Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 31, 2015 FBO #5151
SOLICITATION NOTICE

D -- Complex Commercial Satellite Communications (SATCOM) Solutions (CS3) - Package #1

Notice Date
12/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), ITS Office of Acquisition Operations (QTA), 1800 F. Street N.W., 4th Floor, Washington, District of Columbia, 20405, United States
 
ZIP Code
20405
 
Solicitation Number
QTA0015SDA4003
 
Archive Date
2/16/2016
 
Point of Contact
Tracey T. Embry, Phone: 7033067041
 
E-Mail Address
tracey.embry@gsa.gov
(tracey.embry@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
CS3 RFP Section M CS3 RFP Section L CS3 RFP Section K CS3 RFP Section J Attach J-17 CS3 RFP Section J Attach J-16 CS3 RFP Section J Attach J-15 CS3 RFP Section J Attach J-14 CS3 RFP Section J Attach J-13 CS3 RFP Section J Attach J-12 CS3 RFP Section J Attach J-11 CS3 RFP Section J Attach J-10 CS3 RFP Section J Attach J-9 CS3 RFP Section J Attach J-8 CS3 RFP Section J Attach J-7 CS3 RFP Section J Attach J-6 CS3 RFP Section J Attach J-5 CS3 RFP Section J Attach J-4 CS3 RFP Section J Attach J-3 CS3 RFP Section J Attach J-2 CS3 RFP Section J Attach J-1 CS3 RFP Section J TOC CS3 RFP Section I CS3 RFP Section H CS3 RFP Section G CS3 RFP Section F CS3 RFP Section E CS3 RFP Section D CS3 RFP Section C CS3 RFP Section B CS3 RFP SF33 Page 2 of 2 CS3 RFP SF33 page 1 of 2 CS3 RFP Cover Letter The Request for Proposal (RFP) #QTA0015SDA4003 for the Complex Commercial Satellite Communications (SATCOM) Solutions (CS3) acquisition has an overarching objective to create contracts as flexible and agile as possible to meet and satisfy the widely differing requirements of the Federal Government organizations both now and for the next decade and beyond. Contractors are sought who will provide worldwide commercial satellite communications (COMSATCOM) Complex Solutions; all responsible sources may submit a proposal which shall be considered by GSA. COMSATCOM Complex Solutions comprise customized engineered solutions to meet customers' unique COMSATCOM needs. These solutions may include any combination of fixed satellite services and/or mobile satellite services, components, and/or service enabling authorizations (e.g., host nation approvals, landing rights, frequency clearances, etc.) and components and ancillary equipment such as terminals, teleports, terrestrial tail circuits, Subscriber Identity Module (SIM) cards, and peripherals. The Offeror shall provide the COMSATCOM system engineering design, configuration, installation, implementation, training, and on-going maintenance and operational support necessary to deliver a COMSATCOM Complex Solution. The Offeror shall design solutions that allow for purchase of solution components (where the Government retains ownership of equipment, e.g. satellite transponder) and/or leasing of solution components (where the Offeror retains ownership of equipment). The Offeror solutions shall meet the Information Assurance, Responsiveness, Portability, Flexibility/Optimization, Capacity, Coverage, 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 Section C.2.4 as assigned by the Ordering Activity on a Task Order basis. The Offeror shall provide the necessary capabilities and deliver solutions of the scope herein, in response to requirements aligning with the COMSATCOM Complex Solution types described in C.2.3.4.1 through C.2.3.4.9. The Offeror shall have the ability to provide a solution-specific combination of at least, but not limited to, the services identified below: 1. Design and Engineering Services including, but not limited to, site surveys, developing specifications, drawings, reports, schedules and other related work products, configuration, procurement, implementation, installation and testing. 2. Ongoing Maintenance and Operational Support Services including, but not limited to, network management, operations support, gateway operations, full lifecycle logistics support, quality assurance, asset management, maintenance and repair services. 3. Customer Care and Helpdesk Support including, but not limited to, facilitating satellite and network access, responding to trouble calls and complaints with identified points of contact, availability, and procedures for problem resolution, information flow, and escalation. Personnel providing Customer Care and Helpdesk Support must be English-speaking. The individual customer requirements will define the methods of customer access and hours of operation up to 24 hours per day, 7 days a week. 4. Training shall include, but is not limited to: satellite access procedures, equipment operations, and maintenance training. This is 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, including FAR Part 15. This announcement with attachments constitutes the only solicitation. See all attachments including the Cover Letter, SF33, RFP, and all separate attachments. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-85). The provision at 52.212-1, 52.212-5 and GSAM 552.212-4 apply to this solicitation. Offerors shall complete FAR 52.212-3 with the proposal. This acquisition will utilize full and open competition The Government anticipates awarding multiple contracts from this solicitation, including awards to large businesses and two or more awards reserved for small businesses in accordance with Federal Acquisition Regulation (FAR) 19.502-4(a). For this acquisition, a concern will be considered small under North American Industry Classification System (NAICS) code 517410. The period of performance is a five year base period with one three-year option period and one two-year option period. The place of delivery/performance and FOB point will be stipulated by the Ordering Activity on a Task Order basis. Additionally at the Task Order level, one or more items may be subject to the World Trade Organization Government Procurement Agreement and/or Free Trade Agreements. The source selection process on CS3 will neither be based on the Lowest Price Technically Acceptable (LPTA) nor Tradeoffs. Within the best value continuum, FAR 15.101 defines best value as using any one or a combination of source selection approaches. For CS3, the best value basis for awards will be determined by the Highest Technically Rated Offerors with a Fair and Reasonable Price. It will be the Government's sole discretion to determine how many awards to make. The Government intends to evaluate proposals and award a contract without discussions with Offerors; however, the Government reserves the right to conduct discussions. Each initial offer should contain the Offeror's best terms from a technical, management and cost standpoint. The following factors will be used to evaluate proposals: Technical, Past Performance, Management and Price. In determining which offerors represent the Highest Technically Rated offerors, the Government considers Factor 1 (Technical) and Factor 2 (Past Performance) to be equal in weight, and each are more important than Factor 3 (Management). Submission of Questions Regarding the CS3 RFP •1. All questions regarding the RFP must be submitted via email to CS3@gsa.gov following the instructions in Section L.9 of the RFP. •1.1. Questions or requests for extension submitted after the cut-off date may not be addressed unless the Government determines that the answer to the question imparts information material to industry's ability to respond to this solicitation. •2. To ensure timely response, questions must be received no later than: Thursday, January 7, 2016, 4:30 p.m. EASTERN TIME. •3. All amendments and answers to questions will be posted to FBO.gov. •4. Any issues associated with reading or accessing the RFP shall be directed to tracey.embry@gsa.gov. Submission of All Proposal Documents •1. All proposal documents must be submitted via the AcquServe repository. •2. The "Instructions for Gaining Access to AcquServe" are included in Section J.16 of the RFP. •3. The vendor portal will be ready for interested vendors to test their access beginning January 8, 2016. The closing date for proposals is February 1, 2016 at 4:30PM Eastern Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d508efff971d2325c287151dbe8e66da)
 
Place of Performance
Address: The place of delivery/performance and FOB point will be stipulated by the Ordering Activity on a Task Order basis. Additionally at the Task Order level, one or more items may be subject to the World Trade Organization Government Procurement Agreement and/or Free Trade Agreements., United States
 
Record
SN03979633-W 20151231/151229234302-d508efff971d2325c287151dbe8e66da (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.