SOURCES SOUGHT
58 -- BGAN Sources Sought Notice
- Notice Date
- 1/7/2008
- Notice Type
- Sources Sought
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T08RN403
- Response Due
- 2/6/2008
- Archive Date
- 4/6/2008
- Point of Contact
- Allison Ross, 732-532-2205
- E-Mail Address
-
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(allison.ross1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SEND ALL RESPONSES TO: Richard W Seyfert Jr USA C-E LCMC NRRC Attn: SFAE-C3T-NRRC (Seyfert) Bldg 2707, Pearl Harbor Ave Ft Monmouth, NJ 07703 Richard.seyfe rt@conus.army.mil (732) 427-0096 Description This is a sources sought announcement only. There is no solicitation available at this time. Requests for a solicitation will not receive a response. The North American Industrial Classif ication System (NAICS) code is 517410. Contractors must identify their business type (i.e., large, small, small and disadvantaged, 8(a) certified, woman-owned small, HUB Zone certified small, or service disabled veteran-owned small business) in their respo nse. The primary mission of the Headquarters, U. S. Army Communications-Electronics Command, Program Executive Office Command, Control and Communications Tactical (PEO C3T), Northeast Regional Response Center (NRRC) is to serve as a test bed for tec hnology insertion and to cooperatively build material solutions that fulfill capability sets within a Common Ground Communications Architectural vision for the Army. Part of this mission involves the promotion of a collaborative environment to highlight a nd resolve communications infrastructure integration issues between dissimilar networks, including the voice, data, and video systems which support the Homeland Defense/Security response systems. The NRRC is seeking potential sources capable of pr oviding a small, deployable, standalone, light weight, and easy to use communications package that enables individual or small team early entry forces to rapidly deploy anywhere in the world on a moments notice. The communications package must meet the fo llowing criteria: 1. Capable of rapid set up (i.e., fully operational within 10 minutes of arrival at a deployed location) 2. Must be aircraft carry-on compatible with a desired size of less than 19x14x7. 3. Capable of operating on worldwide co mmercial power (90-260VAC, 48-440Hz) 4. Capable of operating on standard 12VDC/10A vehicle socket 5. Capable of supporting 3 or more users with simultaneous non secure and secure voice, video and data services 6. Capable of protecting the non se cure side of the package by a device that meets the Federal Information Processing Standard (FIPS) 140-2 level 2 requirement (e.g. AES 256) 7. Capable of protecting the secure side of the package by a NSA approved Type 1 High Assurance IP Encryption (H AIPE) device 8. Capable of interfacing to commercial and military IP satellite modems 9. Capable of interfacing to commercial GSM and CDMA networks 10. Must fit in a single man portable weather tight case when not in use (30 lbs or less) 11. B aseband network configuration must accommodate for error prone, high latency networks and jitter 12. Capable of running on battery power for 3 hours or more. 13. Batteries must be accessible and removable 14. Must contain an Uninterruptible Power Supply, (UPS) with Auto Changeover 15. Must have safety factors built into design for battery, DC and AC supplies The following unique requirement must also be met prior to the acquisition of any communication packages: 1. Must meet or be capa ble of meeting current National, DoD, and DA policies, to including, but not limited to: a. DoDI 8500.2, for all DoD systems b. AR 25-2, for all Army Information Systems c. DCID 6/3, for systems processing Sensitive Compartmented Information <B R>The contractor must adhere to the National Information Assurance Certification and Accreditation process (NIACAP) for all other federal departments and agencies. The contractor must demonstrate past performance of the deployment of a global IP VSAT archi tecture. In addition to the above, the implementation of Department of the Army Regulations such as the Army Regulation 25-2, November 14, 2003, Information As surance (AR 25-2) will augment the requirements of the DIACAP. The contractor must also demonstrate a capability to support Advanced Encryption Standard (AES), Triple Data Encryption Standard (Triple DES) and IPv6 technologies. 2. Must be configured ac cording to all applicable Secure Technical Implementation Guides (STIGs), and Best Business Practices. 3. The most recent version of the Army Gold Disk will be applied to the system. 4. The vendor will test the system for usability after implemen ting these controls. Any security controls that prevent the system from being used for its intended purpose will be identified in a report with a detailed explanation as to why the IA control can not be applied to the system. 5. Must be capable of pa ssing all DoD Safety Certification Test The basic period of performance is expected to be a five (5) year Indefinite-Delivery/Indefinite Quantity (ID/IQ) IDIQ contract. Firms capable of providing the described product are invited to submit a description of their capabilities and experience in writing. Responses shall be limited to 5 pages and should include technical specifications, evidence of relevant past experience related projects and/or existing systems, etc. This sources sought synopsis is for planning purposes only and does not constitute a solicitation for bids/proposals. It is not to be construed as a commitment by the Government. The Government does not intend to pay for any information provided under this synopsis. Respons es will assist the Government in determining whether to set-aside/restrict competition in some way or solicit offers from all responsible sources. All respondents are required to complete the Central Contractor Registration (CCR) process to be considered eligible for any potential Department of Defense contracts. CCR registration information can be obtained at http://www.ccr.gov/. Responses to this notice must be provided no later than 06 February 2008. Original Point of Contact Richard W Seyfert Jr USA C-E LCMC NRRC Attn: SFAE-C3T-NRRC (Seyfert) Bldg 2707, Pearl Harbor Ave Ft Monmouth, NJ 07703 Current Point of Contact Richard W Seyfert Jr USA C-E LCMC NRRC Attn: SFAE-C3T-NRRC (Seyfert) Bldg 2707, Pearl H arbor Ave Ft Monmouth, NJ 07703 Place of Performance Northeast Regional Response Center Building 3422 Fort Dix, NJ 08640
- Web Link
-
future information pertaining to this effort, if any, will be posted to the IBOP
(https://abop.monmouth.army.mil/)
- Place of Performance
- Address: Northeast Regional Response Center Bldg 3422 Fort Dix NJ
- Zip Code: 08640
- Country: US
- Record
- SN01480064-W 20080109/080107223502 (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 |