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 No. 002 to combined synopsis/solicitation number HSFEMW-06-Q-0037 for a Regional Satellite System. Amendment 002 makes the following changes: (1) Revised Statement of Work. Questions and Answers and due date will be included in amendment No. 003. (1) REVISED STATEMENT OF WORK: BACKGROUND FEMA?s mission encompasses the centralized direction of emergency management in both peacetime and war, for emergencies ranging from natural disasters to nuclear war. FEMA carries out its responsibilities through a field organization of ten Regional Offices, five Federal Regional Centers, the Mt. Weather Emergency Assistance Center (MWEAC), the National Emergency Training Center (NETC), Washington DC, the Olney Federal Support Center and fixed disaster processing sites. Currently, the ten Regional Offices have little or no backup communications capabilities to remotely operate voice and data. Some facilities use HF radio for backup communications. However, this only provides a very limited capability and should only be used as a last resort. During the 9/11 event, FEMA?s Region II, New York, facility lost all communications and functioned by removing window filming and utilizing several single channel satellite telephones. This provided no data capability and very poor voice quality seriously hampering response efforts. The Regional Offices need backup communications that is extremely small and portable which would allow them to also be relocated to a COOP or disaster facility. They also require systems requiring minimal technical skill for setup and operation. Satellite communications will be an essential back-up means in the event that landlines, cellular towers and even HF radio become inoperable. It is the government?s desire to have a single solution providing telephone and secure encrypted Internet service with TCP acceleration for the Regional Offices. The current network ground entry point is PanAmSat?s Atlanta teleport, located in Ellenwood, GA and is connected via a private link to FEMA Region IV headquarters. 2. GENERAL 2.1 GENERAL REQUIREMENTS A. Provide Ku satellite communications link into the FEMA infrastructure for sixteen to twenty four voice and sixteen to twenty four data connections. B. VoIP is acceptable solution between remote satellite system and the Atlanta, GA Regional Office. C. TCP acceleration is required for VoIP link. D. TCP encryption required at AES or 3DES. E. The satellite system must be small, light weight and portable, to be transported in Suburban or van type vehicle. F. System should not exceed 150 pounds per case. G. Multiple transit cases are acceptable. H. Satellite system set up time must be less than 2 hours from time of arrival on site, to being fully operational with both voice and data. I. The ground entry point to FEMA is currently Atlanta, Georgia in the Region IV Office. J. Current Earth Station is PanAmSat Ellenwood facility. K. Current contracted satellite space is on Horizon 1 and all horizontal polarization. L. Systems must fully auto acquire a preprogrammed satellite. M. Systems must be shock mounted for transport. N. System will operate on dedicated satellite space only. O. All units must be capable of operating with 98% uptime for voice, data, and fax for extended periods. P. A UPS must be provided to maintain system for five to ten minutes without an electrical power source. 2.2 PERIOD OF PERFORMANCE The period of performance shall begin upon the contractor?s receipt of the purchase order or contract award notification. Systems delivery and government testing is anticipated to be no later than 120 days from award for the first system. A phased approach for the remaining nine systems will require delivery and testing for one system every ten working days after acceptance of the first system and will be delivered to each of the regional offices. Total period of performance is 210 days. Respondents are required to submit proposed delivery schedule with proposal. 3. GOVERNMENT DELIVERABLES 3.1 GOVERNMENT A. Systems enter FEMA at the Atlanta Regional office on a dedicated circuit provided by the government. B. Modems and network electronics at the earth station end will be solely used by FEMA and will be government property that is housed at the earth station with no reoccurring costs. C. Proposed system can be compatible with the current UDGateway 50 tunnel units currently installed in the Atlanta, GA Regional Office, for data and voice into the FEMA infrastructure. D. Proposed system must be compatible with the current ISDN circuits in the Atlanta regional office for voice traffic. E. Government will provide DID numbers to be used with voice. F. Government will provide voice circuits from the Atlanta regional office to the local Bell South CO. G. Government will provide the IP addresses for entry into the FEMA infrastructure after data signal hits UDGateway 50 tunnel units or FEMA owned firewall. 