Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2012 FBO #3809
SOLICITATION NOTICE

70 -- This is a combined synopsis/solicitation for commercial items prepared in accrodance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.

Notice Date
4/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700112R0004
 
Response Due
5/29/2012
 
Archive Date
6/13/2012
 
Point of Contact
Robert Edwards 9104513096
 
E-Mail Address
robert.edwards@usmc.mil
(robert.edwards@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
MINIMUM GOVERNMENT SPECIFICATIONS & SALIENT CHARACTERISTICS: This is a Brand Name or Equal procurement in accordance with FAR Subpart 52.211-6 for a PacStar 4500 Commander Kit or equal lightweight, compact, and secure communications package that provides voice and data communications. These salient characteristics are firm requirements: MARCENT (FWD) requires a lightweight, compact, and secure communications package that provides voice, and data communications. The system must support a tunneled architecture with one enclave being based on a Cisco ASA 5505 firewall with FIPS 140-2 certified IPSec/SS1 VPN routing capabilities, and the secure enclave being based on a Cisco 5915 ESR router that can be physically separated to provide access to classified and unclassified DoD networks, such as SIPRNet and NIPRNet. Communications security for the secure enclave is required to utilize a SecNet 54 HAIPE, Type 1 certified device with the ability to be internal housed. Each enclave is required to support up to four IP ports with two per enclave being 802.3af POE enabled. Both enclaves are required to support one WAN port allowing up to 100Mbs throughput with BPN support. System WAN connectivity must be supportable by BGAN, 3G/4G, WiMax, WiFi, DSL, or any IP-Over-Ethernet backhaul. Internal power requirements must consist of a field replaceable battery supported by an onboard charger with a two hour fast charge time also capable of supporting externally slaved devices. External power requirements must allow the use 110-240V AC at 47-63 Hz or 10-36V DC. Chassis specifications for both enclaves combined with HAIPE device installed is required to be no more than 11 pounds with outside dimensions not to exceed 14 inches wide, 12 inches long, and 2 inches high. System must meet MIL-STD 810 for temperature operating range of 0-50 degrees Celsius and certification for transport vibration and drop. Entire system with ancillary cables must be able to be transported by one individual person in a bag no larger than 2100 cubic inches. System network administration is required to be either server 2003/2008 or either XP or Windows 7 operating systems. Management software must be backwards compatible with existing Cisco, REDCOM, NET and Riverbed devices operated by MARCENT (FWD). Management software must be capable of providing real time status displays for all device up/down state, Phone trunk up/down state, phone call statistics, Cisco router and switch interface status, device internal temperature when supported, WAN/LAN bandwidth utilization, and router CPU utilization. An additional WAN accelerator device is required for use on high latency links for application and TCP/IP protocol acceleration. This device needs to be based on a Riverbed virtual steelhead appliance supported by the VMWare ESXi. Data cache across multiple users of the systems is required to enhance reach back performance. Power requirements must support 10-36 Volt DC input. The manufacturer name and part numbers are provided only to assist potential proposers in understanding the Government ™s requirement. The Government is not soliciting or suggesting a particular name brand and will consider quotes for products of similar size, shape, color, design, and quality as the product(s) listed that meet the salient characteristics listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700112R0004/listing.html)
 
Record
SN02733465-W 20120429/120427235457-b5a0c012edb03748276f6a6d2fe66448 (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.