Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2011 FBO #3637
SOURCES SOUGHT

J -- OPERATIONS AND MAINTENANCE (O&M)OF THE OKINAWA, JAPAN

Notice Date
11/7/2011
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
ITEC4, Fort Huachuca DOC (NCR-CC), ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS11R0SSA
 
Response Due
11/18/2011
 
Archive Date
1/17/2012
 
Point of Contact
Steven Campbell, 520-533-5264
 
E-Mail Address
ITEC4, Fort Huachuca DOC (NCR-CC)
(steven.h.campbell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The 58th Signal Battalion located at Fort Buckner, Okinawa, Japan has a non-personal services requirement for continued Operations and Maintenance (O&M) of the Joint Warfighter Inter-base Telecommunications Network (JWIT-N). The JWIT-N is the backbone digital transmission network for the Global Information Grid (GIG) on Okinawa, and consists of 20 sites and 21 communication links. The 14 fiber optic links and 7 digital microwave radio links that comprise the JWIT-N system provide inter-base Defense Information Infrastructure (DII) connectivity for all the US military bases on Okinawa at the direction and guidance of the Defense Information Systems Agency (DISA). The JWIT-N is managed exclusively by the United States Government (USG) and its employees. In addition, the USG provides immediate oversight of the contractor in the O&M of the JWIT-N on a daily basis. The USG provides oversight of all engineering services and support that the contractor may provide via execution of one of the support Contract Line Item Numbers. Periodically, the USG upgrades portions of the JWIT-N and during such time provides training, engineering installation plans (EIP), and updated network drawings. Logistic support plans (LSP) are also provided by the USG. The JWIT-N system includes all transmission equipment which includes fiber optic terminals, microwave radios, multiplexers, circuit conditioning equipment, patch and test facilities, alarm and monitoring equipment, timing and synchronization equipment, and DC battery and power distribution equipment. The JWIT-N is the telecommunication backbone that connects all black aggregate traffic between each and every camp, post, and station on the island of Okinawa. It is its own closed network where private user access is strictly controlled by DISA through the DISA Direct Order Entry (DDOE). The USG provides overall management, system administration and oversight of the JWIT-N. U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Huachuca Desert Division is expecting to award a twelve (12) month, Firm-Fixed-Price contract with four (4), twelve (12) month, option periods for the requirement above under NAICS Code 811213 and PSC Code J058. The formal solicitation will post at a later date, to be determined, after all solicitation documents have been finalized and approved by the requiring activity and contracting agency. This is not a Request for Proposal (RFP) or Invitation for Bid (IFB), nor is it to be construed as a commitment by the Government; it is only to obtain market capabilities/industry comments and is to be used for informational purposes only. The Government does not intend to make an award on the basis of this Sources Sought, nor will the Government pay for the information solicited herein. Copies of the submitted information will be reproduced and review may be used to develop the Request for Proposal. The contractor is to provide personnel, management, tools, and equipment not identified as USG-Furnished Equipment (GFE) to operate and maintain the communications-electronic (C-E) equipment and facilities of the Okinawa, Japan Reconfiguration and Digitization (JWIT-N-OKI) communications system. Due to the required security classification (IAW the draft DD254) the vendor must be able to obtain a SECRET clearance and be eligible for travel to Japan under SOFA Article XIV. Services Services will include, but are not limited to: System Management Operations and Maintenance of the JWIT-N System Technical Library Keep in line with Standards of Performance for Link Availability, TSO Implementation, Response Times, etc... Complete Records and Reports in accordance with PWS Provide Logistics Plan, Establish and Administer a Safety Program Site Housekeeping Special Projects as required Phase In/Out of Contract responsibilities Conduct Training Minimum Qualifications: Each team member must have at least minimum qualifications with the following: Cisco 15454 SONET transport Alcatel Microwave Radio Cisco 3845 CEoIP Technical Control Procedures IAW DISAC 310-70-1 TRACOM CCFB IDG MDG or DSX-1 patch panel DSX-3 patch panel Test Measurement and Diagnostic Equipment A responding company must verify willingness and capability to provide the service identified in this Sources Sought, to help the Army determine prospective contractors. The company must be willing to provide an informal capabilities briefing if requested. Please address each of the following by restating them and providing your response under each one. Address your capabilities to accomplish the service and provide highlights of successful past experience on similar government contracts within the past 10 years. List the name of the contract, contract number, and assigned Administrative Contracting Officer's (ACO) name and phone number for past experience. Describe your current capability and experience in regards to those identified in this Sources Sought. Please identify (with rationale) if your company believes that a Firm-Fixed-Price pricing arrangement is not the most appropriate for this type of requirement. Identify your company's size given the above NAICS Code. If your company is part of a Small Business program, please provide verification. If you identify your company as a Small Business, please indicate (with supporting rationale) if/how your company would be a Small Business given the restrictions identified in sub-paragraph (b)(1) of FAR Clause 52.219-14 (which states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern (meaning your company). Identify your company's socio-economic status. Please respond to: Army Contracting Command - Aberdeen Proving Grounds (ACC-APG), Desert Division, 2133 Cushing Street Building 61801, Ft. Huachuca, AZ 85613-7070; Attn: Kimberly Ogden Email responses can be delivered to: Steven Campbell, Contracting Officer, at steven.h.campbell.civ@mail.mil Responses are due no than close of business November 18, 2011. No phone responses will be accepted. All responses shall be unclassified and reviewed (prior to submission to the Government) to ensure that there are no operational sensitivities. Please note that this is not a Request for Proposal (RFP), which would include requirements that are more detailed than what is identified in this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4eab7f4c9f7af6412848eab3527e71f6)
 
Place of Performance
Address: 58th Signal Battalion Building 103, Fort Buckner, Okinawa, Japan APO AP
Zip Code: 96376
 
Record
SN02618840-W 20111109/111107233938-4eab7f4c9f7af6412848eab3527e71f6 (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.