minimum. Georgia DOT bridge sites are a possible solution to design this circuit. The 165th SCO office can provide points of contact and coordinate communication between the vendor and the Georgia DOT office in Savannah, Georgia to assist in securing permits for access to those locations. Vendor must include any tower lease/usage fees, for informational purposes, in the quote. 2.1.6 Backup power generation will be required at each site to keep this circuit operational during emergency contingencies or local telephone company outages. The bid will include pricing to purchase and install back up power to selected sites that do not currently have that capability. As an example, the Savannah bridge downtown (US17A) which is a desirable location to connect the 165th and the 117th ACS at Hunter does not have this capability. A possible solution would be solar panels and batteries at the bridge site to keep this portion of the circuit operational. 2.1.7 The vendor is required to remove all excess debris, (boxes, wrapping paper, bubble wrap, etc) from each installation site and all excess hardware will be returned to the 165CF for disposal. 2.2 Government Requirements: The 165CF will provide a technical and point of contact an alternate for assistance to support the installation of the new hardware/software and peripheral equipment at each location. 2.2.1 The 165CF will provide the vendor with the operating hours for each location and coordinate any security access requirements with the vendor representative and the local security office. As required by AFOSH standards, the 165CF will conduct a safety overview for the vendor representative. 2.2.2 The 165CF/SCO will oversee the project installation. This will include all Quality Assurance (QA), which includes housekeeping requirements and safeguards to ensure all the requested work is completed. 2.3 User Location(s): 165AW 1401 Robert B. Miller Rd. Garden City, Ga. 31408-9001 224JCSS 1693 Glynco Pkwy Brunswick, Ga. 31525 117ACS 4320 N Perimeter Rd. HAAF Savannah, Ga. 31409 Townsend Range, CRTC Townsend, Ga. POC: MSgt Leon W. Calhoun Jr. (C)912-966-8461 2.4 Training: The vendor representative/technician will provide training to the 165CF/SCO maintenance personnel at each location, after the installation and upgrade of the hardware/software and associated peripheral devices have been completed. The training will encompass the administration and operation and/or maintenance of this system. 3.0 SECURITY REQUIREMENTS: The contractor shall coordinate with the cited units prior to the site visit, to obtain temporary badges and vehicle registrations. Contractor personnel shall comply in its entirety with established safety and security procedures for entering an installation and its facilities, especially for entry to restricted or controlled areas.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA09/W912JM-09-R-0015/listing.html)
 
Place of Performance
Address: USPFO for Georgia P.O. Box 17882, Atlanta GA<br />
Zip Code: 30316-0882<br />
 
Record
SN01883533-W 20090724/090722235337-3766ede2564d1f86d0c850ef2db1992f (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.