SOLICITATION NOTICE
D -- Synopsis for FCSA Custom SATCOM Solutions (CS2) (Full and Open Solicitation QTA-010-CTA-0003)
- Notice Date
- 6/21/2010
- Notice Type
- Presolicitation
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), ITS Office of Acquisition Operations (QTA), 10304 Eaton Place, 4B19, Fairfax, Virginia, 22030, United States
- ZIP Code
- 22030
- Solicitation Number
- CS2_(QTA)-010-(CTA)-0003
- Archive Date
- 7/30/2010
- Point of Contact
- Felton Jones, , Tracey T. Embry, Phone: (703) 306-7041
- E-Mail Address
-
felton.jones@gsa.gov, tracey.embry@gsa.gov
(felton.jones@gsa.gov, tracey.embry@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- The U.S. General Services Administration, Federal Acquisition Service: Office of Information Technology Services, Office of Acquisition Operations (GSA) issues this synopsis in accordance with the uniform contract format in Federal Acquisition Regulation (FAR) Part 15.204. The solicitation number is QTA-010-CTA-0003 and will be issued as a request for proposal (RFP) that will be made available electronically at this address: http://www.fedbizopps.gov/. This acquisition will utilize full and open competition; the small business set aside requirements will be solicited under solicitation number QTA-010-CTA-0010. For this acquisition, a concern will be considered small under North American Industry Classification System (NAICS) code 517410. The Government intents to award a Firm Fixed Price contract to multiple contractors. All responsible sources may submit a proposal which shall be considered by this Agency. The period of performance is a three year base period with two one year option periods. The place of delivery/performance will be stipulated by the Ordering Activity on a Task Order basis; Delivery must be FOB Destination. Contractors are sought who will provide worldwide commercial satellite communications (COMSATCOM) End-to-End Solutions that support United States (US) Government customers and other authorized user requirements. End-to-End Solutions comprise complete, customized engineered solutions to meet customers' unique COMSATCOM needs. These solutions may include any combination of fixed satellite services or mobile satellite services components, and/or service enabling components such as terminals, teleport, and terrestrial interface tail circuits. End-to-End Solutions may also include, but are not limited to, licensing, integration, installation, testing, network management, engineering and training. The Contractor shall have the capability to deliver COMSATCOM End-to-End Solutions requiring, but not limited to, any combination of bandwidth, throughput, terminals, other user equipment, teleports, tail circuits, networks, other terrestrial infrastructure, integration and engineering services, and installation, operations, and maintenance. The Contractor's solutions shall meet the Information Assurance, Responsiveness, Portability, Flexibility/Optimization, Net Ready (Interoperability), Network Monitoring (Net Ops), Electro Magnetic Interference (EMI) / Radio Frequency Interference (RFI) Identification, Characterization, and Geo-location, and Security requirements outlined in the RFP Section C, as assigned by the Ordering Activity on a Task Order basis. The Contractor shall demonstrate its capability to provide solutions of at least the size and scope stipulated in the RFP Section C, in response to requirements aligning with any of the following COMSATCOM End-to-End Solution types: 1. Interactive Services. Involves the ability to connect multiple locations into a real-time two-way interactive network, mostly involving audio and video. 2. Continuity of Operations (COOP). Involves the pre-planned establishment and deployment of a backup or alternative communications infrastructure in anticipation that a natural or human caused event disables or destroys the normal, primary communications infrastructure. 3. Broadcast Satellite Services (BSS). Involves the collection of voice/video/data into one central site and distribution of that information typically one-way to multiple fixed and/or mobile locations. 4. Emergency Responder Operations. Involves an ad-hoc, immediate need communications requirement that eventually reverts back to communications infrastructure previously used. 5. Direct Customer Operations. Involves the creation of an often preplanned, enabling communications infrastructure to support specific Customer operations, typically because no pre-existing communications infrastructure is available. 6. Steady State Operations. Involves long duration, baseline communications services and infrastructure to support enduring user requirements. The Government reserves the right to issue requirements aligned with COMSATCOM End-to-End Solution types not included in the list above. The Government intents to award based on initial offers conforming to the solicitation that will be most advantageous to the Government, considering price and non price factors. The following factors will be used to evaluate proposals: Technical/ Management Approach, Corporate Experience, Past Performance, and Price. Technical/Management and Corporate Experience are equal in importance and are more important than Past Performance. When combined, Technical/Management, Corporate Experience, and Past Performance are significantly more important than Price. The Government intends to award based on initial proposals without discussions, however the Government reserves the right to hold discussions as deemed necessary. PROPOSALS ARE DUE BY 3:00 PM EASTERN TIME 37 days after solicitation release. Proposals should be mailed as Compact Disk Read Only Memory's (CD-ROMs) and in hard copy. The mailing address is: Mailing Address Felton Jones Director, Network Svcs Contract Ops Div 2 (QTAF) 10304 Eaton Place 3rd Floor Fairfax, VA 22030 Point of Contact / Supervisory Contracting Officer: Felton Jones, felton.jones@gsa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2c26153c4ef1ca7aec658854920bb1d4)
- Record
- SN02183032-W 20100623/100621234614-2c26153c4ef1ca7aec658854920bb1d4 (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 |