|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,1998 PSA#2029National Park Service, North Cascades NPS Complex, 6247 Ranger Station
Road, Marblemount WA 98267 D -- LEASED SATELLITE SERVICES SOL 1443-RP9475-98-001 DUE 030398 POC
Contact/Contracting Officer, Sarah Welch (360) 873-4590 x11 WEB: North
Cascades National Park, http://www.nps.gov. E-MAIL: North Cascades
National Park, sarah_welch@nps.gov. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation. Proposals are being requested and a written
solicitation will not be issued. This is RFP #1443-RP9475-98-001.
Prospective offerors shall obtain a copy of all exhibits cited herein
via fax from the Contract Specialist listed above; requests should be
made immediately. This RFP and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular (FAC) 97-03,
dated 12/9/97. This is a full and open competition, SIC 4899,
Communications Services, Not Elsewhere Classified. We expect RFP
#1443-RP9475-98-001 will result in a firm-fixed price contract with a
one-year base period beginning April 1, 1998, plus four (4) one-year
options to extend the term of the contract. The FAR provisions at
52.212-1, Instructions to Offerors -- Commercial Items;FAR 52.212-2,
Evaluation -- Commercial Items; FAR 52.212-4, Contract Terms and
Conditions -- Commercial Items; FAR 52.217-9, Option to Extend the Term
of the Contract; FAR 52.232-19, Availability of Funds for the Next
Fiscal Year; and FAR 52.237-3, Continuity of Services, apply to this
RFP. FAR 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items, also applies to this
acquisition (available by fax from Contracting Officer). The Government
expects to award a contract resulting from this RFP to the responsible
offeror whose offer conforming to the RFP will be the most
advantageous to the Government, price and other factors considered. The
following factors, in descending order of importance, shall be used to
evaluate offers: (1) Offeror's proposed technical approach (capability
of the item offered to meet the Government's need), including
responsiveness to service interruptions; (2) Offeror's proposed price;
and (3) Offeror's past performance. The deadline for receipt of offers
is March 3, 1998, 12:00pm PST. Price and technical proposals shall be
signed by an official authorized to bind your organization. Offers for
RFP #1443-RP9475-98-001 may be submitted on letterhead or the Standard
Form 1449, and must include, at a minimum, (1) the solicitation number;
(2) the date and time for receipt of offers; (3) the name, address, and
telephone number of the offeror; (4) a technical description of the
items being offered in sufficient detail to evaluate compliance with
the requirements in the solicitation, including descriptive literature,
if appropriate; (5) terms of any express warranty; (6) price and any
discount terms; (7) "remit to" address, if different than mailing
address; (8) a completed copy of FAR 52.212-3, Offeror Representations
and Certifications -- Commercial Items; (9) acknowledgment of RFP
amendments, if any; (10) past performance information, to include
recent and relevant contracts for the same or similar items and other
references (including contract numbers, points of contact with
telephone numbers, and other relevant information); and (11) a
statement specifying the extent of agreement with all terms,
conditions, and provisions included in the solicitation. Submit one (1)
copy with price and technical proposals bound separately to: US
Department of Interior, North Cascades NPS Complex, Attn: Sarah Welch,
6247 Ranger Station Road, Marblemount WA 98267. Contract award may be
made without discussion. DESCRIPTION OF THE REQUIREMENTS: North
Cascades National Park uses VSAT technology to provide voice and data
communications between its Sedro-Woolley Headquarters and Stehekin
District offices. The two locations are within 60 miles of each other
in western Washington (Sedro-Woolley 48.50 N lat, 122.25 W long;
Stehekin 48.31 N lat, 120.65 W long). The system has been in place
since 1992 and includes, at each end, a 2.4m antenna equipped with
de-icing components; an outdoor unit (ODU, consisting of a 3-watt RF
unit with feed, a low noise converter (LNC) with a noise temperature of
225 Kelvin, a power amplifier, and an up-converter); an indoor unit
(IDU, NEC D1230A variable rate modem with 449/422 interface); a PCSI
Clarity Series 8000 multiplexer; and required cabling and electrical
power. The Sedro-Woolley end also has a local exchange telephone line
with dial-up modem for remote diagnostic control and monitoring. We
currently lease space segment on Telstar 401, which is multiplexed into
seven analog voice and two digital data channels. The circuit is 64
kbps, Ku-band, full duplex, full period, with QPSK (quadrature phase
shift keying) modulation, 1/2 rate forward error correction, and a bit
error rate (BER) of 1 x 10-7. Offerors proposing a different circuit
configuration must provide documentation on its technical capability
and compatibility with our existing equipment. The proposed satellite
circuit must be licensed and in full compliance with applicable FCC
tariffs and regulations. The satellite circuit is the only
telecommunications link to/from Stehekin and is vital to our operation.
