Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 16, 2001 PSA #2852
SOLICITATIONS

D -- C-BAND SATELLITE GATEWAY SERVICES FOR U.S. NAVY SHIPS

Notice Date
May 15, 2001
Contracting Office
Space and Naval Warfare Systems Command, 4301 Pacific Highway, San Diego, CA 92110-3127
ZIP Code
92110-3127
Solicitation Number
N00039-01-R-3210
Point of Contact
Sandra Jones, (858) 537-0306 or Pamela F. Kibler, (619) 524-7192
E-Mail Address
E-mail address for the Contract Specialist and Contracting (jonessj@spawar.navy.mil and kiblerp@spawar.navy.mil)
Description
The Space and Naval Warfare Systems Command (SPAWAR) intends to release Request for Proposal (RFP) N00039-01-R-3210 to provide C-band satellite gateway, engineering, transmission planning and terrestrial connectivity services. The resulting contract will support the Navy Commercial Wideband Satellite Program (CWSP), Challenge Athena (AN/WSC-8), a Command and Control/Communications system. SPAWAR intends to award a single Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract, incorporating Fixed-Price Line Items, with an ordering period from 1 September 2001 to 30 September 2006. The competitive RFP will be for satellite gateway services to be provided by a commercially owned, operated, and maintained satellite earth terminal on the island of Oahu, Hawaii. Award of a commercial services-type contract in accordance with FAR Part 12 is anticipated. Terminal operations shall be 24 hours per day, 7 days per week with an on-site satellite terminal operator who is certified to operate an INTELSAT system. In addition, the contractor will be required to provide connectivity from the gateway to the U.S. Navy's Network Operations Center at NCTAMS PAC, Wahiawa, HI by a minimum full period, full duplex, dedicated T3 data information rate terrestrial leased line. The Government-provided space segment currently covers the Western Pacific Ocean (INTELSAT 702 located at 176 degrees East and/or INTELSAT 701 at 180 degrees East), but future requirements are planned to include far Western Pacific and Indian Ocean Coverage. Accordingly, the RFP will require the contractor to also have the ability to accommodate such Western Pacific/Indian Ocean satellites. The Government-provided space segment will provide communications channels utilizing various data rates of at least one 10 Mbps channel or multiple links of lower data rates. U.S. Navy ships are equipped with 2.74 meter tracking antennas with circularly polarized feeds and a G/T of 18.5 dB/K. The terrestrial gateway shall consist of a minimum INTELSAT STD A antenna located in Oahu, Hawaii and provide access to the satellites specified above. The gateway facility shall house Government Furnished Equipment (GFE) including modems and networking equipment. The gateway shall provide all Radio Frequency equipment necessary to access the satellites specified above. The gateway contractor shall provide all services necessary to operate the gateway equipment and pay for all fees associated with operating the gateway. The contractor-provided terrestrial communications circuits shall consist of a T3 (45Mbps) and redundant T1 (1.544 Mbps) leased lines between the gateway and NOC at NCTAMS PAC, Wahiawa, HI. The draft Statement of Work is available at https://e-commerce.spawar.navy.mil under solicitation number N00039-01-R-3210. Click on Business Opportunities; then Headquarters; then Future Opportunity; then click on the yellow folder or blue arrow to the left of N00039-01-R-3210. The solicitation, when released, will also be posted to the website under Open Solicitations and no other notice will appear in the CBD. Interested parties are invited to subscribe to the solicitation on the website to ensure they receive any notices connected with it. NO DETERMINATION HAS YET BEEN MADE AS TO WHETHER THIS RFP WILL EXCLUDE PARTICIPATION BY LARGE BUSINESSES. Accordingly, an interested offeror who qualifies under NAICS code 513390 as a small business, small disadvantaged 8(a) certified business, small disadvantaged non-certified 8(a) business, woman-owned small business, HUBZone small business, veteran owned small business, or service-disabled veteran owned small business, is invited to submit a capabilities statement of no more than five pages demonstrating that it can successfully provide the required services. The capabilities statement shall include a detailed description of the type of service offered; location of its proposed gateway; the owner/operator of its proposed gateway and, if not itself, the nature of arrangements made with the owner/operator to provide the required services; existing capabilities of its proposed gateway, any improvements that will be necessary to meet the stated requirements, the current status of such improvements (e.g., not started, in-process) and the scheduled completion date of such improvements; the services and/or supplies that will be subcontracted along with the estimated value of the subcontracts; and the offeror's past performance of similar services, including names and telephone number of appropriate references. The NAICS code for this procurement is 513390. Therefore, a small business for the purposes of this procurement is defined as a business, including its affiliates, averaging no more than $11 million dollars in annual receipts. Annual receipts of a concern which has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. Please refer to FAR Part 19 for additional requirements that must be met in order to qualify as a small business. The FAR is available at http://web2.deskbook.osd.mil/default.asp. Responses by small businesses shall be e-mailed to jonessj@spawar.navy.mil and kiblerp@spawar.navy.mil. Responses received no later than noon Pacific Daylight Time on 24 May 2001 will be considered. Questions or requests for additional information must be in writing and e-mailed to jonessj@spawar.navy.mil and kiblerp@spawar.navy.mil. Questions shall NOT contain any information considered proprietary as the questions and answers will be posted to the SPAWAR website. Telephone inquiries or requests will not be honored. Submissions that do not respond to the requirements of this notice will be considered non-responsive. The Government will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender. Any information considered proprietary shall be so marked. Information received will normally be considered solely for the purpose of determining whether to conduct a full and open competition or a competition that excludes participation by large businesses. A determination by the Government not to exclude large businesses from this competition is solely within the discretion of the Government.
Web Link
SPAWAR Business Opportunites Web Page (https://e-commerce.spawar.navy.mil)
Record
Loren Data Corp. 20010516/DSOL006.HTM (W-134 SN50L9Y0)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on May 15, 2001 by Loren Data Corp. -- info@ld.com