36 MHZ CONTINUOUS MANAGED SATELLITE SERVICES

Agency:
State: Nevada
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159648771914641
Posted Date: Dec 5, 2023
Due Date: Dec 8, 2023
Source: Members Only
Follow
36 MHZ CONTINUOUS MANAGED SATELLITE SERVICES
Active
Contract Opportunity
Notice ID
424716-RO-24
Related Notice
Department/Ind. Agency
ENERGY, DEPARTMENT OF
Sub-tier
ENERGY, DEPARTMENT OF
Office
MSTS – DOE CONTRACTOR
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 05, 2023 11:26 am PST
  • Original Response Date: Dec 08, 2023 11:30 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Las Vegas , NV
    USA
Description

Project Synopsis:



Mission Support and Test Services, LLC (MSTS), further referred to as CONTRACTOR under contract to the United States Department of Energy (DOE), National Nuclear Security Administration, Nevada Field Office (NNSA/NFO), is seeking sources who can provide a 90-day Test and Evaluation of 36 MHZ of continuous Ku band Managed Satellite Services covering the US 50 states, Hawaii, Mexico, Gulf of Mexico, Dominican Republic, Puerto Rico, and Bahamas.



Specific Requirements/Capabilities:



The successful candidate shall provide dedicated non-pre-emptible commercial KU-bandwidth satellite communications service in support of the CONTRACTOR’S fixed and mobile VSAT terminals in the Continental United States (CONUS). SUBCONTRACTOR shall provide monitoring and Control (M&C) of the provided bandwidth. SUBCONTRACTOR shall have the ability to offer optional teleport services in support of periodic CONTRACTOR CONUS deployments to include terrestrial back-haul circuits into regional CONTRACTOR Core networking sites. SUBCONTRACTOR shall provide iDirect iSupport Enhanced service.



Detailed requirements of the 36 MHZ of continuous Managed Services shall include the following:





Line Item No.



DESCRIPTION



1. SUBCONTRACTOR shall provide Service for mobile satellite terminals (.95-meter dish) PACOM AOR location / CONUS



2. SUBCONTRACTOR shall provide Teleport services and rack space. Require option for unshared locking rack for CONTRACTOR equipment in secure facility with at least 4 secure doors between the outside and equipment.



3. SUBCONTRACTOR shall Minimum of 2 redundant terrestrial internet circuits of 50 Mbps. Circuits will be dropped into CONTRACTOR rack.



4. SUBCONTRACTOR shall Provision teleport hardware.



5. SUBCONTRACTOR shall Provide Technical support.



6. SUBCONTRACTOR shall provide Sufficient EIRP to close link on .95-meter satellite terminal within the CONUS coverage area.



7. SUBCONTRACTOR shall Provide Uplink G over T for proposed transponder.



8. SUBCONTRACTOR shall Provide and demonstrate availability and response time for technical support on a 24 X 7 X 365 timeframe.



9. SUBCONTRACTOR shall Provide timeframe to relocate subscribed bandwidth should a Transponder or Teleport fail.



10. SUBCONTRACTOR shall Provide documentation that all teleports are MAC 1 Compliant.



11. SUBCONTRACTOR shall Provide engineering services via phone.



12. SUBCONTRACTOR shall provide a satellite teleport service with terrestrial Connectivity via Carrier Ethernet to the CONTRACTOR without affecting the high availability requirements of the CONTRACTOR mission and incurring additional costs.



13. SUBCONTRACTOR shall provide service without affecting the current CONTRACTOR cyber security posture regarding approvals and authorities to operate.



14. SUBCONTRACTOR shall provide 36 MHz of contiguous satellite bandwidth with CONUS coverage.



15. SUBCONTRACTOR shall Provide satellite teleport services, co-location services and interconnection (metroE) services from SUBCONTRACTOR teleport to the following Department of Energy (DOE) locations:




  • Forrestal Building, 1000 Independence Ave SW, Washington, DC 20585

  • Remote Sensing Lab, 4600 N Hollywood Blvd, Nellis AFB, NV 89191

  • Supernap 9 Switch 7365 S Lindell Rd, Las Vegas, NV 89139



16. SUBCONTRACTOR shall Provide iDirect iSupport Enhanced services



17. SUBCONTRACTOR shall Provide shared iDirect Hub equipment and ULC/DLC linecards with associated licenses to support one forward carrier of 15 Mbps ACM and between 8-16 inroutes between 1.6 Mbps and 7 Mbps ATDMA. SUBCONTRACTOR shall provide the option for dedicated iDirect Hub equipment to include one 20 card chassis and ULC/DLC linecards with associated licenses to support one forward carrier of 15 Mbps ACM and between 8-16 inroutes between 1.6 Mbps and 7 Mbps ATDMA.



18. SUBCONTRACTOR shall Provide option for lockable equipment racks for equipment at each teleport. Provide space in equipment racks for monitoring cameras.



19. SUBCONTRACTOR shall Provide timeframe of one hour or less to replace failed equipment at each teleport.



20. SUBCONTRACTOR shall provide CNO access to all iBuilder/iMonitor control and a future option for VNO if a CoLo option is required, related to CONTRACTOR network to CONTRACTOR.



Submission Instructions:



Interested parties who consider themselves qualified to provide the above-listed services are invited to submit a response to this Sources Sought Notice by Close of Business, Friday, December 8, 2023. Interested parties must provide a Capability Statement to include at a minimum, evidence of prior experience providing these same types of services.



Interested Parties must address each, and every capability requirement specified above in sufficient detail to clearly demonstrate they possess all, of the required capabilities.



In addition, please include your organization name, address, e-mail address, web site address, telephone number, DUNS number, Business Size, and type of ownership, i.e., Corp, LLC etc. for the organization.



Provide requested information to Rosee Octaviano via e-mail at: OctaviR@nv.doe.gov no later than Close of Business, Friday, December 8, 2023. Only electronic responses will be considered.



Primary Point of Contact:



Rosee Octaviano



Senior Procurement Specialist



OctaviR@nv.doe.gov






Attachments/Links
Contact Information
Contracting Office Address
  • 2621 Losee Road
  • North Las Vegas , NV 89030
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 05, 2023 11:26 am PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >