Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2008 FBO #2502
SOLICITATION NOTICE

D -- Operation and Maintenance of the Defense Satellite Communications System, Fort Greely, Alaska

Notice Date
9/30/2008
 
Notice Type
Presolicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
ACA, ITEC4 - West, ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS08R0020
 
Response Due
10/14/2008
 
Archive Date
12/13/2008
 
Point of Contact
Kari Pelton, 520-533-6435<br />
 
Small Business Set-Aside
N/A
 
Description
Pre-Solicitation Notice Operation and Maintenance (O&M) of the Defense Satellite Communications System (DSCS), Fort Greely, Alaska Supporting the UNITED STATES ARMY NETWORK ENTERPRISE TECHNOLOGY COMMAND/ 9TH ARMY SIGNAL COMMAND (NETCOM/9TH ASC) The United States Army Network Enterprise Technology Command/9th Army Signal Command (NETCOM/9th SC(A)) has a requirement for non-personal services to operate and maintain (O&M) the Defense Satellite Communications System (DSCS) to include two each AN/GSC-52A(V)4, to include the Hemp Power System (HPS) and Ancillary equipment, and MILSTAR AN/FRC-181(V)1 (EHF) Terminals, and Defense Red Switch Network (DRSN) equipment located at Fort Greely, Alaska (FGA), 24 hours per day, seven days per week, 365/366 days per year including federal holidays. This system shall be operated and maintained for the U.S Army Network Enterprise Technology Command/9th Signal Command (Army) (NETCOM/9th SC (A)), 311th Signal Command Theater (SC)(T), 516th Signal Brigade, 59th Signal Battalion. Services include telecommunications support, DSCS Communications O&M Support, mission planning and preventive maintenance. In addition, the contractor shall provide qualified personnel and all personnel administration, personnel management, training, maintenance and services. Periodically, requirements including emergencies, and seasonal requirements may require work be accomplished at times other than normal duty hours. The requirement is performance-based and includes a performance work statement (PWS) and a Quality Assurance Surveillance Plan (QASP) for performance metrics. The Government contemplates the award of a fixed price contract with a one year base performance period and four, one year option periods. A 30 day phase-in period is anticipated prior to the start of the base period. The solicitation will be issued as an unrestricted procurement. However, a small business subcontracting plan will be required by large businesses and a small business participation plan will be required for all offerors. The NAICS Code is 517410 and the size standard is $15M annual receipts. More information regarding the pre-solicitation/proposal conference will be provided at a later date either in the Request for Proposal or as a modification to the pre-solicitation notice. This procurement is for the resolicitation of services currently being performed under contract W91RUS-04-C-0009, awarded to ITT, Systems Division. The draft PWS, appendices, and draft DD Form 254, Department of Defense Contract Security Classification Specification are currently posted on the ITEC4-W website at http://huachuca-www.army.mil/DOC/ITEC4W/HotInformation.htm for your information. Industry comments are not being accepted on the draft documents. Questions and answers will be provided via amendments to the RFP after it is posted. For additional information regarding this procurement, please write to Kari Pelton at kari.pelton@conus.army.mil. All questions and inquiries must be submitted in writing.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4c1faa776f3c0ad015f32deb5ad914cc&tab=core&_cview=1)
 
Place of Performance
Address: ACA, ITEC4 - West ITEC4 Contracting, Bldg. 61801, Room 3212 Fort Huachuca AZ<br />
Zip Code: 85613-5000<br />
 
Record
SN01685999-W 20081002/080930223214-4c1faa776f3c0ad015f32deb5ad914cc (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.