Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2006 FBO #1713
MODIFICATION

58 -- Satellite System

Notice Date
8/3/2006
 
Notice Type
Modification
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-06-Q-0037
 
Response Due
8/18/2006
 
Archive Date
8/30/2006
 
Point of Contact
Maria Martin, Contract Specialist, Phone (540) 542-2300, Fax (540) 542-2632, - Lori Smith, Contract Specialist, Phone (540) 542-2307, Fax (540) 542-2632,
 
E-Mail Address
maria.martin@dhs.gov, lori.smith@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is Amendment 003 to combined synopsis/solicitation number HSFEMW-06-Q-0037 for a Regional Satellite System. Amendment 003 addresses the following: (1) Questions and Answers and (2) Extension of Due Date for receipt of quotes: (1) QUESTIONS AND ANSWERS 1. What satellite will be used? Current contract is for Horizon 1 @ 127. Reference 2.1 K of the revised Statement of Work (SOW). 2. What are the satellite electrical particulars? Horizontal polarity being used at this time. Reference 2.1 K of revised SOW. 3. What is the G/T, etc. of the Hub earth station? PanAmSat can provide. Reference 2.1 J of revised SOW. 4. What is the number of carriers and maximum data rates in each direction? Carriers are turned up as required, Minimum Uplink 1024 and minimum Downlink 1024. Reference Section 4.2 H of revised SOW. 5. Section 3.1.5 - What specific OSHA standard is referred to for "two person lifting"? Revised SOW addresses the recommended weight per container. Reference 2.1 F of revised SOW. 6. Section 3.1.6 - Is transportation by small truck sufficient, or must the system be able to be checked as excess airline baggage? Would air freight be acceptable? Is there a preference? Revised SOW does not address any requirement to be air freight capable and transportation by van or suburban is preferable. Reference 2.2 of revised SOW. 7. Section 3.2.2.1(B) - What amount of rain fade should be considered as "extreme weather conditions"? Revised SOW removed this requirement and lists BUC minimums. Reference 4.1 E and F of revised SOW. 8. Section 3.2.3.1 LNA - What is a Ku-Band LNA System 80? Is the use of an LNB acceptable? LNB is acceptable. Reference 4.1 D of revised SOW. 9. Section 3.2.4 Modems - This section seems to require a 1:7 modem system. This implies that the remote must be capable of multi-carrier operation. Is this correct? Revised SOW addresses the requirement for matching modems on both ends. Reference 4.2 C of revised SOW. 10. Reference 3.2.4 Modems. Is each transportable required to be equipped with 1:7 redundancy which totals 8 modems per system? Revised SOW describes two modems required for each system, one with system and matching modem to install in earth station. Reference 4.2 C of revised SOW. 11. Please expand the definition/requirement of the ?1:7 modem system?. Will this be a multi-carrier platform? Reference to 1:7 modem system is deleted. Reference revised SOW. 12. The Govt. requires that a UPS be provided. How long is the remote required to operate from the UPS battery without or after loss of AC power? Hold system up for 5 to 10 minutes without AC source. Reference 2.1 P of revised SOW. 13. Is there a requirement for remote antenna certification, e.g. IESS 302? Remote antenna must be PanAmSat certified for operation on Horizon 1 satellite. Reference 4.1 A of revised SOW. 14. Is the vendor required to provide any base band multiplexing equipment? Revised SOW should clarify that these are separate systems that will terminate into the Atlanta Region IV Office, into one of the 50 tunnel UDGateway units already installed and owned by the government. Reference 3.1 C of revised SOW. 15. Representations and Certifications ? For previous RFP and GSA submissions, reference to our electronic filing on the ORCA site has been made. Is this sufficient for this RFP response? Reference Clause 52.212-3 Offeror Representation and Certifications?Commercial Item incorporated by reference in the combined/solicitation. It states the following: ?An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov If an offeror has not completed the annual certification electronically at the ORCA website, the offeror shall complete only paragraph (b) through (j) of this provision.? 16. A Satellite Link Budget is required to determine the minimum antenna diameter and SSPA output power. Remote satellite antenna is to be no larger than 1.2 meter with 4 watt BUC, smaller antenna will have minimum of 8 watt BUC. Reference 4.1 F of the revised SOW. 17. What satellite's) will the system operate over? Reference answer to question number 1. 18. What link availability is required to maintain operation ?through extreme weather conditions? Revised SOW removed this requirement and lists BUC minimums. Reference 4.1 E of revised SOW. 19. Do the existing SDM300A modems have the Turbo Codec option installed? Modems to be specified by the respondent for system recommended to meet mission requirements of voice and data. Reference 4.2 O of revised SOW. 20. What is the maximum data rate a remote site will be required to uplink? Reference answer to question number 4. 