Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
MODIFICATION

58 -- Market Survey and Price and Availability (P&A) Request for a Mobile Troposcatter and Microwave System (MTMS)

Notice Date
5/1/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
MARKET-SURVEY-5264-1
 
Response Due
5/25/2012
 
Archive Date
7/24/2012
 
Point of Contact
Tineka C. Davis, 443-861-5438
 
E-Mail Address
ACC-APG - Aberdeen Division B
(tineka.c.davis.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A MODIFICATION OF THE PREVIOUS NOTICE MARKET-SURVEY-5264-1 AND THE RESPONSE DATE HAS CHANGED TO 5/25/12. FOR ALL INFORMATION PLEASE CONTACT: David Michael Kovalski, 443-395-6997 david.m.kovalski.ctr@mail.mil The U.S. Government has anticipated requirements for a mobile Troposcatter and Microwave communications system to be designed, fabricated, tested and installed in the country of Iraq. The system shall also include, but is not limited to, all Ancillaries, Spare Parts, Training, Field Service Representatives, Site Surveys/Site Preparation, System Installation Services, Testing, Technical Documentation and Maintenance Support Services. The purpose of this Market Research and Price and Availability (P&A) request is to identify interested sources that can provide/manufacture and deliver a mobile Troposcatter and Microwave communications system consisting of 19 Troposcatter links and 10 Microwave links as detailed in the Desired Capabilities of this solicitation. Delivery of equipment should begin 6 months after contract award with all requirements being completed within 3 years of the award. The responses to this market survey and P&A request will be used for informational purposes only. This is not a request for proposal; the US Government is not seeking or accepting unsolicited proposals. No contract award will result from this announcement. Responses are required by 07 May 2012 and must include documented capability to manufacture and deliver the aforementioned MTMS system and should also include supporting P&A data. POC: David M. Kovalski 443-395-6997 david.m.kovalski.ctr@mail.mil Desired Capabilities The Mobile Troposcatter and Microwave System (MTMS) will be used to transfer all types of commands and reports with different formats (Data, Voice and Video) between various locations throughout Iraq. The MTMS will be the communications backbone that connects all of the military commands, divisions, brigades, battalions, command locations, Air Force bases and Navy bases with each other in order to provide optimal Command and Control capabilities. Training, spare parts, field service technicians and Contractor logistical support also are required to sustain this capability. The MTMS and all associated equipment shall meet the following General Requirements: Mobility - System must be able to operate in all geographical locations in Iraq on paved and unpaved roads to include city, country, mountain and deserts. Robustness - System must be able to operate under severe conditions of the battlefield and have an electronic warfare system capable of providing Electronic Counter-Countermeasures (ECCM) that allows all communications and electronic systems to operate unhindered in a jamming environment. Safe - Shelters must be armored to protect its occupants. Secure - System must offer secure communications and data transmitting. Spare parts costs shall not exceed 5 percent of the total price of the contract. The MTMS equipment will initially operate 24 hours per day and will require spare parts to support the operation of the equipment. Initial spare parts shall be based on manufacturer's recommendations. Customer personnel will require maintenance training in order to conduct operator and organizational maintenance services. Field Service Representatives are required to support the systems in-country for a period of two years. The Contractor will manage and monitor all stations of the MTMS for two years starting from the installation of the first Troposcatter link. The Contractor is required to guide, manage and improve the skills for the in-country customer's engineers that are going to participate in the management mission after finishing their training course. A warranty for workmanship and equipment for all items in the MTMS shall be provided for a period of two years from in-country acceptance. In addition, the Contractor shall make all the necessary site survey trips and take into consideration desert weather conditions and environment during all seasons and the changing of the temperature during the day and the night time hours. Operations and Basic Maintenance Training: The Contractor will develop and train 40 individuals to install, operate and provide basic maintenance for the MTMS. This training shall be conducted in-country. The Contractor is required to establish a Maintenance, Repair & Diagnostic Facility (MRDF) within the Communications Repairing Facility (CRF) located in-country. This facility will provide maintenance, repair and diagnostic support for the MTMS. The Contractor shall provide four complete sets of maintenance & repair equipment and the associated diagnostic/troubleshooting software and hardware for all the devices within the MTMS. Also, the MRDF shall be connected to the local power grid with an adequate generator provided with an Automatic Transfer Switch and fuel tank with enough capacity to run for seven days at full load operation. The Contractor is required to provide and install an HVAC system for the MRDF. All the materials and equipment required to complete the installation and management should be provided