Case 1:02-cv-00796-FMA
Document 46-3
Filed 03/18/2005
Page 1 of 11
Contract
Case 1:02-cv-00796-FMA
Document 46-3
Filed 03/18/2005
Page 2 of 11
REQUISITION/PURCHASE NO.
N00039-94-RC-DL300
6. ADMINISTERED SEE BLOCK(If24other Item 7) BY than gashir~ton, D.C. ~4-5014
9. Sealed offers in origionat end ~ copies for furnishing the supplies or services in the schedule wi[[ be received at the place specified in fte~B, or zf handcarrled, in the depository located in The Bid Ro~m, Naval ~eRional Contractinq Center~
2:00 PH__EASTERN
AUGUST 31~ 1993.
10. FOR INFORMATION CALL: ~ IA. BARE: WILLIAM THOREEN 11. TABLE OF CONTENTS iX) )SEC.) PART I-THE SCHEDULE X X X X X X
v
'
IS. TELEPHON (202) 433-5389 MOEI~_LEE~FC~LLS E NO.
DESCRIPTION PART I/ - CONTRACT CLAUSES
PAGE(S)
A B C D
SOL/CITATION/CONTRACT FORM SUPPLIES OR SERVICESANDPRICES/COSTS DESCRIPTION/SPECS./WDRK STATEMENT PACKAGINGAND MARKING 8 PART I/I-LIST OF DOCUMENTS,EXHIBITS AND OTHER ATTACHMENTS
94
119
PART IV-REPRESENTATIONS AND INSTRUCTIONS K L M INSTRS., COND., AND NOTICES TO OFFERORS EVALUATIONFACTORS FOR AWARD offeror) Minimum Bid Acceptance Period.
.71 73
F B B
DELIVERIESOR PERFORHAMCE CORTRACT ADMINISTRATION DATA SPECIAL CONTRACT REQUIREMENTS
) 78
83
} 93
OFFER(I~st includes
be fut|yco=ptetedb/ the provisions
NOTE: Item 12 does not B~pIy if
the so(icitation
at 52.214-16,
calendar days (60 calendar days 12. In compliance with the above, the undersigned agrees, if this offer fs accepted within unless a different period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or atl items uoon whichprices are offered at the price set opposite each item, delivered at the designated point(s), within the ti~ sp~cified in the schedule.
(See Section I, Clause52.232-B ~ 14. ~CNOWI.EDGEMENT ~MENDMENTS. OF
% I AMENDMENT OOO1. NNN? NO. DATE ~/1~93 I q/1 3193 ~
% 1 ) .I AMENDMENT NO. I 00~6 0005 DATE
arm~endrnents to the SOLICITATIONfor offerors~ a~ retated docents n~er~ a~ dated: I
.
15A. NAME AND ADDRESS
I C~E
79
I Q~O3
,,
I ]0/[193
l FACILITY
(
nnn~ '
I ln/?7/q3
TO .. { 16. NAME AND TITLE OF PERSON AUTffORIZED
OFFEROR I0~1~ ~OTO~ CITY DRIVe, B~?H~SDA, ~ 20817 /~ )
15B. FEL~PRO~E RO.(]NCLUDE AREA C~E) ~ISC. C~£CK FE REMITTANCE ADDRESS (~ 17~ SIGNATURE (301) 469-0400 SUCH ADDRESS IH SCHEDULE ' (~.~,.C~,(~C~(~,C.
