MODIFICATION
D -- C4 and IT Engineering Services in various locations
- Notice Date
- 11/25/2009
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W91QUZ-20091125-01
- Response Due
- 12/11/2009
- Archive Date
- 2/9/2010
- Point of Contact
- Jennifer D. Johnson, 703-325-3411
- E-Mail Address
-
ITEC4, NCR PARC (NCR-CC)
(jennifer.d.johnson1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The text previously posted is replaced in its entirety with the following: The United States Army Contracting Command, National Capital Region Contracting Center, ITEC4 intends to award a 6-month Time-and-Materials type contract with two 3-month option periods on a non-competitive basis to DRS Technical Services Inc. of Herndon, VA under the Authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, Only One Responsible Source for the procurement of command, control, communications, and computer (C4) capabilities and Information Technology services including Secure Internet Protocol Router (SIPR) and Non-Secure Internet Protocol Router (NIPR) data networks, Defense Switching Network (DSN) voice trunks, and a secure video teleconference bridge; Asynchronous Transmission Mode (ATM), Voice-over-Internet Protocol (VoIP), Joint Worldwide Intelligence Communication System (JWICS), CENTRIXS, Defense Red Switch Network (DRSN), DISN Video Services Global (DVSG); and two core Promina 800 Multiplexing platforms supporting numerous customers and more than 100 systems in service today with networks supporting over 1,500 users worldwide in diverse locations including Qatar, Kuwait, Iraq, Afghanistan, Korea, Germany, Israel, South America, and CONUS. The contractor shall Engineer, Furnish, Install and Test (EFI&T) systems for the remote and the hub site locations. The network architecture supports more than 100 systems in service today. The contractor shall provide forward deployed communications. The contract will support an existing CONUS NOC which provides multiple satellite communications capabilities. The NOC hub site includes a satellite earth station teleport with multiple antenna terminals operating on multiple satellite constellations, including: SIPRNet, NIPRNet, Secure and Non-Secure VTC, e-mail, common and emerging network standards and protocols. The contractor shall provide the Surface Deployment and Distribution Command (SDDC) with an integrated, engineered and technician operated and maintained Deployable Port Operation Center (DPOC), which is ISO shelter-mounted, and a Mobile Port Operation Center (MPOC) which is S787 shelter-mounted. The contractor shall incorporate into each MPOC and DPOC satellite transmission subsystem the ability to operate in Ku, C, or X-band frequency ranges. The contractor shall provide technicians and expertise to O&M the Combat Service Support (CSS) VSAT Coalition Forces Land Component Command (CFLCC) in support of the Logistics Community in SWA. The contractor shall provide additional MMCS and DKET equipment and services to maintain operational systems. This effort will provide specialized engineering and installation support, including the transition of the Network Operations Center from Ft. Monmouth to a new CONUS facility. All positions require Secret, Top Secret, SCI level clearances at time of award. DRS Technical Services Inc. is the only known source with the specialized experience, skills, operational familiarity and Technical Data Package needed to perform the required services. DRS is the provider of the Modular MultiMedia Communications System (MMCS) which requires specialized expertise to enforce network security, administer COMSEC control, and perform network monitoring, in addition to staffing a 24-hour Help Desk, operating secure and non-secure VTC Hubs, multiplexers, switched voice systems and VoIP packetized voice networks, and LAN/WAN. The NAICS code for this procurement is 541330 with the corresponding small business size standard of $4.5 million. The estimated award date is 19 January 2010. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Questions may be addressed to Jennifer Johnson, Contracting Officer (e-mail jennifer.d.johnson1@us.army.mil) or Mark Broughton, Contract Specialist (e-mail mark.p.broughton@us.army.mil).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/004a362c3c623159cf292f3b711b1784)
- Place of Performance
- Address: ITEC4, NCR PARC (NCR-CC) Directorate of Contracting, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Zip Code: 22331-0700
- Record
- SN02011487-W 20091127/091125234800-004a362c3c623159cf292f3b711b1784 (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 |