by the Contractor including any civil work associated with this mission. The Contractor shall direct, manage and implement any outage restoration actions to bring limited resources back up within 6 hours and full operational capability within 8 hours of notification of outage for the MTMS Network Operations Center (NOC) site. Other sites shall have limited resources returned within 72 hours and full operational capability within 96 hrs of notification of outage. The Contractor will also direct the customer's in-country team to perform quarterly preventative maintenance on all MTMS sites. Maintenance trips will include cleaning, repairing and replace faulty devices or components, and the testing and maintaining of all stations devices. Contractor will provide technical direction, management and support of all MTMS O&M activities in accordance with the Original Equipment Manufacturers (OEM) recommended engineering and maintenance practices. Contractor shall respond within one hour to any outage emergencies and provide direct technical support during all remedial actions when MTMS equipment is malfunctioning or inoperative at any site. Contractor will also manage and maintain the installation and configuration of software and hardware for routine patches, and vendor specified upgrades for performance, maintenance and security. Technical Documentation - All MTMS stations should be supplied with two hard copies of technical documentation (Arabic and English) for each device and two DVD's containing all documentation. The documents shall cover, but are not limited to the following subjects: -General information and safety instructions -Installation of the system with its accessories and equipment to include block, circuit and wiring diagrams -Operation & management procedures -Functional description -Troubleshooting and fault isolation procedures -Preventive maintenance procedures -Corrective maintenance procedures Test & Acceptance Requirements - Customer will implement tests on all equipment of the MTMS before they award the acceptance certification to the Contractor. The Contractor is responsible for all life support and the transportation for the customers' in-country team during the testing period. Warranty - A warranty for workmanship and equipment for all items of the MTMS shall be provided for a period of two years from in-country acceptance by the customer. Warranty service shall be at least equal to the manufacturer's warranty and cover two years of shipping distribution, transportation and tracking of equipment and warranty items. The Contactor will be responsible for handling all warranty exchanges (to include sending and receiving) of the faulty devices during the warranty period. Quantity - The customer requires 19 ea. Troposcatter links and 10 ea. Microwave links. The Contractor shall ship all of the equipment to specified communications warehouses in-country. The cost of the shipping and insurance shall be included. The Required Delivery Date (RDD) is to begin delivering the equipment six months after contract award with all requirements completed within 3 years of contract award date. Specific Requirements & Specifications for the Troposcatter Communication System: 1.This system shall be capable of transferring the following types of information with no restrictions: Analog Voice, Ethernet traffic (IP) and Video Streaming with high quality Video Teleconference using military frequency bands according to ITU standards. 2.Spacing: 1 MHz or less 3.Minimum data rate: 40Mbps (Full Duplex) 4.Selectable digital modulation: OFDM modulation is preferred but should include other types 5.Provide high quality voice and video with embedded management system to control the quality levels and channel priorities 6.Automatic changing of RF frequency to an alternative frequency in the event of interference or jamming 7.Average BER < 10E-6, with built-in display unit for this purpose. 8. All the equipment should be compliant with MIL-STD -810F (Temp, Shock, Humidity, Vibration, etc) 9. The main devices should be dual (1+1) Hot/Standby protection, with automatic and manual change over 10. The system shall provide a routing capability at each station in order to transfer traffic through an optimum path with low latency and high reliability. This feature will allow the stations that have more than one path to survive in case one of the paths is down. 11. The MTMS will employ a Modular Solid State Power Amplifier with minimal time to replace it or the power supply or fans without the need to power off the amplifier 12. Automatic output power control shall be provided 13. High sensitivity for receivers 14. High sensitivity for modems input 15. All links should have diversity with (D2) or (D4) with availability not less than 99% 16. The system should have 2EI, 4EI, 8EI, 4 Fast Ethernet and 2 Gig Ethernet interfaces that allow the Voice and the IP networks to be engaged with the Troposcatter system 17. Mux capacity shall be 4EI (ITU-G703, G823) with AES-256 encryption, add drop capability and scalable up to 8E1 18. Modems should have Fast Ethernet interface for configuration and monitoring 19. Two Service Channels are required; one for Engineering Order Wire (EOW) and one for supervisory data 20. All stations shall be capable of being monitored and managed remotely and locally 21. The Contractor shall take into consideration that the Troposcatter System will be integrated with Microwave links at each station 22. The system shall not be susceptible to aircraft fading outage 23. Contractor shall provide digital meters for RF power & reflected power measurements 24. All gauges and alarms should be built-in with the system devices and not as separate, discrete items 25. Antenna shall be a mobile, carbon fiber reflector, low side loops, high sensitivity and capable of withstanding winds of up to 150 Km/hr 26. Antenna controller should have both automatic and manual capabilities for antenna alignment (Azimuth & Elevation) and embedded with a display unit to show the Polarization, Azimuth & Elevation parameters simultaneously 27. The Contractor shall provide a redundant power supply for each device 28. Input voltage of (220 20) volts with frequency range (50 5) Hz shall be used for all equipment 29. Low power consumption for the system is required 30. The Contractor shall provide a dual diesel generator system for each station. This system should be installed on a mobile base with a cover to protect the generators from the direct sun heat; also the system shall start automatically when the external power is shut down (Auto Transfer Switch), requires an Automatic Voltage Regulator (AVR) and shall be sound proofed to normal standards for ambient noise. The generator capacity should be sufficient to run all the station devices included the air conditioning system. The Contractor is required to provide a portable fuel tank with capacity to run the generators for seven days. 31. The Contractor shall provide an Uninterrupted Power System (UPS) for each station capable of supporting all system devices for 30 minutes except for the MTMS Network Operation Center (NOC) which should be designed to support power for 60 minutes 32. All generators and UPS shall have the ability to be monitored and controlled remotely; also the diesel power system shall have the ability to check the fuel level on the generator remotely and/or locally. 33. All equipment shall be brand new and not used or refurbished in any manner 34. All station equipment shall be mounted to racks inside a mobile shelter with the following shelter specifications: a)International Metric measurements standards. b)Galvanized and armored with B6 level. c)All communications and electric cables shall be placed in separate recessed cable trays of approximately 8cm each (to allow for 25% expansion and reduce crossover interference) d) Lightning rod & grounding system e) Leveling jacks and stabilizer bar for each corner f) Back and side doors shall have mobile stairs g) Automatic black-out system shall be installed in the shelter that activates when opening and closing doors. h) The system shall contain an external power junction box through which the shelter can be connected to the generator system, national power grid or other power source. The shelter also should have an internal power junction box that is connected to the external junction box in order to feed the system equipment with power. i) The system shall contain an external communications junction box through which the shelter can be connected to an external fiber node, exchange or an Ethernet network. The shelter also should have an internal communications junction box that connects to the external junction box in order to connect the Troposcatter system to the external networks or systems. j) System shall be equipped with an air conditioning system. k) System shall be equipped with an air circulation system to circulate/refresh all air at least 3 times per hour. l) System shall contain and automatic fire extinguisher system m) Can be hocked to a truck and driven in a paved and unpaved roads. n) Each shelter should be provided with a complete set of tools for installation and maintenance purposes. 35. The Contractor shall provide 10 American or Western trucks to be used for moving the shelters from place to place. These trucks should have full options, diesel engine, dual axle, sand color and suitable for working in the desert environment. 36. The Contractor shall provide ten van-type trucks with 5 seats. The vans should be equipped with all the necessary equipment and tools required for the installation, testing, maintaining and repairing. The vans also should have full options, diesel engine, four wheel drive, sand color and suitable for working in the desert environment. 37. The Contractor shall provide two mobile Network Operations Centers (NOC) capable of control, management, and monitoring of all the stations remotely. These centers shall be connected by microwave links. 38. All the necessary accessories required to run the system shall be provided by the Contractor 39. All shelters and equipment shall be painted sand color Specific Requirements & Specifications for the Microwave Communication System: 1. This system shall be capable of transferring the following types of information with no restrictions: Analog Voice, Ethernet traffic (IP) and Video Streaming with high quality Video Teleconference using military frequency bands according to the ITU standards. 2. Spacing: 1 MHz or less 3. Minimum data rate is 80Mbps (Full Duplex) 4. Selectable digital modulation: OFDM modulation is preferred but should include other types 5. Provides high quality of voice and video with embedded management system to control the quality levels and channel priorities 6. An ECCM system shall be provided 7. Encryption AES-256 bit or greater 8. All equipment shall be compliant with MIL-STD -810F (Temp, Shock, Humidity, Vibration, etc) 9. The main devices should be dual (1+1) Hot/Standby protection, with automatic and manual change over 10. The power Amplifier shall be solid state. 