~8. OFFER DATE ~ 11/1/93
19. ACCEPTED AS To ITEMS NUMBERED 20. AMOUNT ( 21. ACCOUNTING AND APPROPRIATION DATA
0001 through 0003
SEE CLAUSE G.12 SEE CLAUSE G.20
COOE( $3910A
I$4416645.54
~2. AUTHORITY FOR USING OTHER THAN FULL AND COHPETATION23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM ) 10 U.S.C. 2304(c)( ) or ( ) 41 U.S.C. 253(c)( ) (4 copies unless otherwise 4. ADMINISTRATED BY (If other than Item 7) CO0E[$2102 A 25. PAYMENT WILL BE MADE BY
DCMAO Baltimore 200 Towsonto~ Blvd., West Towson, MD 21204-5299
DFAS-Columbus Center DFAS-CO/Capitol Division, PC) Box 182263
27. UNITED STATES;OFAMERICA ./ 2~. AWARD DATE
NAMEOF CONTRACTINGOFFICER (Type or print)
~,B~at~r~ o~co.tr.=t~ o~f~ce~>I 5 JUL1994
RPORTANT-Award will be m~de on this form, or on Standard Form 26, or by other authorizedofflca[ wri..ttennotice SN 75~0-01-152-B064 COHPUTER GENERATEDSTANDARD CORM 33
Case 1:02-cv-00796-FMA
Document 46-3
Filed 03/18/2005
PAGE
Page 3 of 11
OF PAGES 2
NO. OF DOCUMENT BEING CONTINUED CONTINUATION SHEET N00600-94-C-0889 NAMEOF OFFEROR/CONTRACTOR: Information ITEM NO. SUPPLIES/SERVICES LOTI 0001 Systems and Networks Cot ~oration QUANTITY UNIT
UNIT PRICE
AMOUNT
TURNKEY AUTOMATED TECHNICAL CONTROL SYSTEM (ATC) TURNKEY ATC INSTALLED AND ACCEPTED AT NTCC HAMPTON ROADS TURNKEY ATC INSTALLED AND ACCEPTED AT NTCC CAMP SMITH TURNKEY ATC INSTALLED AND ACCEPTED AT NTCC MAKALAPA FORMAL CLASSROOM TRAINING FORMAL CLASSROOM TRAINING NTCC HAMPTON ROADS FORMAL CLASSROOM TRAINING NTCC CAMP SMITH FORMAL CLASSROOM TRAINING NTCC MAKALAPA FOR I LOT $8,141.49 $3,141.49 1 EA $2,841,219.78 $2,841,219.7E
OO01AA
000lAB
I
EA
$798,683.90
$798,688.9C
0001AC
1
EA
$983,860.16
$983,860.16
0002 0002AA
0002AB
FOR
1
LOT
$8,141.49
$8,141.49
0002AC
FOR
1
LOT
$8,141,49
$8,141.49
0003
CONTRACT DATA REQUIREMENTS FOR CLINS 0001 AND 0002. SEE ATTACHMENT (EXHIBITS A-R) 6 TOTAL FOR LOT I
1
LOT
$888,457.28
$838,467.28
$4,416,645.54
LOT II - OPTIONI PERIOD OF PERFORMANCE (SEE CLAUSE F.7) 0004 TURNKEY ATC INSTALLED AND ACCEPTED AT NCTS JAPAN FORMAL CLASSROOM TRAINING FOR NCTB JAPAN CONTRACT DATA REQUIREMENTS FOR CLINS 0004 AND 0005. SEE ATTACHMENT (EXHIBITS AI-AZ) 6 TOTALFOR LOT I1 I EA $866,886.28 $866,886.28
0005
I
LOT
$3,141.49
$8,141.49
0006
I
LOT
$78,984.26
$78,984.26
$949,011.98
STANDARD FORM 86 (REV 10-88)
COMPUTER GENERATED
Case 1:02-cv-00796-FMA
CONTINUATION SHEET
Document 46-3
Filed 03/18/2005
Page 4 of 11
OF PAGES
NO. OF DOCUMENT BEING CONTINUED"" PAGE NGCONTINUED~ N00600-94-C-0389 NAMEOF OFFEROR/CONTRACTOR: Information ITEM NO. SUPPLIES/SERVICES Systems and Networks Cor )oration QUANTITY UNIT
UNIT PRICE
AMOUNT
LOTIII - OPTION tl PERIOD OF PERFORMANCE (SEE CLAUSE F.7) 0007 TURNKEY ATC INSTALLED AND ACCEPTED AT NCTS SICILY FORMAL CLASSROOM TRAINING FOR NCTS SICILY CONTRACT DATA REQUIREMENTS FOR CLINS 0007 AND 0008 SEE ATTACHMENT (EXHIBITS AI-AZ) 6 TOTAL FOR LOT 1 EA $876,957.68 $876,957.68
