COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 1, 2001 PSA #2947
SOLICITATIONS
D -- C-BAND SATELLITE SPACE SEGMENT AND GATEWAY SERVICES FOR U.S. NAVY SHIPS
- Notice Date
- September 27, 2001
- Contracting Office
- Space and Naval Warfare Systems Command, 4301 Pacific Highway, San Diego, CA 92110-3127
- ZIP Code
- 92110-3127
- Solicitation Number
- N00039-02-R-2300
- Response Due
- October 5, 2001
- Point of Contact
- Wendy Harrison, Contract Specialist, (619) 524-7194
- E-Mail Address
- E-mail address for the Contract Specialist (harriso@spawar.navy.mil)
- Description
- The Space and Naval Warfare Systems Command (SPAWAR) intends to negotiate a sole source contract with VereStar/Maritime Telecommunications Network, Inc. (MTN), 387 Passaic Avenue Suite 203, Fairfield, NJ 07004-2015 under N00039-02-R-2300 pursuant to the statutory authority of Title 10, U.S.C. Section 2304(c)(1), only one responsible source, as implemented by FAR 6.302-1(a)(1). This 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 Commercial Service type contract in accordance with FAR Part 12. It will be a single Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract with Fixed-Price Line Items, and an ordering period from 15 October 2001 through 15 October 2006. The sole source contract with VereStar/MTN will be for premium non-preemptable full duplex global beam C-band space segment service on INTELSAT 706 or the satellite INTELSAT deploys at 307 degrees East; and, premium non-preemptable protected, full duplex satellite space segment service on GE-1 transponder 24C located at 257 degrees East. This acquisition will provide communications channels utilizing various data rates of at least one 10 Mbps channel or multiple links of lower data rates. In addition to the space segment, VereStar/MTN will furnish earth station capabilities at the existing Navy leased gateways located on each coast of the continental United States. Engineering services, including link budget and transmission planning services addressing frequency spacing considerations will also be provided by VereStar/MTN. Connectivity from the gateway to the designated Navy Point-of-Presence will be accomplished via existing Navy leased terrestrial infrastructure. The two Draft Statement of Work files are available at https://e-commerce.spawar.navy.mil. Click on Business Opportunities; then Headquarters; then Future Opportunity; then click on the yellow folder or blue arrow to the left of N00039-02-R-2300; then on each of the Draft Statement of Work files. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS; however, all responsible sources that can provide supporting data to demonstrate that they can successfully provide the following services will receive consideration: 1) Space Segment Service. The coverage required is from +/- 70 degrees latitude to 100 degrees west longitude and 30 degrees east longitude. In addition, coverage must include CONUS and Hawaii from 10 degrees north latitude to 50 degrees north latitude and 170 degrees west longitude to 50 degrees west longitude. Ocean areas covered need to include Atlantic Ocean, Pacific Ocean, Caribbean and Mediterranean Sea. U.S. Navy ships are equipped with INTELSAT standard G/Gx 2.74 meter tracking antennas with circularly polarized feeds and a G/T of 18.5 dBi/K. 2) If a linear satellite is being proposed, this would require an end transponder with a frequency range of 6406.5 -- 6425MHz. 3) Operations on a 24 hour-a-day, 7 day-a-week basis. 4) Gateway and Engineering Services. 5) Multiple T1 connectivity to the designated Navy Point-of-Presence. Interested sources must provide evidence of space segment reservations; a detailed description of the type of service and coverage offered; and demonstrate their ability to manage the provision of the required services to the Navy through past performance of similar services or a suitable management plan. Responses shall be in writing and no longer than five (5) pages. If an interested party cannot co-locate its earth station capability at the existing Navy leased gateways to allow the Navy to utilize its existing leased communications circuits to provide connectivity to NCTAMSLANT in Norfolk, VA, and NCTS San Diego, CA, the responder shall also identify its solution for gateway services as well as its solution to completing the required connectivity and include the additional cost resulting from its alternate solution in its written response to this notice. Responses shall be e-mailed to harriso@spawar.navy.mil. Responses received by 2:00 PM PDT on 05 October 2001 will be considered. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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. Questions or requests for additional information must be in writing and e-mailed to harriso@spawar.navy.mil. Telephone requests will not be honored. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. (In making its determination, the Government will also consider the cost of duplicating Government-furnished networking equipment at a location other than its existing leased gateways that would be required to effect connectivity to the designated Navy Point-of-Presence.) Any additional or subsequent information pertinent to this requirement will also be posted to the website https://e-commerce.spawar.navy.mil under N00039-02-R-2300 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.
- Web Link
- SPAWAR Business Opportunities Web Page (https://e-commerce.spawar.navy.mil)
- Record
- Loren Data Corp. 20011001/DSOL012.HTM (W-270 SN50Z0D9)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on September 27, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|