Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
MODIFICATION

D -- Communication and Computer Support

Notice Date
7/16/2010
 
Notice Type
Modification/Amendment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8505-10-R-23062
 
Archive Date
10/31/2010
 
Point of Contact
Paul G. Filhiol, Phone: (478) 926-2054, Tommy R Peacock, Phone: (478) 926-6257
 
E-Mail Address
paul.filhiol@robins.af.mil, tommy.peacock@robins.af.mil
(paul.filhiol@robins.af.mil, tommy.peacock@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Posted are questions as submitted by interested sources and the best available answers to those questions. 1)How Many phone Lines are needed through to the States. The requirement is to support up to 700. 2) How Many Tail circuits are required in CONUS and from where to where? The offeror shall determine the number of circuits required. 3) Does the Government have Host nation written approval to operate the current terminal on Eskan for the current Satellite service provider to operate in the Kingdom Of Saudi Arabia and will they provide that written documentation? This is the requirement of the contractor. 4) Will there be any data requirements via Wright Patterson? Yes 5) Is phone service currently from Wright Patterson and It's DSN switch? yes 6) How many satellite circuits are currently required and what is the current bandwidth and cost of that service? The offeror shall determine the required bandwith to support up to 700 users. 7) How many telephone extensions are there on the phone switch(es)? Offeror shall propose this. 8) What microwave systems are currently in place? Offeror shall propose this. 9) How many users are on the network? At each location? Depends on requirements downrange. Normally not more than 5 max at each downrange location Remaining users are located on Eskan 10)How many phone switches are to be maintained. What is the Make and Model and configuration of each of these switches and well as location and extensions currently active on each? Offeror shall propose this in order to support 700 users. 11) Are there wireless LAN systems in the configuration? If yes, how many and their locations and capacity? Yes(Unknown) 12) Are there VOIP (Voice over IP) systems and services currently on the system? if yes, how many and manufacturer and extensions? yes(unknown) 13) What is the make and model number of the earth terminal at Eskan. Gov. Owner Property to be supported.(See List) 14) What equipment is being operated at COM 15? All necessary equipment is already in place to support COM15 15) What is the nature and timing of VSAT requirement? Depends on the SPPN community's requirements. 16) Are all locations and requirements to be bid for the entire 5 year period? yes 17) Please provide a list of GFE we will be responsible to maintain. GFE list posted on FBO 28 June 2010 and revised(16 July 2010). 18) How many satellite circuits are required to the US and for how long? Our understanding is that many of the existing services are going to be moved to become a US Army responsibility. Offeror shall propose this in order to support 700 users. 19) What are the details of the VSAT requirement? When is the Capability required and for what purpose? Depends on the SPPN community's requirements. 20) Are tail circuits required in CONUS? Yes 21) Are there any data requirements via Wright Patterson and/or the SPPN.af.mil domain. If so, will they continue through the life of the contract? Yes 22) Does the SPPN receive its phone service currently from Wright Patterson and It's DSN switch? Will that continue? Yes 23) What are the minimal services required at COM15? Minimal services to keep COM15 operational. Unknown 24) Does the network have a current DIACAP certification? Yes 25) Request a list of all equipment currently being maintained. Posted with Amendment 0001, 16 July 2010. 26) How many users are in each location? Depends on requirements downrange. Normally not more than 5 max at each downrange location Remaining users are located on Eskan 27) What is current call volume for operators? This varies 28) What is current VTC usage? This varies 29) SRD is dated 23 Feb 2010. Does this represent the current system requirements/configurations? Yes 30) Please define a "GSI Satellite Station". Is this GFE? Yes it's GFE. It's located on Eskan Village. 31. What services are going to the U.S. Embassy - voice, VTC, data? Also, what is the current bandwidth requirement for the U.S. Embassy? None 32) Please define the requirements for: US Citizen Housing Transportation Local Procurement, Spares, Repair and Return USG will provide requirements and funding as required. Medical Facilities Hazardous Duty Pay Overseas Pay Travel Pay Network/SATCOM 1) Describe the End Users Communications Requirement and Generally What the Network will be Designed to Accomplish. Described in PBWS. 2) Describe User Activities at the Remote Sites. How many users will access the network at any time? How many user stations must be provided, if any? Will SATCOM equipment simply connect to a LAN? Will special-purpose equipment be required (e.g. IP networking equipment, VoIP phones as in the case of a emergency backup capability, etc.)? 