SOLICITATION NOTICE
70 -- Opal IP Encapsulator - Solicitation
- Notice Date
- 6/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- HC1028-10-T-2150
- Archive Date
- 6/22/2010
- Point of Contact
- Tara D Schmitt, Phone: 618-229-9485
- E-Mail Address
-
Tara.Schmitt@disa.mil
(Tara.Schmitt@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation form <!-- /* Style Definitions */ p.MsoNormal, li.MsoNormal, div.MsoNormal {mso-style-parent:""; margin:0in; margin-bottom:.0001pt; mso-pagination:widow-orphan; text-autospace:none; font-size:10.0pt; font-family:"Times New Roman"; mso-fareast-font-family:"Times New Roman";} a:link, span.MsoHyperlink {color:blue; text-decoration:underline; text-underline:single;} a:visited, span.MsoHyperlinkFollowed {color:#606420; text-decoration:underline; text-underline:single;} p.OmniPage1, li.OmniPage1, div.OmniPage1 {mso-style-name:"OmniPage \#1"; margin:0in; margin-bottom:.0001pt; line-height:14.0pt; mso-line-height-rule:exactly; mso-pagination:widow-orphan; font-size:10.0pt; font-family:"Times New Roman"; mso-fareast-font-family:"Times New Roman";} p.OmniPage2, li.OmniPage2, div.OmniPage2 {mso-style-name:"OmniPage \#2"; margin:0in; margin-bottom:.0001pt; line-height:14.0pt; mso-line-height-rule:exactly; mso-pagination:widow-orphan; font-size:10.0pt; font-family:"Times New Roman"; mso-fareast-font-family:"Times New Roman";} @page Section1 {size:8.5in 11.0in; margin:1.0in.75in 1.0in.75in; mso-header-margin:.5in; mso-footer-margin:.5in; mso-paper-source:0;} div.Section1 {page:Section1;} /* List Definitions */ @list l0 {mso-list-id:1923368332; mso-list-type:hybrid; mso-list-template-ids:-565793866 -1890560504 67698713 67698715 67698703 67698713 67698715 67698703 67698713 67698715;} @list l0:level1 {mso-level-start-at:3; mso-level-tab-stop:22.3pt; mso-level-number-position:left; margin-left:22.3pt; text-indent:-.25in; mso-ansi-font-weight:bold;} ol {margin-bottom:0in;} ul {margin-bottom:0in;} --> Referance #: DSSMZ00072 The Defense Information Technology Contracting Organization (DITCO), Contracting Division, HardwareSection (DITCO/PL8322), 2300 East Drive, Scott AFB IL 62225-5406, intends to issue a combined/synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This acquisition is for the purchase of Opal IP Encapsulators, HP iLO, Grass Valley Off-line analyzers, and Amber DTV Processors. Please see the attached RFQ for all details. Delivery is to DISA SSC at Arlington, VA. This requirement is not set-aside. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. Vendors providing quotes must be authorized resellers of the identified OEM’s. Multiple awards may be made at the discretion of the Contracting Officer. All quotes are due NLT 7 June 2010, 4pm CST. Questions will be accepted until 3 Jun 2010, 10am CST. Please contact tara.schmitt@disa.mil with questions. Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: TECHNICAL ACCEPTABLENESS(1) AND PRICE (2). PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON YOUR SUBMITTED QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name ______________________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Delivery Date _________________________________________ 7. Business Size (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin)_______________________________________ JUSTIFICATION AND APPROVAL TO PROCURE USING OTHER THAN FULL AND OPEN COMPETITION SPECIFIC MAKE AND MODEL JA10-103 Upon the basis of the following justification, I, as the Procuring Activity Competition Advocate, hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of 10 U.S.C. 2304(c)(1). Only one source and no other supplies or services will satisfy the agency requirements. JUSTIFICATION 1. Agency and Contracting Activity: Requiring Agency: Defense Information Systems Agency (DISA) DCode: SSC 5275 Leesburg Pike Falls Church, VA 22041 Contracting Activity: Defense Information Systems Agency Defense Information Technology Contracting Organization, Scott Filed Office ATTN: PL8 2300 East Drive Scott AFB, IL 62225-5406 2. Nature/Description of Action(s): This will be a firm, fixed price acquisition of commercial, off-the-shelf equipment for the Digital Video Broadcast-Return Channel Satellite (DVB-RCS) in support of USCENTCOM Global War on Terrorism (GWOT) Operation Iraqi Freedom (OIF) and Operation Enduring Freedom. The equipment identified is needed to satisfy a USCENTCOM emergent requirement for additional Unmanned Aerial Vehicle (UAV) video dissemination to deployed forces utilizing the DVB-RCS and GBS systems within the USCENTCOM AOR and the exapansion of the DVB-RCS Hub to the Lago Patria DOD Gateway. 3. Description of Supplies/Services: This is a purchase request for Grass Valley equipment. The equipment is funded as follows: ITEM # DESCRIPTION QTY UNIT PRICE TOTAL AMOUNT Opal IP Encapsulator with 140 Mbps Based on HP DL360 G6 NOB10000AA Opal IP Encapsulator. This encapsulator is 1 RU with 20 Mbps, 25 services and MPEG-2 TS over IP output. It allows Ethernet configuration. 