4. CONTRACTOR DELIVERABLES 4.1 ANTENNA SYSTEM AND CERTIFICATIONS A. The antenna system provided by the contractor is preferred to be in the .75 to1.2 meter range and will require certification to be used on the PanAmSat Horizon 1 satellite. B. Antenna certification will be provided as part of contractor?s response. C. Antenna system must be fully auto acquire to preprogrammed satellite. D. BUC and LNB integration to the antenna structure is acceptable. E. BUC for 1.2 meter antenna system must be four watts or greater. F. BUC for antenna systems smaller that 1.2 meter will have eight watt BUC or greater. G. Antenna systems must be able to with stand a minimum of thirty (30) mile per hour winds staying operationally deployed and fifty (50) mile per hour winds when stowed. H. Contractor will be responsible for all baseband system installation/integration/testing and documentation. I. Antenna system must be remote capable a minimum of one hundred (100) feet from the electronic cases housing the voice and data indoor solution. 4.2 INSTALLATION AND INTEGRATION OF CONTRACTOR SOLUTION A. Contractor will provide a single solution for all ten systems. B. Contractor will provide, as part of response to the RFQ, the proposed system in a drawing format and narrative description of the system?s proposed connectivity from the remote voice and data, to connection into the FEMA infrastructure. C. Contractor will provide, install and integrate modems for both ends of the proposed solution. D. Contractor will be responsible for all installation, programming and software loads required on the voice solution equipment installed in the Region IV Atlanta office if proposed solution requires. E. Contractor will be responsible for all programming and software loads required on the UD Gateway equipment installed in the Region IV Atlanta office if proposed solution includes it in proposal. F. Contractor will be responsible for any data installation, programming and software loads required on data solution that does not use existing government owned equipment and is part of the proposed solution. G. Satellite data link will use TCP acceleration. H. Uplink and Downlink bandwidth will be minimum of 1024 Mbits. I. Contractor will provide analog slim line phones and line cords to extend a minimum of twenty five (25) feet from the indoor electronic cases. J. Contractor will provide data cables with RJ45 connections on at least one end to extend a minimum of twenty five (25) feet from the electronic cases and attach to Government supplied laptops with standard NIC cards. K. Wireless LAN solutions are not acceptable. L. Each system will have the ability to remote voice and data solution one hundred (100) feet from the antenna system using weather resistant connectors where exposed to outdoor elements. M. All electronic cases will be configured the same and interchangeable between systems. N. Where multiple transit cases are required the cases will be marked A through Z for each system. O. Each system will provide sixteen to twenty four voice connections and sixteen to twenty four data connections all capable of being fully operated at the same time without loss in quality. 5. ACCEPTANCE TESTING 5.1 RECEIVING AND ACCEPTANCE A. All systems will be inspected for any defects and to ensure compliance with this SOW when delivery is made to each of the regional facilities. B. The contractor, reviewed by the government, will develop test procedures and an official government acceptance test (OGAT) will be preformed on each system at the regional facilities. C. Contractor will provide a detailed test report for each system test conducted. D. Government Contracting Officer?s Technical Representative (COTR) and/or Regional representative will observe the contractor testing of the systems on site and will sign the acceptance report, listing any outstanding issues. E. All outstanding issues noted during the government acceptance testing will be corrected within ten (10) working days and all failed tests re-run with acceptable results. F. Government reserves the right to run their own acceptance tests prior to full acceptance of the systems. G. Contractor shall demonstrate an overall system availability of 98% over extended period of time, not less than twelve (12) continuous hours. H. Contractor will provide a complete setup, breakdown and operation manual with each system at the time of government acceptance testing. I. Complete configuration and wiring drawings will be provided in hard copy and soft copy for portable satellite system and modem installation in the Ellenwood facility. J. Complete software configuration of portable satellite system, Ellenwood modems, UDGateway and Quintum in the FEMA regional office, to include software revisions, logins, passwords and detailed configurations. K. Contractor will provide operation manuals for all electronic equipment provided in the proposed solution, as part of the government acceptance. Antenna certifications, to operate on the current Horizon 1 satellite will be provided by contractor for each antenna system. END OF AMENDMENT 002 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
SN01105198-W 20060805/060803220501 (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.