21. In regard to the existing entry point at the MWEOC: Revised SOW addresses the current entry point into FEMA as being the Atlanta, GA, Region IV Office. 22. What is the size of satellite antenna? The size is .75 to 1.2 meter range. Reference 4.1 A of revised SOW. 23. Is there automatic uplink power control? Uplink power control is required for setup only. Reference 4.2 of the revised SOW. 24. The Solicitation references ?? and full motion 36MHz video transmissions?. Is there a requirement to TX or receive said video by each of the 10 remotes? Revised SOW removed the requirement for any video. 25. Is there any equipment required to be installed at the existing 2 sites as part of this solicitation? Revised SOW addresses the need for modems to be purchased, installed and integrated into current PanAmSat facility. 26. Define the equipment with manufacture and part numbers for the voice order-wire system (Modulator, demodulator and push-to-talk audio components). Revised SOW removed the order-wire system from the requirements. 27. Reference Paragraph 3.1.2, ?System will support a minimum of 24 Data and 24 Voice simultaneous connections?. Since the equipment at the transportable terminal must be compatible to same at the existing hub: Revised SOW addresses the voice and data requirement. Reference 4.2 O of revised SOW. 28. What is the demarcation point of the terminal: T1 G.703, or 24 data ports + 24 voice ports? Demark at FEMA Region IV Office in Atlanta, GA, into one of the 50 Tunnel UDGateway units. Reference 3.1 C of revised SOW. 29. If not G.703, then what multiplexer is in use at the MWEOC that will aggregate the minimum 24 data connections, plus 24 voice connections onto a since data stream for connection to the SDM300A satellite modem See answer to question 28. 30. Reference 3.2.5 Voice Order-wire. On-Call Communications is a competing prime system integrator contractor. Microphase manufactures the specified audio analog modulator (MP-1040/Option16) and demodulator MP-2030/Option16. What equipment or value added service does On-Call Communications provide to the voice order-wire / 70MHz subsystem that a different prime contractor can provide without going to On-Call Communications for? Reference answer to question 26. 31. Reference 3.2.5 Voice Order-wire. ?This system must be remote capable to our NNOC via copper or fiber? Reference answer to question 26. 32. What is ?NNOC? FEMA's National Network Operations Center. 33. Is there one for each transportable system? Revised SOW removed this requirement. 34. What is the distance that is required to be remoted by copper? Antenna system to electronic indoor cases is minimum of 100 feet and from indoor cases to data laptop positions and analog voice positions is 25 feet. Reference 4.2 J and L of revised SOW. 35. Must all 10 systems be ready in 90 days of award, or just the first? Period of Performance has been revised in the SOW which includes testing. Reference 2.2. 36. Can the due date of the proposal be extended until 2 weeks after the answers are provided in order to allow for sufficient time to perform link budget calculations? See revised due date as part of this amendment. 37. How many satellite terminals are required in each of the 10 regions and what the total number of required satellite terminals is? One terminal per Regional Office totaling ten units. Reference revised SOW. 38. Please provide the maximum allowable distance of the antenna subsystem from the remote communication shelter. Minimum distance is 100 feet, no maximum. Reference 4.2 L of revised SOW. 39. Can you confirm that this is a ?STAR? satellite network requirement? Point to point network. Reference in revised SOW as ground entry point. Reference 2.1 I. 40. Could you clarify if the solicitation includes the satellite service. I read it to understand that the solicitation only covers the 10 terminals and other equipment. However, I did want to confirm that the service was not included. I would expect that the new terminals would use the existing service. Satellite service is not included in this RFQ. 41. Is the use of the MicroPhase MP-2030/Option 16 and MP-1040/Option 16 a hard requirement. If possible, we want to suggest an alternative. The MicroPhase order wire system's) pass voice user traffic in the clear; very easy for the press and the public to monitor sensitive FEMA conversations. Can we recommend and alternative? Revised SOW removed this requirement. 42. Will a tailored (pull behind trailer) version that carries all the specifications and equipment suffice as this bid, as long as it meets the OSHA two-man lift and wind criteria? Revised SOW addresses the requirement to have all transportable by van or suburban. Reference 2.1 E of revised SOW. 43. Is the bandwidth on the satellite already paid for? Does this need to be added to the bid? Not required for this procurement. 