Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
MODIFICATION

58 -- SATELLITE COMMUNICATION SYSTEMS

Notice Date
4/11/2013
 
Notice Type
Modification/Amendment
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB13COMM
 
Response Due
4/12/2013
 
Archive Date
6/10/2013
 
Point of Contact
Amy Abate, 410-278-5434
 
E-Mail Address
ACC-APG - Aberdeen Division D
(amy.m.abate.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS: THIS IS NOT A SOLICITATION: no award will be made as a result of this request. This request is for informational purposes only; this is not a Request for Proposal (RFP). All interested parties are encouraged to respond to this RFI. The Government will not pay for information and materials received in response to this Sources Sought and is in no way obligated by the information received. 1.SCOPE. Background: The mission of the U.S. Army Rapid Equipping Force (REF) is to rapidly provide capabilities to Army Forces employed globally thorugh current and emerging technologies in order to improve operational effectiveness. The REF receives requirements from operational commanders in war zones setting forth the capabilities needed. The REF is chartered by the Senior Army leadership to provide material solutions to meet these requirements in a significantly reduced timeline compared to traditional Department of Defense acquisition procedures. The purpose of this Sources Sought is to obtain potential solutions to provide The U.S. Army with information on satellite communication systems and support to existing and future sites in theater. Experience and information obtained from this request for information will be provided to Army Product Manager REF who will evaluate the information and feasibility of issuing a procurement action to resolve the stated problem. 2.REQUIREMENTS. The REF is seeking commercial satellites with supporting hardware that can maintain the existing sites in theater for a period of six (6) months with potential for additional option periods of six months. Currently, the REF operates fixed site locations in the Middle East. Each location is currently equipped with Government Furnished Equipment (GFE) Prodelin 1.8M Ku Dish, a 4 Watt Block Up Converter, and an iDirect Netmodem 2 Plus. In addition, each site is equipped with Cisco 7960 IP Phones and various devices ranging from Dlink to Cisco PIX 502. 2.1 System 2.1.1 The contractor shall provide the REF with network infrastructure, BW and hardware that will provide connectivity between deployed REF personnel and the Internet to include a minimum of 99.9% up time. 2.1.2The contractor shall provide up to four (4) mobile satellites that meet or exceed the requirements below: 1860/1220 1.8M Dual-Band (C & KU) Carbon Fire (CF); PIB Flyaway Antenna Kit with rugged Cases; Segmented Reflector; Auto Acquisition Controller; BUC Mounting Kit; 40W BUC's Full-C (5.85 - 6.725 GHz) & Extended-KU (13.75 - 14.5GHz); Global Frequency C and KU PLL LNB's;120V UPS; Rugged 14U LAN Rack with Casters Annual or Monthly Burstable Satellite Bandwidth 1024Kps X 1024 Kps Annual or Monthly Committed Information Rate (CIR) 50 kilobytes per second (Kps) duplex Annual or Monthly Remote Monitoring & On-Call Maintenance OCONUS Hazard/Host (Installation Included) 3.1 IP Voice Office 3.1.1The contractor shall provide terrestrial backhaul for the network that will connect REF-REAR (Fort Belvoir, VA) with personnel deployed to global regions. 3.1.2The contractor shall provide the satellite service component of the international network that will connect deployed personnel with REF-REAR (Fort Belvoir, VA). 3.1.3The contractor shall provide voice services to include speaker phone capability, call conferencing, call forwarding, and 4-digit dialing between phone units within the same calling partition. 3.1.4The contractor shall provide connectivity for Government Furnished Equipment (GFE) Cisco 7960 devices. 3.1.5The contractor shall provide unlimited CONUS and OCONUS long distance through unclassified Voice over Internet Protocol (VOIP). 4.1 System Integration and Testing The contractor shall integrate the equipment under the supervision of the Government and all equipment tested upon delivery, to include VoIP phones, firewalls, and router/switch configurations. Each mobile satellite system is pre-commissioned on the contractor network. Upon installation, the contractor shall provide/perform the following for inspection and acceptance: 4.1.1The contractor shall provide manufacturer equipment manuals and the contractor Trouble Reporting Procedures and Escalation Policy on CD. 4.1.2 The contractor provide site diagram and closeout documentation following installation of all equipment at each site. 4.1.3The contractor shall provide closeout documentation that includes the manufacturer, equipment description, serial number, quantity of each item delivered, training provided, and acceptance of quality assurance tests. The contractor shall test 100% of all equipment upon installation and ensure it has connectivity to network resources. 4.1.4 The contractor shall demonstrate reliable and adequate Internet connectivity and download rates from at least 10% of all installed computers, at each building, on site. The contractor shall demonstrate the connection via an online bandwidth speed test tool such as those available at http://222/auiditmypc.com/internet0speedptest.asp 4.1.5The contractor shall ensure on-site personnel perform a minimum of three incoming and outgoing calls on 10% of the installed VoIP phones to demonstrate the connectivity and quality of the voice calls. 