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,
- E-Mail Address
-
maria.martin@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 meter 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFEMW-06-Q-0037/listing.html)
- 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
- Zip Code: 20135
- Record
- SN01106442-F 20060805/060803230212 (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 |