33) How many users are on the network? At each location? Depends on requirements downrange. Normally not more than 5 max at each downrange location Remaining users are located on Eskan 34) What is the Type Of Traffic (Voice, Data, Video, Broadcast, Streaming Content)? Unknown 35) What is the Formats Of Traffic (IP, Frame Relay, Etc.)? Unknown 36) What Percentage of Time User will Need The Requested Data Rate (99.5, 99.9, etc.)? Unknown 37) Is the Request Below Duplex? Unknown 38) Is This Link SCPC or is a TDMA Solution Preferred? Unknown 39) If TDMA, What is the Minimum Acceptable CIR? Unknown 40) Describe the Security Policy/Level for the Network & What Traffic Paths Must be Secured/Encrypted (None, SATCOM Links Only, SATCOM Links & VPN, End-to-End). 41) If End-to-End Security Desired, Will We Have Access to the Customer Network Center to Install & Configure Security Equipment? Unknown 42) Describe the Required Connection Between the Network SATCOM Hub and the Customer Network Center and/or Public Networks. Unknown 43) Describe the Equipment Configuration & Connection to the SATCOM Terminal at the Remote Sites. Unknown 44) Please specify the components of the existing VSAT, Antenna, Amplifier, Modem (Manufacturer, Model, Size, etc.). Unknown 45) Specify the Latitude/Longitude for Remote VSATs. Unknown 46) Is Application Mission Critical? See PWS 47) What is the Expected Contract Term? PoP is listed on each CLIN in the RFP. 48) Describe all US Government Information Security (IS) requirements being levied for the subject network; Provide references for pertinent Government IS standards, etc. related to this opportunity (e.g. FIPS-199, FIPS-200, NIST 800-53, etc.). See PWS 49) For the satellite link sizing, terminal information is required. 1. VSAT: Will the customer re-use their existing VSAT i. Required information: 1. Frequency Band: Ku? 2. Bandwidth: Standard Ku-band or Extended Ku-band? (not yet provided, required) 3. Antenna Diameter: 1.8M 4. Transmitter BUC/SSPA Power: ___W (not yet provided, required) 5. Satellite Modem Make, Model Number, Options a. Inroute (transmit) Modulation & FEC Coding in use and available b. Outroute (receive) Modulation & FEC Coding in use and available c. NOTE that a like modem and interface will be required at the Globecomm hub 6. Details of the equipment complement on the baseband side of the modem (e.g. FRAD, voice PBX if applicable) would be extremely helpful as well. To be determined by contractor 50) Additionally, can you verify if a license fee is being paid by the current contractor/provider. Information not available 51) No Housing or transportation support mentioned - please clarify See PWS 52) Under Paragraph 1.2: a. lists "Royal Saudi Air Force (RSAF) Airborne Warning and Control System (AWACS) as one of the functional areas. DISA does not allow foreign national agencies on a.mil network. These are USG personnel assigned to support RSAF. b. Satellite Network requirements are not listed. PWS Paragraph 1.4: Noted c. "network and telecommunications" is this just "IT" support? See PWS d. "COM-15" Does the RFP include a facilities support contract? See PWS e Nearly all facilities listed in the paragraph do not have current connectivity to SPPN Noted f. Para 2.1.1.4: Shouldn't Camp Arifjan report the outages? See PWS 53) Para 3.0 Transportation on Eskan & PSS missing Noted 54) Para 4.1.3 Is the PCO in CONUS or KSA? Currently, PCO is in CONUS, but contract will be transferred to KSA activity after award. ACO is KSA 55) Para 4.1.6.1 and 4.3.9 - hours of operations/Support hours are different These are different services so different hours. 56) Para 4.1.6.2.1 what is justification for requiring the contractor to be a certified Microsoft Solution Provider? Cusomter Requirement 57) Para 4.19 Shouldn't property disposal in KSA go to DCMA, not USMTM? Customer Requirement 58) Para 4.1.11.1 - First sentence - Is this LAN AND/OR Client Support? Does this acquisition include Work stations, Laptops, Printers, etc? If so, what is current client population supported for this acquisition? See GFE list. 59) Para 4.1.11.1 - Where is the TNOSC physically located? Unknown 60) Para 4.3.3.9 - Where is the SPPN telephone switch physically located, how many switches are there and if more than one, what are their locations? Unknown 61) Para4.3.3.9 - last sentence - Is "DISN" supposed to be "DSN"? Yes. 62) Para 4.7 - Is the satellite only carrying voice traffic? How many voice circuits are required? Unknown 63) Para 4.8 - fourth bullet - is the conversion from DITSCAP to DIACAP completed? If so, when is the next annual recertification due? If not, when is the first one expected? Unknown 64) Para 4.9 - Where is Print On Demand system located? Is it currently on the network? Unknown 65) Para 4.9.3. - Is a VPN to Alraha Group currently in operation? Unknown 66) Para 4.9.4 - Does the current contractor have a Print On Demand website built under the current contract? Would it be considered GFE and be transferred to the new contractor? Unknown 67) Para 4.10.1 - Confirm there are three GFE Satellite earth stations under this RFP (Eskan, COM-15 and GSI). What is "GSI"?.Do these earth station(s) currently have STC/PTT written approval to operate in the Kingdome of Saudi Arabia? If yes, what is their designation number so a new contractor can research and apply for permissions to operate in the Kingdom? Unknown 68) Para 4.10.1 - How many VSAT systems (if any) are currently operational at the listed locations? Unknown 