0008
1
LOT
$3,141.49
$3,141.49
0009
1
LOT
$78,984,26
$78,984.26
$959,088.48
LOT IV - OPTION Ill PERIOD OF PERFORMANCE (SEE CLAUSE F.7) 0010 TURNKEY ATC INSTALLED AND ACCEPTED AT NCTS PUERTO RICO FORMAL CLASSROOM TRAINING NCTS PUERTO RICO FOR 1 EA $724,477.20 $724,477.20
0011
1
LOT
$3,141.49
$3,141.49
0012
CONTRACT DATA REQUIREMENTS FOR CLINS 0010 AND 0011 SEE ATTACHMENT (EXHIBITS AI-AZ) 6 TOTAL FOR LOT IV
1
LOT
$61,700.78
$61,700.78
$789,319.47
LOTV - OPTION IV PERIOD OF PERFORMANCE (SEE CLAUSE F.7) 0013 TURNKEY ATC INSTALLED AND ACCEPTED AT NCTS LONDON FORMAL CLASSROOM TRAINING FOR NCTS LONDON CONTRACT DATA REQUIREMENTS FOR CLINS 0018 AND 0014 SEE ATTACHMENT (EXHIBITS AI-AZ) 6 TOTAL FOR LOT V 1 EA $1,067,298.77 $1,067,293.77
0014
1
LOT i
$3,141.49
$3,141.49
0015
1
LOT
$100,398.76
$100,398.76
$1,170,834.02
STANDARD FORM 36 (REV 10-88)
COMPUTERGENERATED
Case 1:02-cv-00796-FMA
CONTINUATION SHEET
Document 46-3
Filed 03/18/2005
PAGE 4
Page 5 of 11
OF PAGES
NO. OF DOCUMENTBEING CONTINUED N00600-94-C-0389 NAMEOF OFFEROR/CONTRACTOR: Information ITEM NO. SUPPLIES/SERVICES Systems and Networks Co~ ~oration QUANTITY UNIT
UNIT PRICE
AMOUNT
LOT Vl - OPTION V PERIOD OF PERFORMANCE (SEE CLAUSE F.7) 0016 MAINTENANCE OF THE ATC LOCATED AT NTCC HAMPTON ROADS MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NTCC HAMPTON ROADS MAINTENANCE OF THE ATC LOCATED AT NCTS JAPAN MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NCTS JAPAN MAINTENANCE OF THE ATC LOCATED AT NTCC MAKALAPA MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NTCC MAKALAPA MAINTENANCE OF THE ATC LOCATED AT NTCC CAMP SMITH MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NTCC CAMP SMITH MAINTENANCE OF THE ATC LOCATED AT NCTS SICILY MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NCTS SICILY MAINTENANCE OF THE ATC LOCATED AT NCTS PUERTO RICO MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NCTS PUERTO RICO MAINTENANCE OF THE ATC LOCATED AT NCTS LONDON MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NCTS LONDON ADDITIONAL TRAINING CLASSES IN ACCORDANCE WITH CLAUSE C.15 12 MO $5,856.56 $70,278,72
0017
1
LOT
NTE
$2,000.00
0018
12
MO
$5,856.56
$70,276.72
0019
1
LOT
NTE
$2,000.00
0020
12
MO
$5,856.55
$70,275.60
0021
1
LOT
NTE
$2,000.00
0022
12
MO
$5,856.56
$70,278.72
0028
1
LOT
NTE
$2,0O0.00
0024
12
MO
$5,856.56
$70,278.72
0025
1
LOT
NTE
$2,000,00
0026
12
MO
$5,856.56
$70,278.72
0027
1
LOT
NTE
$2,000.00
0028
12
MO
$5,856.56
$70,278.72
0029
1
LOT
NTE
$2,OOO.0O
0030
1
LOT
$99,980.06
$99,980.06
TOTAL FOR LOT VI
$605,930.98
STANDARD FORM 86 (REV 10-88)
COMPUTER GENERATED
Case 1:02-cv-00796-FMA
Document 46-3
Filed 03/18/2005
PAGE 5
Page 6 of 11
OF PAGES
NO. OF DOCUMENTBEING CONTINUED CONTINUATION SHEET N00600-94-C-0389 NAMEOF OFFEROR/CONTRACTOR: Information ITEM NO. SUPPLIES/SERVICES Systems and Networks Corporation QUANTITY UNIT
UNIT PRICE
AMOUNT