44. Do you have the PDF or spec sheets for all the equipment specified? Is the Comtech, and other equipment specified GFE? Revised SOW defines what is required by contractor and what government will provide. 45. What VoIP connectivity provider would be used? A VoIP solution is acceptable for the link between the remote site and the FEMA Atlanta, GA Regional Office only. Reference 2.1.B of the revised SOW. 46. What about SIP, VoIP phones? Would these be needed for this set-up, and would they be GFE? Voice instruments are to be analog slim line sets only. Reference 4.3 I of revised SOW. 47. If it would take 90 days for the first unit tests, then what timeline is expected for the other units? Revised SOW addresses delivery requirements. Reference 2.2 of the revised SOW. 48. Para. 3.1.1 specifies a T1 transmission rate (e.g. 1.544 Mbps). Para 3.2.2.1B states BUC must be able to power through extreme weather conditions. This statement is subjective, and so cannot be used to determine BUC power requirements. In order to determine the BUC power requirements an objective criteria is needed. This can be stated in any of 3 ways: (1) Specification on the maximum EIRP of the terminal under any weather conditions, or (2) Specification on the minimum uplink margin beyond that which is needed under clear sky conditions, or (3) Specification on the required link % availability. Revised SOW addresses remote satellite antenna is to be no larger than 1.2 meter with 4 watt BUC, smaller antenna will have minimum of 8 watt BUC. Reference 4.1 E of revised SOW. 49. Para. 3.2.4A specifies a 1:7 modem system. If a single T1 is required per para. 3.1.1, then a single modem or 1:1 redundant modem system seems more appropriate. Please clarify. Revised SOW describes two modems required for each system, one with system and matching modem to install in earth station. Reference 4.2 C of revised SOW. 50. Para. 3.2.5A requires a voice order wire system. The last sentence states the system must be remote capable to our NNOC via copper or fiber. Is this applicable to the remote terminal. It would appear this NNOC is only located at Mt. Weather. As such, this requirement is not applicable for the 10 systems being procured. Revised SOW removed this requirement. 51. Para 3.2.5 specifies On-Call model numbers for voice order wire. Are these part numbers for the hub or 10 remote terminal systems? Revised SOW removed this requirement. 52. Para 3.3.1 states the government will provide fiber and copper connections to each shelter. This system does not include a shelter. The modem and base band equipment is provided in transit cases. The demark for the terminal is the transit case's). All government connections/interfaces are to these cases. Please clarify. Revised SOW removed this requirement and added the corrected wording. 53. Para. 3.3.1 requests a Monitor and Control System with software and drivers. Will the contractor supply a laptop computer or is this GFE? Revised SOW removed this requirement. 54. As a small business that meets the NAICS code requirement we intend to propose our solution and price as a prime contractor for this RFQ. In performance of this effort we intend to use another small company to help with some of the integration effort. Is it permitted to use past performance from that company to help meet the requirements to provide five recent sources that can verify performance of similar items of comparable dollar value? In accordance with the evaluation factors, recommend you provide adequate information for the Government to evaluate your proposal. 55. This opportunity is designated Set-Aside for Total Small Business, does this mean that all members of a small business team (Prime and Subcontractors) must meet the small business size standard of 13.5M? The prime contractor must meet the Small Business Administration (SBA) requirements. 56. Can the NAICS code be changed to 334220 (750 employees) vice 517410 ($13.5M)? This would open the opportunity to more qualified providers and provide a better selection of satellite equipment. No. The NAICS code was selected because it best meets this requirement. 57. My company is a small business; however our annual revenues are more than the 13.5 million standard you specify in your RFQ. Could you please let me know if our company would be considered a viable bidder? Your local Small Business Administration office can provide you their guidance as to your small business status and eligibility for award. (2) EXTENSION DUE DATE: DUE DATE FOR SUBMISSION OF QUOTES IS EXTENDED TO AUGUST 18, 2006, 4:30PM, LOCAL TIME. NO MORE TECHNICAL QUESTIONS WILL BE ENTERTAINED BY THE GOVERNMENT. END OF AMENDMENT 003 TO HSFEMW-06- Q-0037.
 
Place of Performance
Address: DHS/FEMA, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135
Zip Code: 20135
Country: UNITED STATES
 
Record
SN01105197-W 20060805/060803220459 (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.