5. Network Security The contractor Network Security Architecture shall employ an in-depth defense strategy. At the Hub/Teleport, the contractor shall operate and monitor content filtering technology as well as Intrusion Prevention Systems (IPS). The IPS enables the contractor to proactively detect and block sophisticated potentially malicious traffic/attacks such as denial of service, worms, viruses, buffer overflows, root kits, privilege escalation, spoofing, phishing, pharming, application exploitation, web defacements, snooping, and man in the middle attacks. The IPS also allows the contractor to maintain a consolidated operational picture of malicious network activity and to conduct analysis, reporting, and proactive security adjustments ahead of future attacks. At the local remote location, the contractor shall proactively operate and manage customer premise firewalls enabling a second line of defense. Each firewall will be able to report the MAC addresses of all computers and peripherals that access that sites network. 5.1Network Operations and Security Center (NOSC) 5.1.1The Contractor shall have both a CONUS and OCONUS based Network Operations and Security Center. The Centers will be manned by contractor personnel that have received training to operate, manage, and remotely trouble-shoot remote sites. The OCONUS NOSC shall be operations 24x7x365. 5.1.2The contractor shall provide operational availability 99% or higher per site, per month. This availability is inclusive of maintenance response times and logistical delays. Any downtime due to power outages, customer delays, or any other conditions which are either at the fault of the government, natural or man-made disasters or terrorism is excluded from this availability. 5.1.3The contractor shall notify the government representative at the time an outage occurs then follow up with a detailed Outage Report upon system restoration. These outage reports will be included in the monthly utilization report and will identify the total downtime for each site. The monthly utilization report will include a graphical representation to identify the percentage of uptime for the month to be invoiced and an overall percentage for the month. 5.2.4The contractor shall operate global networks to support the US Army in any contingency operation worldwide. The networks shall support both fixed and auto deployable mobile satellite systems, with both secure and non-secure voice and data applications. 5.2.5Telephonic and Technical Support will be 24x7x365 shall include ability for onsite technical support within 3 calendar days if necessary. 6. Internet Content Filtering The contractor shall provide internet content filtering that is in compliance with DoD network policies to include MNC-1 policy 25-305, Directions for Open Internet Use on USG Networks. Once filtered, internet response is sped up and virus-related activity decreased. 7.Training 7.1The contractor shall provide familiarization training to on-site designated communications personnel. This training will take approximately 4 hours and will provide personnel with a basic understanding of the different components, configurations, and troubleshooting guidelines that will facilitate problem identification and system restoration if the system is end-user recoverable. 8. Place of Performance The majority of the work will be performed at the required government installations and contractor facility. The required government installations are as follows: 8.1. Afghanistan: Bagram, Salerno, Kandahar 8.2. Iraq: Baghdad, Balad, Tikrit 8.3 Future regions to be determined are North Africa, South Korea, South America 9. Privacy and Security The contractor shall perform all work in accordance with Office of Management and Budget Circular A-130, Appendix III, quote mark Security of Federal Automated Information Systems. All contractors on site shall This is NOT a Request for Proposal. Companies who desire to participate in this market survey are encouraged to submit a white paper which supports the company's claim that it presently has the technology, qualifications, and capabilities to satisfy one or more of the performance and technical objectives described above. 'The white paper would discuss the company's ability to develop and or provide existing technologies to provide the solutions and provide a Rough Order of Magnitude (ROM) price and its anticipated delivery for the solution proposed. Required in the white paper is the delivery timeframe to the Government. The white paper should also discuss related company experience and include point(s) of contact. The white paper should be prepared in MS Word, limited to ten (10) pages, and submitted electronically to Amy Abate, Contract Specialist, at amy.m.abate.civ@mail.mil within fifteen (15) days from the date of this posting. The company shall be responsible for any costs associated with preparing responses to this market research. All requests for further information must be made in writing or via email; telephone requests for additional information will not be honored. The government will review submissions as they are received. The government reserves the right to close this Sources Sought Synopsis once they have received adequate response(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c852fcabc8261025a2cf309321b7e3c3)
 
Place of Performance
Address: ACC-APG - Aberdeen Division D ATTN: 4401 Boothby Hill Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03034866-W 20130413/130411235651-c852fcabc8261025a2cf309321b7e3c3 (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.