LOT VII - OPTIONVl PERIOD OF PERFORMANCE (SEE CLAUSE F.7) 0031 MAINTENANCE OF THE ATC LOCATED AT NTCC HAMPTON ROADS MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NTCC HAMPTON ROADS MAINTENANCE OF THE ATC LOCATED AT NCTS JAPAN MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NCTS JAPAN MAINTENANCE OF THE ATC LOCATED AT NTCC MAKALAPA MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NTCC MAKALAPA MAINTENANCE OF THE ATC LOCATED AT NTCC CAMP SMITH MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NTCC CAMP SMITH MAINTENANCE OF THE ATC LOCATED AT NCTS SICILY MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NCTS SICILY MAINTENANCE OF THE ATC LOCATED AT NCTS PUERTO RICO MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NCTS PUERTO RICO MAINTENANCE OF THE ATC LOCATED AT NCTS LONDON MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NCTS LONDON ADDITIONAL TRAINING CLASSES IN ACCORDANCE WITH CLAUSE C.15 12 MO $5,856.56 $70,278.72
0032
1
LOT
NTE
$2,ooo.00
0033
12
MO
$5,856.56
$70,278.72
0034
1
LOT
NTE
$2,000.oo
0035
12
MO
$5,856.56
$7o,278.72
0036
1
LOT
NTE
$2,ooo.oo
0037
12
MO
$5,856.56
$70,278.72
0038
1
LOT
NTE
$2,000.00
0039
12
MO
$5,856.56
$70,278.72
0040
1
LOT
NTE
$2,ooo,oo
!0041
12
MO
$5,856.56
$70,278.72
0042
1
LOT
NTE
$2,ooo.oo
0043
12
MO
$5,856.56
$70,278.72
0044
1
LOT
NTE
$2,0O0.00
0045
1
LOT
$99,980.06
$99,980.06
TOTAL FOR LOT VII
$6o5,931.1o
STANDARD FORM 36 (REV 10-88)
COMPUTERGENERATED
Case 1:02-cv-00796-FMA
Document 46-3
Filed 03/18/2005
PAGE 6
Page 7 of 11
OF PAGES
"w OF DOCUMENTBEING CONTINUED NO. CONTINUATION SHEET N00600-94-C-0889 NAMEOF OFFEROR/CONTRACTOR: Information ITEM NO. SUPPLIES/SERVICES Systems and Networks Cot )oration QUANTITY UNIT
UNIT PRICE
AMOUNT
LOT VIII - OPTION IX PERIOD OF PERFORMANCE (SEE CLAUSE F.7) 0046 MAINTENANCE OF THE ATC LOCATED AT NTCC HAMPTON ROADS MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NTCC HAMPTON ROADS MAINTENANCE OF THE ATC LOCATED AT NCTS JAPAN MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NCTS JAPAN MAINTENANCE OF THE ATC LOCATED AT NTCC MAKALAPA MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NTCC MAKALAPA MAINTENANCE OF THE ATC LOCATED AT NTCC CAMP SMITH MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NTCC CAMP SMITH MAINTENANCE OF THE ATC LOCATED AT NCTS SICILY MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATEDAT NCTS SICILY MAINTENANCE OF THE ATC LOCATED AT NCTS PUERTO RICO MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NCTS PUERTO RICO MAINTENANCE OF THE ATC LOCATED AT NCTS LONDON MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NCTS LONDON ADDITIONAL TRAINING CLASSES IN ACCORDANCE WITH CLAUSE C.15 12 MO $5,856.56 $70,278.72
0047
1
LOT
NTE
$2,000.00
0048
12
MO
$5,856.56
$70,278,72
0049
1
LOT
NTE
$2,000.00
0050
12
MO
$5,856.56
$70,278,72
0051
1
LOT
NTE
$2,000.00
0052
12
MO
$5,856.56
$70,278.72
0055
1
LOT
NTE
$2,000.00
