Alaska Bids > Bid Detail

Migrating Fiber Optic Connectivity

Agency: COMMERCE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 60 - Fiber Optics Materials and Components, Assemblies and Access.
Opps ID: NBD00159259573785494
Posted Date: Apr 14, 2023
Due Date: May 9, 2023
Solicitation No: NE-EB3000-23-00544
Source: https://sam.gov/opp/fe24050af5...
Follow
Migrating Fiber Optic Connectivity
Active
Contract Opportunity
Notice ID
NE-EB3000-23-00544
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) ANCHORAGE, ALASKA, USA
  • Original Published Date: Apr 14, 2023 01:38 pm AKDT
  • Original Response Date: May 09, 2023 05:30 pm AKDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Fairbanks , AK
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE FOR THE PURPOSE OF MARKET RESEARCH. THIS IS NOT A SOLICITATION (NOT A REQUEST BIDS, QUOTATIONS OR PROPOSALS). THIS SOURCES SOUGHT NOTICE DOES NOT GUARANTEE A SOLICITATION WILL BE ISSUED IN THE FUTURE. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.



A. GOVERNMENT’S (NOAA’S) REQUIREMENTS: MIGRATING FIBER OPTIC CONNECTIVITY:



The Fairbanks Command and Data Acquisition Station (FCDAS) is a 24-7 satellite tracking station operated by the National Oceanic and Atmospheric Administration (NOAA) in support of NOAA environmental monitoring spacecraft. As part of its operations, FCDAS utilizes antenna systems capable of automatically tracking radio signals transmitted from these spacecraft. These antenna systems are part of the nation's Critical Infrastructure Support System. Integral infrastructure of the antenna systems is the network of fiber optic cables linking the antennas to the Fairbanks Satellite Operations Facility (FSOF).



As a result of the NES109 project, FCDAS is transitioning from its existing antenna hill fiber optic cable to a new aerial fiber optic cable. The new aerial fiber optic cable was installed in late 2021, and is now available for migration. NES109 project requirements did not include splicing this new cable to any of the existing FCDAS mission/asset fibers, but rather made fiber connections available at a patch panel. It is the responsibility of FCDAS to migrate existing connectivity over to the new fiber. This migration must be completed before the anticipated failure of the existing cable tray, which is shifting with the ground.



The anticipated period of performance is 140 calendar days. The place of performance will be FCDAS, Fairbanks, Alaska. The anticipated North American Industrial Classification System Code is 238210-Electrical Contractors and Other Wiring Installation Contractors, with a small business size standard of $19 Million Dollars.



B. INSTRUCTIONS FOR RESPONSES/SUBMISSIONS OF CAPABILITIES STATEMENT PACKAGES:



Capable and interested vendors are requested to provide the following information in response to this Sources Sought Notice:



1) Vendor’s Legal Name, Physical Address, Unique Entity ID (UEI) Number, CAGE Code, Point of Contact information including email & phone number, and business size under NAICS Code 238210. If a vendor is a HUBZONE Certified, Service Disabled Veteran Owned, Women Owned, or 8(a) Program small business then the vendor’s business size must be specified and supported with official documentation.



2) A vendor must submit an AFFIRMATIVE statement that the vendor is capable to meet the Government’s Requirements as a prime contractor of a Government award. A vendor must submit documentation to support its affirmative statement. A vendor must submit a capabilities statement package, not exceeding 10 pages total, demonstrating the vendor’s capabilities to meet the Government’s Requirements above & Objectives as follows:



Objectives:



1) Migrate FSOF fiber connections away from legacy antenna ridge backbone fibers over to the new aerial fiber cable.



2) Migrate Malibu building antenna pedestal fibers away from legacy antenna ridge backbone fibers over to the new aerial fiber cable.



3) Migrate fire suppression system multi-mode fiber connectivity to single mode connectivity, and establish the link over the new single mode fiber.



4) Fusion splice the last 24 strands of the new 216 strand aerial cable at each end (pigtail panel is already in place).