Offerors shall furnish adequate safeguards against failures in the
Contractor-provided link, including service on a fully protected
transponder with a minimum availability of 99.5%, calculated on 24
hours/day/365 days/year. Interruptions that exceed 99.5% per year shall
be credited to the Government at a pro-rated rate. Interruptions caused
by sun transit outages or failure of Government-owned equipment are
excluded from link availability calculations. The Contractor shall
coordinate planned downtimes with the Park Telecommunications
Coordinator (PTC) or delegated representative when contemplated, at
least five (5) business days prior to the downtime. If emergency
maintenance is required on the circuit, the Contractor shall notify the
PTC as soon as possible. In the event of satellite or transponder
failure, the Contractor shall restore service as soon as possible and
pay all charges incurred, including repointing antennae and retuning
transmitters if necessary, aswell as provide credit for service
interruption. Offerors shall prepare a remote monitoring and control
strategy, including a service restoration plan and fault escalation
list with a minimum of two managerial levels above the control center,
providing name, title, 24-hour telephone numbers (office, mobile (if
available), fax, and home), and electronic mail address (if available),
to be submitted as part of the technical proposal. If this RFP results
in award to other than the incumbent contractor, the new Contractor
shall conduct any necessary repointing of antennae and reconfiguration
of other equipment so as to minimize service interruption. This work
shall be coordinated with the PTC. We are seeking to continue service
at 64 kbps, while exploring the fiscal feasibility of increasing our
bandwidth to 128 kbps. To this end, offerors shall provide prices for
both rates and the Government will award only those customer line item
numbers (CLINs) pertinent to the data rate we choose. The Government
will arrange for re-programming of the multiplexers if award is made at
the 128 kbps rate. Offerors shall provide prices for all necessary
labor and materials required to perform all services described herein.
Prices shall be per month of service, plus any additional items
required. The Government will award either Group A or Group B, not
both. Group A, CLIN 1: Base Year (April 1 December 31, 1998) -- Provide
space segment at 64 kbps, including price to repoint antennae and
reprogram transmitters, if necessary. Group A, CLIN 2: Option Year 1
(January 1 -- December 31, 1999) -- Provide space segment at 64 kbps.
Group A, CLIN 3: Option Year 2 (January 1 -- December 31, 2000) --
Provide space segment at 64 kbps. Group A, CLIN 4: Option Year 3
(January 1 -- December 31, 2001) -- Provide space segment at 64 kbps.
Group A, CLIN 5: Option Year 4 (January 1 -- December 31, 2002) --
Provide space segment at 64 kbps. Group B, CLIN 6: Base Year (April 1
-- December 31, 1998) -- Provide space segment at 128 kbps, including
price to repoint antennae (if necessary) and reprogram equipment to
transmit and receive 128 kbps signal. Group B, CLIN 7: Option Year 1
(January 1 -- December 31, 1999) -- Provide space segment at 128 kbps.
Group B, CLIN 8: Option Year 2 (January 1 -- December 31, 2000) --
Provide space segment at 128 kbps. Group B, CLIN 9: Option Year 3
(January 1 -- December 31, 2001) -- Provide space segment at 128 kbps.
Group B, CLIN 10: Option Year 4 (January 1 December 31, 2002) --
Provide space segment at 128 kbps. (0037) Loren Data Corp. http://www.ld.com (SYN# 0034 19980210\D-0005.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|