0054
12
MO
$5,856.56
$70,278.72
0055
1
LOT
NTE
$2,000.00
0056
12
MO
$5,856.56
$70,278.72
0057
1
LOT
NTE
$2,000.00
0058
12
MO
$5,856.56
$70,276.72
0059
1
LOT
NTE
$2,000.00
0060
1
LOT
$99,980.06
$99,980.06
TOTAL FORLOT VIII
$605,931.10
STANDARD FORM 86 (REV 10-88)
COMPUTER GENERATED
Case 1:02-cv-00796-FMA
Document 46-3
Filed 03/18/2005
PAGE 7
Page 8 of 11
OF PAGES
NO. OF DOCUMENTBEING CONTINUED CONTINUATION SHEET N00600-94-C-O889 NAMEOF OFFEROR/CONTRACTOR: Information ITEM NO. SUPPLIES/SERVICES Systems and Networks Cor ~oration QUANTITY UNIT
UNIT PRICE
AMOUNT
LOT IX - OPTION X PERIOD OF PERFORMANCE (SEE CL&USE F.7) 0061 MAINTENANCE OF THE ATC LOCATED AT NTCC HAMPTON ROADS MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NTCC HAMPTON ROADS MAINTENANCE OF THE ATC LOCATED AT NCTS JAPAN MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NCTS JAPAN MAINTENANCE OF THE ATC LOCATED AT NTCC MAKALAPA MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NTCC MAKALAPA MAINTENANCE OF THE ATC LOCATED AT NTCC CAMP SMITH MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NTCC CAMP SMITH MAINTENANCE OF THE ATC LOCATED AT NCTS SICILY MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATEDAT NCTS SICILY MAINTENANCE OF THE ATC LOCATED AT NCTS PUERTO RICO MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NCTS PUERTO RICO MAINTENANCE OF THE ATC LOCATED AT NCTS LONDON MAINTENANCE OUTSIDE THE PPM FOR THE ATC LOCATED AT NCTS LONDON ADDITIONAL TRAINING CLASSES IN ACCORDANCE WITH CLAUSE C.15 12 MO $5,856.56 $70,278.72
0062
1
LOT
NTE
$2,OOO.OO
0068
12
MO
$5,856.56
$70,278.72
0064
1
LOT
NTE
$2,000.00
0065
12
MO
$5,656.56
$70,278.72
0066
1
LOT
NTE
$2,000.00
0067
12
MO
$5,856.56
$70,278.72
0068
1
LOT
NTE
$2,000.00
=0069
12
MO
$5,856.56
$70,278.72
0070
1
LOT
NTE
$2,000.00
0071
12
MO
$5,656.56
$70,278.72
0072
1
LOT
NTE
$2,000.00
0073
12
MO
$5,856.56
$70,278.72
0074
1
LOT
NTE
$2,000.00
0075
1
LOT
$99,980.06
$99,980.06
TOTAL FOR LOT IX
$605,931.10
STANDARD FORM 36 (REV 10-88)
COMPUTER GENERATED
Case 1:02-cv-00796-FMA
Document 46-3
Filed 03/18/2005
Page 9 of 11
NAVAL
REGIONAL SECTION
CONTRACTING
CENTER
WASHINGTON
N00600-94-C-0389 STATEMENT
C - DESCRIPTION~SPECIFICATION~WORK STATEMENT OF WORK
SECTION I.i
1 - SCOPE
INTRODUCTION
The United States Navy operates and maintains numerous multi-vendor Technical Control Facilities (TCFs) which provide tactical and strategic communications support for the fleet and other DOD components. Current technical control operations, such as network monitoring, patching, and testing of circuits and trunks for network reconfiguration require constant operator intervention with manually operated test equipment and patch cords. The objective of this Statement of Work (SOW) is to seek solution to this manpower intensive operation by upgrading all manual technical control facilities with Automated Technical Controls (ATCs). This SOW outlines the desired objectives of the project and associated technical, systems integration, and implementation requirements. 1.2 CONTRACTOR CONTACT WITH NAVY SITES