7 NOB30000AA Opal Ip Encapsulator License: This option allows additional 20 Mbps/25 services license for Opal IP encapsulator NOB10000xx - Maximum 42 NOB20000AA Opal IP Encapsulator Hardware Option: Mirrored ASI output board 7 Sub-Total for Opal Encapsulator with 140 Mbps Based on HP DL360 G6 HP Integrated Lights Out (iLO) Advanced Pack No Media License 452141-B21 HP Integrated Lights Out (iLO) Advanced Pack No Media License 7 Sub-Total for HP Integrated Lights Out (iLO) Advanced Pack No Media License Grass Valley Off-line Analyzer/Table Editor TNM2006 Gassvalley Off-line analyzer/table editor for PC. Must be able to edit DVB-S2 tables. 1 Sub-Total for Off Line Analyzer/Table Editor Amber 4 Input DTV Processor with up to 180 Mbits TNM-4064-D Amber DTV Processor. This Amber is 1RU with 4 ASI input and 1 ASI output. Advanced front panel. Bit rate up to 180 Mbps. It allows Ethernet Configuration.This multiplexer is the DVB Version. 7 Sub-Total for Amber 4 Input DTV Processor with up to 180 Mbits Total for Purchase 4. Identification of Statutory Authority: IAW FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. 5. Demonstration of Contractor’s Unique Qualifications: In late fall of 2004 the Secretary of Defense asked for a review of unmanned aerial vehicles (UAV) utilization in support of Operation Iraqi Freedom. In response the Joint Staff conducted a study that determined there was a shortfall in communications to support UAV dissemination. At approximately the same time the Global Broadcasting System (GBS) Operational Requirements Document (ORD III) was being rebaselined to require two-way transmission of data. The Joint Staff (JS/J6Z), in January 2005, validated a Critical Need Statement-driven requirement to augment the GBS system with two-way service for CENTCOM. DISA (PEO-STS) has the mission responsibility to procure, install, deploy and train a complete Digital Video Broadcast-Return Channel Satellite (DVB-RCS) system for USCENTCOM support of Operation Iraqi Freedom (OIF) and Operation Enduring Freedom (OEF). The requirement is for the purchase of Grass Valley Opal IP Encapsulators. This equipment is responsible for encapsulating IP traffic into the MPEG2 ASI format for transmission over the DVB-RCS Forward Link. Additionally, the Opal IP Encapsulator is responsible for injesting GBS content sent from the Norfolk SBM. There are currently Grass Valley Opal IP Encapsulators and Grass Valley Ambers in use as part of the Landstuhl DVB-RCS Hub. However, with the expansion of the DVB-RCS Hub to Lago Patria DOD Gateway, additional IP Encapsulators and Ambers will be required. The Offline Analyzer will be required to be edit tables associated with the DVB-RCS broadcast. All of these products were approved by the DVB-RCS Engineering Review Board based on functionality and the fact that they are the only items that will work with the DVB-RCS Forward Link SubSystem. Equipment manufacturer and models identified are required to ensure interoperability with current DVB-RCS and GBS operational networks: procuring dissimilar equipment will jeopardize DISA’s ability to operate and maintain DVB-RCS hub operations. Since 2005, the USCENTCOM DVB-RCS System has been operating in Landstuhl Germany, using the Opal IP Encapsulator and Amber DTV processor. Procuring dissimilar equipment will jeopardize DISA’s ability to operate, maintain and logistically support Warfighter operations, as well as disrupt interoperability between the Landstuhl and Lago DVB-RCS Hubs. Additionally, without the Opal IP Encapsulators and Amber DTV processor, the DVB-RCS system will not be able to injest required content from the Norfolk GBS SBM, which is a USCENTCOM requirement. The Grassvalley Off-line analyzer is required for configuration of the DVB-RCS Forward Link. Since this is an expansion of an existing effort, the need to maintain configuration control of the design to ensure interoperability is paramount. Equipment is already being used to support deployed Warfighters in OEF and OIF to great success. Selected equipment that is different from that equipment that has already been fielding introduces a significant risk to the Warfighter. Selection of different equipment would require modification of equipment in the field (resulting in loss of mission), new spares be procured, new training on the maintenance of the new equipment, and IA and Suitability Certification(s) would have to be successfully repeated.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC1028-10-T-2150/listing.html)
- Place of Performance
- Address: 701 S. Courthouse, Arlington, Virginia, 22204, United States
- Zip Code: 22204
- Zip Code: 22204
- Record
- SN02165226-W 20100603/100601234729-29e7124410e58bccb70e66a8eaf2ac19 (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 |