Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2007 FBO #1973
SPECIAL NOTICE

D -- SECURE TUNNEL OVER WIDE AREA NETWORK SERVICE

Notice Date
4/20/2007
 
Notice Type
Special Notice
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92237-07-R-0001
 
Response Due
5/1/2007
 
Archive Date
5/16/2007
 
Description
It is the intent of this agency to award under FAR Part 13.5 an Indefinite Delivery Indefinite Quantity (IDIQ), sole source, firm fixed price, contract with Options. The sole source will be under statutory authority 10 USC 2304(c)(1), set forth in Federal Acquisition Regulation 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. This agency intends to award to 3Di Technology, 105 Eastern Ave, Suite 204, Annapolis, Maryland 21403. CJSOTF-AP LSA Anaconda requires for the services and equipment associated with the Very Small Aperture Terminals (VSAT) and SIPRNET Tunneling over Wide area network (STOW) system that shares satellite bandwidth for supplies and services required in Iraq. This also includes the Voice Over IP (VOIP) services, distributed satellite TV system with character generator and bandwidth upgrade. These systems are for the current 23 sites that are located throughout Iraq. Below is listed of all the items associated with this system. HARDWARE: 0001 iDirect Satellite System: Includes Netmodem II,Antenna, Base Unit, 4-Watt BUC, LNB, cable, and diagnostic software 0002 iDirect Model 1200 Network Accelerator Units 0003 iDirect Model 1100 Network Accelerator Units 0004 Ruggedized Military Equipment Cabinet: 0005 Business Grade (VoIP) Telephone Unit: Advanced Feature Model to include 4-digit dialing within the Iraq-IP-Telephony Network 0006 Outside office/MWR (VoIP) Telephone Unit 0007 24 Port Layer III Managed Switch, rack mount with full management software 0008 High Capacity Intelligent UPS Unit; (110 VAC unless otherwise specified) 0009 Spares Kit: Includes Netmodem II+, 4-Watt BUC, LNB, Managed Switch, Cabinet Fan Unit, UPS Unit, Netmodem Power Unit and IP telephone Power Unit 0010 Installation Material LABORS: 0011 Installation Team: 0012 USA Implementation Works 0013 On-Site Technical Support for each site Shipping Cost 0014 Air Freight SATELLITE BANDWIDTH 0015 Shared Satellite Bandwidth Service: 4 MBps Downlink/1MBps Uplink. 0016 Shared Satellite Bandwidth Service: 4 MBps Downlink/1MBps Uplink. 0017 Shared Satellite Bandwidth Service: 3 MBps Downlink/768 Kbps Uplink. 0018 Shared Satellite Bandwidth Service: 3 MBps Downlink/768 Kbps Uplink. 0019 Shared Satellite Bandwidth Service: 2 MBps Downlink/512 Kbps Uplink. 0020 Shared Satellite Bandwidth Service: 2 MBps Downlink/512 Kbps Uplink. 0021 Shared Satellite Bandwidth Service: 2 MBps Downlink/256 Kbps Uplink. IP-TELEPHONY SERVICE 0022 IP-Telephony Service: Values shown is per telephone line, per month 0023 IP-Telephony Service: Values shown is per telephone line, per month To be considered for this award all interested parties must have the following credentials; ? Be capable of providing on-site US national technical support with a minimum of a ?Secret? Security Clearance. ? Be capable of providing a teleport that supports secure traffic and utilized iDirect technology. ? Be capable of providing adequate beam coverage for all of Iraq. ? Been approved to pass SIPR traffic over the wide area network by the DISN Security Accreditation Working Group (DSAWG) and the Joint Staff of USCENTCOM. ? In addition, must have past/current contract experience working in the above conditions within the last 3 years. IF YOU DO NOT HAVE THESE CREDENTIALS, DO NOT SUBMIT A PROPOSAL ON THE ABOVE HARDWARES AND SERVICES. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. The proposal format is at the discretion of the offeror. This notice of intent is not a request for competitive proposals; however, all proposals received by the closing date and time will be considered. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Any vendors who believe they can provide the supplies and meet all requirements should email their company's capability information to the attention of Matthew Meier by 12:00 p.m. EST, May 1, 2007. E-mail submissions must be provided to the attention of Matthew Meier. Email: CJSOTFAPJ4COMMODITIES@CJSOTFAP.IRAQ.SOCCENT.CENTCOM.MIL Information submitted should support the company's capability to provide the supplies required. The announcement number is H92237-07-R-0001. The North American Industry Classification System (NAICS) code for this acquisition is 517410, with a small business size standard of $13.5M. Please identify your business size in your response based upon this standard. Only email responses accepted.
 
Place of Performance
Address: CJSOTF-AP CONTRACTING OFFICE, CAMP SYVERSON, UNIT 5, BALAD AIR BASE, IRAQ, APO AE 09391,
Zip Code: 09391
Country: IRAQ
 
Record
SN01278002-W 20070422/070420221047 (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.