5) Make fiber optic cabling accessible, organized, and clearly labeled for each antenna system or data service.



6) Test fiber links. Existing capability of transporting RF over Fiber shall be maintained. End-to-End testing: Inside antenna pedestal to Operations floor.



7) Label legacy backhaul cables and secure for removal by FCDAS staff.



Any vendor responding to this Sources Sought Notice must ensure that its response is complete and sufficiently detailed to allow the Government to determine the vendor’s capabilities to meet the Government’s Requirements & Objectives. The Government is NOT requesting generic capabilities statement packages.



Responses/Submissions of Capabilities Statement Packages are due by 5/9/2023 5:30 PM Alaska Time via email to callie.zuppas@noaa.gov and mario.gray@noaa.gov . Include Notice ID: NE-EB3000-23-00544, in the subject line of the vendor’s email.



C. SITE VISITS AVAILABLE FOR A LIMITED TIME:



In order to facilitate understanding of the Government’s Requirements site visits are available to interested vendors at the Government Site/Place of Performance: FCDAS Government Site in Fairbanks, Alaska, during 4/24/2023 through 4/28/2023 7:00 AM through 3:00 PM Alaska Time.



Vendor Scheduling:



1) An email request, to schedule a site visit, from an interested vendor must be received by 4/20/2023 5:30 PM Alaska Time to the Government personnel as follows:



To: Charles Beaudreault charles.beaudreault@noaa.gov and Brendan McGowan brendan.d.mcgowan@noaa.gov



Cc: Callie Zuppas callie.zuppas@noaa.gov and Mario Gray mario.gray@noaa.gov



Vendor Questions:



2) A vendor who attends a site visit and who has questions must submit written questions to the Government which must be received by 5/1/2023 5:30 PM Alaska Time to the Government personnel as follows:



To: Charles Beaudreault charles.beaudreault@noaa.gov and Brendan McGowan brendan.d.mcgowan@noaa.gov



Cc: Callie Zuppas callie.zuppas@noaa.gov and Mario Gray mario.gray@noaa.gov



Answers to Questions:



3) The Government intends to post answers to questions, received in response to a site visit, by amending this Sources Sought Notice (or using a related notice) by 5/4/2023 Alaska Time. Vendors are hereby notified that any question received in response to this Sources Sought Notice is not privileged or protected information of vendor. The Government has the right and sole discretion to post answers to questions, received in response to a site visit, for all vendors to access. The Government has the right and sole discretion to post answers to questions, received in response to this Sources Sought Notice, for all vendors to access.



4) Responses/Submissions of Capabilities Statement Packages are due by 5/9/2023 5:30 PM Alaska Time via email to callie.zuppas@noaa.gov and mario.gray@noaa.gov



D. NOTICE TO VENDORS:



This Sources Sought Notice (notice) will be used to collect information from capable and interested vendors for the purpose of market research. Any information submitted in response to this notice is strictly voluntary. The Government will not pay for any information submitted by vendors/respondents and will not award a contract solely based on this notice. The Government reserves the right to use information provided by vendors/respondents for any purpose deemed necessary and legally appropriate. Further, the Government may contact the vendors/respondents for additional information regarding the information submitted as part of this market research effort. Vendors/respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to vendors/respondents with respect to any information submitted. If a vendor does not provide a response to this notice, lack of a response by a vendor will not prohibit or exclude the vendor from participating in a possible future solicitation unless the prohibition is permitted by law (for example: a solicitation that is set-aside for only small business vendors, etc.).



No proprietary, classified, confidential, or sensitive information should be included in a response. If proprietary, classified, confidential, or sensitive information is submitted, each vendor/respondent is solely responsible for properly marking and identifying such information within its response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).



- End


Attachments/Links
Contact Information
Contracting Office Address
  • SATELLITE AND INFORMATION ACQUISITI 1325 EAST WEST HWY, RM. 11323
  • SILVER SPRING , MD 20910
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 14, 2023 01:38 pm AKDTSources 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 >