SOURCES SOUGHT
58 -- Market Survey to provide capabilities and design study of the Iraqi Intelligence Network (I2N) for the Iraq Ministry of the Interior
- Notice Date
- 10/14/2010
- Notice Type
- Sources Sought
- Contracting Office
- CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- MARKET-SURVEY-4965-1
- Response Due
- 10/31/2010
- Archive Date
- 12/30/2010
- Point of Contact
- Harold Schwake, 000-000-0000
- E-Mail Address
-
CECOM Contracting Center (CECOM-CC)
(harold.schwake@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- FOR MORE INFORMATION CONTACT:Anthony Sclafani, Weapons System Manager, 410-417-2101 This is a SOURCES SOUGHT MARKET SURVEY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. Any information submitted by respondents to this synopsis is strictly voluntary. This market survey does not constitute a Request for Proposals (RFP) or a request for sealed bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay respondents for any information that they submit in response to this Sources Sought request. The United States Army CECOM LCMC is conducting this sources sought market survey to determine price and availability (P&A) from potential sources capable of fulfilling a Foreign Military Sales (FMS) requirement as follows. The purpose of this Markey survey is to determine interest and capability of potential qualified Small Business Administration (SBA) HubZone Small Business firms relative to the North American Industry Classification Code (NAICS) 541512. The Small Business Size Standard is $25 Million. To make an appropriate acquisition decision for this scope, the Government will analyze responses to this market survey. The National Information and Investigation Agency (NIIA) of the Iraqi Ministry of the Interior requires continued access to the Iraqi Intelligence Network (I2N) in support of headquarters elements and geographically separated units spanning across 75 locations. To achieve this goal, the Ministry of Interior requires a study which reviews current technical specifications, assesses future requirements, collects and documents shortcomings and problems in the current system, develops a system bandwidth baseline, identifies needs and requirements, and develops basis design alternatives. Respondents shall respond with their ability to perform the scope and with price and availability. ROM pricing must reflect the cost of performing this scope in Iraq. The study covers the following scope: --Review existing technical documentation --Review existing system requirements documentation --Conduct site surveys at key sites in Iraq --Identify and document system shortcomings and problems --Determine and document existing bandwidth utilization --Develop and document a bandwidth baseline --Provide recommendations for replacing VSATs with fiber, microwave, WiFi, and any other acceptable medium --Provide an assessment and plan for activating existing close circuit tv or VTC equipment to include a CCTV or VTC network design --Provide a recommendation for training that should be conducted identifying the training courses, number of students that will be trained and the number of hours and days per course --Provide a plan for sponsoring two workshops in Iraq intended to review the latest technology --Meet with key MoI and US personnel in Iraq to define requirements and needs --Document present and future system requirements --Document existing network design --Develop and propose alternative network designs --Develop implementation plans --Develop an Operations and Maintenance concept --Document deliverables include: a. As-built documentation for each site visited. As built documentation will include site diagrams, detailing the location of outdoor/indoor units, location parameters (GPS latitude, GPS longitude, dish azimuth, dish elevation and dish skew), IP addresses, configuration, and other pertinent technical data. b. Existing and future system design/architecture c. A written document outlining needs, requirements, findings, recommendations, weaknesses, strengths and capabilities d. Bandwidth utilization report and analysis e. Statement of Work to implement the findings and recommendations of the survey Respond by COB 31 OCT 10 to Anthony Sclafani at anthony.sclafani@us.army.mil or 410-417-2101
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3d6a2c102615ee12571c45152536379c)
- Place of Performance
- Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Zip Code: 07703-5008
- Record
- SN02311232-W 20101016/101014234113-3d6a2c102615ee12571c45152536379c (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 |