11. Automatic output power control shall be provided 12. High sensitivity for receivers is required 13. The system should have 2El, 4El, 8E1, 2 Fast Ethernet and 2 Gig Ethernet interfaces that allow the Voice and the IP networks to be engaged with the Microwave system 14. Mux capacity shall be 8E1 (ITU-G703, G823) with add-drop capability and scalable up to 8E1. 15. Modems should have high sensitivity and Fast Ethernet interface for configuration and monitoring 16. Redundant power supplies are required 17. Two Service Channels are required; one for Engineering Order Wire (EOW) and one for supervisory data 18. All stations shall be capable of being monitored and managed remotely and locally 19. The Contractor shall take into consideration that the Microwave system will be integrated with a Troposcatter system. 20. All gauges and alarms should be built-in with the system devices and not as separate, discrete items 21. Antenna shall be a mobile, have low side loops, high sensitivity and capable of withstanding winds of up to 150 Km/hr 22. Antenna controller shall have an automatic and manual capability for antenna alignment (Azimuth & Elevation) and embedded with a display unit to show the Polarization, Azimuth & Elevation parameters simultaneously. 23. Maximum range up to 50 Km Line of Sight. 24. Availability shall be not less than 99%. 25. The mast should be a telescopic model with a height of 30-40 meters, made of aluminum and supplied with guide wires and obstruction lights according to I.C.A.O standards. 26. Input voltage of (220 20) volts with frequency range (50 5) Hz shall be used for all equipment 27. Low power consumption for the system is required 28. The Contractor shall provide a dual diesel generator system for each station. This system should be installed on a mobile base with a cover to protect the generators from the direct sun heat; also the system shall start automatically when the external power is shut down (Auto Transfer Switch), requires an Automatic Voltage Regulator (AVR) and shall be sound proofed to normal standards for ambient noise. The generator capacity should be sufficient to run all the station devices included the air conditioning system. The Contractor is required to provide a portable fuel tank with capacity to run the generators for seven days. 29. The Contractor shall provide an Uninterrupted Power System (UPS) for each station capable of supporting all system devices for 120 minutes 30. All generators and UPS shall have the ability to be monitored and controlled remotely; also the diesel power system shall have the ability to check the fuel level on the generator remotely and/or locally. 31. All equipment shall be brand new and not used or refurbished in any manner 32. All station equipment shall be mounted to racks inside a mobile shelter with the following shelter specifications: a)International Metric measurements standards. b)Galvanized and armored with B6 level. c)All communications and electric cables shall be placed in separate recessed cable trays of approximately 8cm each (to allow for 25% expansion and reduce crossover interference) d) Lightning rod & grounding system e) Leveling jacks and stabilizer bar for each corner f) Back and side doors shall have mobile stairs g) Automatic black-out system shall be installed in the shelter that activates when opening and closing doors. h) The system shall contain an external power junction box through which the shelter can be connected to the generator system, national power grid or other power source. The shelter also should have an internal power junction box that is connected to the external junction box in order to feed the system equipment with power. i) The system shall contain an external communications junction box through which the shelter can be connected to an external fiber node, exchange or an Ethernet network. The shelter also should have an internal communications junction box that connects to the external junction box in order to connect the Troposcatter system to the external networks or systems. j) System shall be equipped with an air conditioning system. k) System shall be equipped with an air circulation system to circulate/refresh all air at least 3 times per hour. l) System shall contain and automatic fire extinguisher system m) Can be hocked to a truck and driven in a paved and unpaved roads. n) Each shelter should be provided with a complete set of tools for installation and maintenance purposes. 33. The Contractor shall provide 10 American or Western trucks to be used for moving the shelters from place to place. These trucks should have full options, diesel engine, dual axle, sand color and suitable for working in the desert environment. 34. The Contractor shall provide ten van-type trucks with 5 seats. The vans should be equipped with all the necessary equipment and tools required for the installation, testing, maintaining and repairing. The vans also should have full options, diesel engine, four wheel drive, sand color and suitable for working in the desert environment. 35. The Contractor shall provide two mobile Network Operations Centers (NOC) capable of control, management, and monitoring of all the stations remotely. These centers shall be connected by microwave links. 36. All the necessary accessories required to run the system shall be provided by the Contractor 37. All shelters and equipment shall be painted sand color
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a80135e2005a8768106a6adc20cf304a)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02735970-W 20120503/120502000043-a80135e2005a8768106a6adc20cf304a (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.