69) Para 4.10.1 - What is being supported at the US Embassy? Nothing at this time. 70) Para 4.10.1 - What is being supported at Khasmalan? Unknown 71) Para 4.10.1 - What are the requirements for supporting COM-15 - lease, power, water, tower maintenance, manpower? Unknown 72) Para 4.10.1 - Is there a replacement plan for the Promina 800's as they are obsolete? Unknown 73) Para 6.7 - Is the list of associated organizations current? Yes 74) Is a site survey planned? No 75) Why would you want to continue to use the old earth terminal when there are more cost effective and reliable capabilities available in Saudi Arabia now? Customer Requirement 76) Which Satellite and transponder(s) is the Eskan Earth Station currently using? Unknown 77) Does the Eskan Earth terminal have auto tracking or is it manual? Unknown 78) As GDSatcom is no longer manufacturing the 1381 antenna, and we are not sure it is using Ku band TX/RX antenna, is there a data sheet or specs for this antenna that can be made available? Unknown 79)Is the antenna feed Cross-pole feed or co-pole feed? Unknwon 80) The CLIN structure identified in the Government's pricing spreadsheet tabs (In-KingdomLaborSpreadsheet) does not correlate to the CLIN structure in Section B of the solicitation. We have posted a corrected spreadsheet. 81) Based on the Government's pricing spreadsheet (In-KingdomLaborSpreadsheet) and CLIN structure, please confirm that all FFP CLINS (0001, 0002, 0004, 0006, 0008, 0010, and 0011) must only consist of labor. Specifically, please advise how any additional costs such as those associated with PWS 1.3 requirements including Satellite Landing Rights should be incorporated. Please confirm if these additional costs should be accounted for in the build-up of the fully loaded labor rates within the pricing spreadsheet or if an additional CLIN will be added. We have posted a corrected spreadsheet with amendment 0001 posted 16 July 2010. 82) Paragraph D. under "Communications" (page 74) references three (3) Volumes for submittal (Volumes I, II, and III), but Section L-900 A. only specifies two volumes. Corrected with amendment 0001 posted 16 July 2010. 83) Paragraph D. under "Communications", paragraph I (page 74) states: I. Proposals shall include the offeror's Phase-In approach for mobilization of personnel to meet the requirements of the PWS IAW EACH paragraph listed below a. PWS 1.8.1. b. PWS 1.8.2. However, these PWS paragraphs do not exist. Corrected with amendment 0001 posted 16 July 2010 84) Requires a submission for Vol. III. However, RFP does not include Vol III. Information. Please clarify requirements for Vol III. Deleted in Amendment 0001 posted 16 July 2010 85) The RFP states a PWS date that is different from PWS attached to RFP. Please confirm that the PWS released by the Government is the correct version. Corrected in Amendment 1. 86) Cost Spreadsheet a. RFP # on sheet doesn't match solicitation and some formulas do not calculate properly. b. Cost spreadsheet CLIN structure doesn't match Sect B. We have posted a corrected spreadsheet. 87)RFP PWS sections 1.8.1 & 1.8.2 are not in PWS. Deleted in Amendment 1. 88) PWS Indicates plan must detail Tech Support Experience & Staffing levels in PWS 4.2.4.1 & 4.2.4.2 & offeror must use spreadsheet provided. There is no spreadsheet. Please provide the spreadsheet. We have posted a corrected spreadsheet. 89) PWS What positions are determined as mission critical, mission essential, etc.? NONE 90) PWS There are different work schedules for various areas; will there be shift work involved for the members? If so, how will OT be determined? See PWS section 4.3.9 "OT shall be absorbed within this contract." 91) Mobilization/Demobilization - does this CLIN encompass all costs in mobilizing the individual, i.e. visa processing, etc. Yes 92) CLIN 011 10. POP date incorrect. What are actual dates? Corrected in Amendment 0001 posted 16 July 2010. 93) Capability summary is to be provided but is not mentioned or referenced in the RFP. Please clarify the requirement for this document. Not requested in the PWS. 94) PWS indicates contractor must provide certified network engineers What certification(s) is required? Stated in section 5.1.9 Microsoft Certified 95) PWS What are the requirements for and location of the Royal Saudi Air Force (RSAF) Airborne Warning and Control System (AWACS) client? Same question for the US Embassy. No location support required for US Embassy. AWACS will need support on Eskan 96) PWS Network and System Support hours are different. What are actual hours for this support? Saturday through Wednesday, 0630 until 1900 with limited staffing on Thursdays from 0730 until 1630 local time. 97) PWS Is OPM-SANG, as indicated in this paragraph, a client on this system? OPM SANG will not require SPPN support. 98) PWS paragraph indicates after hours calls will be directed to the SPPN operator. Is there a requirement for 24/7 Operator support in this contract? If not, what are the timeframes for after hours Operator support? Yes, SPPN Operator shall be available 24
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8505-10-R-23062/listing.html)
 
Place of Performance
Address: Riyadh, Saudi Arabia, Riyadh, Saudi Arabia
 
Record
SN02209150-W 20100718/100716235445-401a800d1564ce2b05879894e451722c (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.