|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,1999 PSA#2363General Services Administration, Federal Technology Service (FTS),
Acquisition Services Division (6TS-A), 1500 Bannister Road, Kansas
City, MO, 64131 70 -- 6TSA-99-DJH-0139 SOL 6TSA-99-DJH-0139 DUE 061499 POC Delta Helm,
Contract Specialist, Fax (816) 823-3322, Email xxxx WEB: Visit this URL
for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=6TSA-99-DJH-0
139&LocID=211. E-MAIL: Delta Helm, xxxx. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulations document (FAR) subpart
12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation: proposals
are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED.
Solicitation number 6TSA-99-DJH-0139 is being issued as a request for
quotations (RFQ). The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
(FAC) 97-11. This procurement shall require the contractor to install
and maintain eqiupment needed to enable diverse routing of T1 lines (2
to 4 lines, up to 6.2 megabytes) through the northern route for the
Wallops Command Data Acquisition Station (WCDAS) located at Wallops
Virginia to the Satellite Operations Control Center (SOCC) located at
Suitland, MD. Work will include tying into the two existing T1 lines
located in the WCDAS POLARcommunications room and tying into the Bell
Atlantic/ATT T1 lines in Pocomoke, MD. The tower located at the WCDAS
should be available for use for the WCDAS lines at no charge to the
contractor in its current condition. All other tower rental would have
to be negotiated and this cost must be included in the contract price.
REQUIREMENTS: The link shall have an up time of 99.9 percent and will
be able to withstand unfavorable weather conditions (snow, rain, fog,
etc.). The link must be able to support point to point connectivity
from the WCDAS to SOCC using Restricted Clear Channel capabilities (no
overhead in the T1 synchronous data channel line). The current
connectivity settings of the existing T1 lines must be supported. The
link shall be able to accommodate at least two T1 lines (3.1 megabytes)
with an option to add other lines up to a DS-3 link. The contract shall
be for 1 year with 4 option years. Contractor shall include pricing
(monthly rate) for all years in their proposal. The maintenance of all
the equipment installed by the contractor shall have 24 hour 7 day a
week coverage with 4 hour on site response time during the duration of
the contract. All items used for the transmission of data installed by
the contractor shall have on line backup systems for full redundancy.
All cabling from the WCDAS 745 Mux located in the POLAR communications
center to the WCDAS tower shall be provided and installed by the
contractor. All cabling from the end tower location to the T1 lines
provided by NOAA shall be provided and installed by the contractor.
Documentation on all equipment and cabling installed must be provided
by the contractor to the WCDAS communications manager in Word Perfect
version 8 or above and AutoCAD version 13 or above formats.
Documentation shall consist of all installed cabling, basic
troubleshooting procedures of the installed circuits, contacts for
troubleshooting the installed circuits and any procedures needed in the
operation of the installed equipment. QUALITY ASSURANCE: Testing of new
datalinks shall be off-line using a BERT tester provided by the
contractor. The test will be a point to point test (from WCDAS to
SOCC). Final testing of the data links will be continuous operational
test data consisting of V.35, RS232 and voice grade circuits from the
WCDAS to the SOCC facilities for a period of one week with no
noticeable dropouts of data. The testing completion will be signed off
by a NOAA representative assigned by the COTR. DELIVERY: The
installation and final testing of the data links shall not exceed 3
months after the contract is awarded. Access to all WCDAS site areas
will be granted to the Contractor pending a two business day notice of
the areas needing access. Interruption of the existing T1 services
must be coordinated and approved with the WCDAS and SOCC communications
managers. NOTES: Location of possible tower sites in the Pocomoke, MD
area: Bell Atlantic Site: latitude 38 04 30, longitude 075 32 20, AMSL
C/L 14', Tower 270', Height approx. 400'. WOLC Site: latitude 38 07
06, longitude 075 40 30, AMSL C/L 15', tower 260', approx. 400'. PLEASE
ACKNOWLEDGE ALL REQUIREMENTS ON QUOTATIONS. No partial quotes will be
considered. The provision at FAR 52.212-1, Instructions to Offerors,
applies to this acquisition. Evaluation is based on best value
including cost and ability to meet service requirements. Offerors shall
include a completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications-Commercial Items, with its offer.
The clause at FAR 52.212-4, Contract terms and Conditions-Commercial
Items, applies to this acquisition. In addition to the guidance
contained in FAR 52.212-4, contractors shall submit proof of delivery
with their invoices. Proof of delivery may be in the form of a bill of
lading or other shipping document signed by the receiving office.
Invoices received without proof of delivery will not be accepted. The
clause at FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders-Commercial Items, applies to
this acquisition. Offers are due by close of business June 14, 1999,
and can be submitted to the address shown above Attn: Delta Helm or
sent by FAX to the number shown above. Inquiries regarding the
solicitation will only be accepted via FAX. Posted 06/07/99
(D-SN339724). (0158) Loren Data Corp. http://www.ld.com (SYN# 0383 19990609\70-0010.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|