SOURCES SOUGHT
D -- Market Research and Sources Sought Notice for qualified firms capable of Supplying Satellite Communications System two-way data and voice services for the South Atlantic Division, Mobile District, Deployable Tactical Operations System.
- Notice Date
- 4/3/2012
- Notice Type
- Sources Sought
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-12-L-0006
- Response Due
- 4/17/2012
- Archive Date
- 6/16/2012
- Point of Contact
- Carl M. Wade, 251 690 2348
- E-Mail Address
-
USACE District, Mobile
(carl.m.wade@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS to determine the availability of Firms. NO PROPOSALS are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers, South Atlantic Division, Mobile Regional Contracting Center, is seeking information regarding capability and availability of potential contractors, to Supply Satellite Communications System (SATSYS) two-way data and voice services. Services to be supplied consist of but are not limited to, satellite communications system (SATSYS) network that will provide two-way data and voice communications via satellite service to and from remote units on both KU-band and C-band. The KU-band service will cover 50 United States, Puerto Rico, and the US Virgin Islands and the C-band service will cover Guam, the Marianna Islands, Philippines, Federated States of Micronesia, American Samoa and the Hawaiian Islands. Satellite capacity for the Deployable Tactical Operations System (DTOS) will be required on commercial satellites capable of providing both the C-band and KU-band service in multiple locations throughout the world. The SATSYS network is a Time Division Multiple Access based network with hub-spoke architecture. The provider's network hub must include support for the USACE's current inventory of iDirect Technologies Infinity 5350 or any acceptable alternatives that meet the security requirements must meet at a minimum the FIPS140-2 or the most current government processing standard at the time of contract award. The demarcation for the provider shall be the Ashburn Center, in Ashburn, Virginia. The primary teleport provides all uplink and downlink functions for the SATSYS. In the event that the primary teleport becomes unavailable, the provider will provide business continuity via an alternate teleport to include connectivity back to the Ashburn Center. In the event that the primary satellite becomes unavailable, the provider will provide business continuity via an alternate satellite to include connectivity back to the Ashburn Center from the teleport via a dedicated terrestrial circuit. For each one of 18 of our units, the provider will provide two Session Initiation Protocol (SIP) trunks to support 12 concurrent calls to the Public Switched Telephone Network (PSTN). For one unit, there will be 6 VoIP lines dedicated to 6 SCCP (skinny) client phones. The U.S. Army Corps of Engineers (USACE) will be able to monitor DTOS data and communications operations from the site designated as the interface to the USACE Wide Area Network (WAN). The satellite portion of DTOS's operation will also be monitored at the host teleport. If an anomaly is noted by either of these sites, the provider's operation center will be contacted. The Teleport Network Operations Center (NOC) personnel are available on a 24/7 basis either directly or by pager and will respond to any calls within 2 hours of notification. The Team can verify the failure, diagnose the potential problem, and if necessary, contact a service organization for an onsite service call. In this same regard, the provider shall also provide USACE with a secure means of monitoring the real-time utilization of all of the earth stations via secure website. This information shall remain available to USACE on a 24 hour 7 day a week basis and will log historical data back through at least one calendar year from the current date. All Government Request for Quotes (e.g. for additional bandwidth usually at the start of a disaster) must be processed within 24 hrs from receipt and any resulting modifications to the contract must be processed in a timely manner. The transition from the existing provider to the new provider will be the most critical portion of the contract as a break in service could result in downtime for a unit and possible mission failure for the Corps of Engineers. The current provider shall ensure this continuity of service throughout the duration of the transition. For this reason, the new provider will be required to complete the transition of at least one unit within the first two weeks after contract award. Beyond this the provider will have a maximum of 60 days to complete transition of ALL assets to their services and have all systems 100% operable. The provider will be required to reprogram any and all necessary equipment. This may include but is not limited to existing controllers, modems, routers, etc. The government shall not provide ANY additional equipment to complete this transition. The provider shall retain the existing phone numbers that are currently being utilized on the existing equipment. Potential contractors should be able to provide all or none. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 517410, satellite telecommunication carriers. The Small Business Size Standard for this requirement is $15.0 Million. Offerors are requested to respond to this Sources Sought Synopsis with the following information. Responses should be limited to three pages. 1. Offerors name, address, point of contact, telephone number, and e-mail address. 2. Offerors capability to perform in accordance with the above mentioned information to include but not limited to. Include offerors in-house capability to execute the transition (in a timely manner), management (to include the time during a disaster), and meet system requirements; as well as any proposed subcontractors, comparable work performed within the past five years, brief description of the project, and dollar value of the project. 3. Offerors business size to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Small Business, Large Business, Women-Owned Small Business (WOSB), etc. 4. Small Businesses must show capability to perform at least 50% of the work (IAW FAR 52.219-14). Interested Offerors shall respond to this Sources Sought Synopsis no later than April 17, 2012, e-mail your response to U.S. Army Engineer District Mobile, Attn: CESAM-CT/Mr. Carl Wade, E-mail Carl.M.Wade@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-12-L-0006/listing.html)
- Place of Performance
- Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
- Zip Code: 36628-0001
- Zip Code: 36628-0001
- Record
- SN02712995-W 20120405/120403235947-6e86030fc32e63307a5feaec72d3ffa8 (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 |