Prospective contractors shall not have direct contact with any Navy site with regards to this acquisition. All questions or Requests for Assistance will be directed to Naval Regional Contracting Center (NRCC) for resolution. 1.3 SCOPE OF WORK
This SOW defines communications service requirements and is not intended to be a design specification. This SOW, in conjunction with the ATC Functional Specification, establishes the requirements for the provision of an ATC to replace the manual technical control facilities in the Naval shore communications stations. The ATC shall automate the major functional areas in the technical control facilities of Naval Telecommunications Center (NTCC) Hampton Roads, Naval Computer and Telecommunications Station (NCTS) Sicily, NCTS Puerto Rico, NCTS Japan, NCTS London, NTCC Pearl Harbor .and NTCC Camp Smith. These functional areas include service establishment and restoration, system performance assessment, fault isolation, coordination of operations, report generation and recordkeepingo The ATC contract shall be the primary vehicle for engineering, installation, training, operation, and maintenance services for these seven sites.
PAGE
8
Case 1:02-cv-00796-FMA
Document 46-3
Filed 03/18/2005
Page 10 of 11
NAVAL
REGIONAL
CONTRACTING
CENTER
WASHINGTON
N00600-94-C-0389
1.4
GEOGRAPHIC
SCOPE
Automated Technical Control facilities, operational, and maintenance services shall be required for systems at each of following Commander, Naval Computer and Telecommunications Command (COMNAVCOMTELCOM) facilities under the ATC contract: a. b. c. d. e. f. g. 1.5 LIVE TEST NTCC NTCC NCTS NCTS NCTS NCTS NTCC Camp Smith Roads
the
Hampton Sicily Puerto Japan London Pearl
Rico
Harbor REQUIREMENTS
DEMONSTRATION
Each technically compliant offeror shall provide the Government a Live Test Demonstration (LTD) prior to contract award. This LTD shall be held in the continental United States (CONUS) in a fully functional and operational Automated Technical Control site. The offeror's LTD shall consist of the equipments proposed for the offeror's ATC solution and shall demonstrate that the system and its operation are compliant with Government's requirements as stated in the Functional Specification. Bidders will be asked to certify that they have a minimum of two (2) operational ATC sites in CONUS representing the design proposed. The LTD shall be conducted at one of these two operational sites; SECTION 2.1 2 - APPLICABLE STANDARDS Configuration Management DOCUMENTS
MILIT~/~Y
MIL-STD-973
2.2
OTHER AUTOMATED TECHNICAL CONTROL CHARACTERISTIC SPECIFICATION (ATC), dated FUNCTIONAL 1 November
1992
PAGE
9
Case 1:02-cv-00796-FMA
@
Document 46-3
Filed 03/18/2005
Page 11 of 11
NAVAL SECTION 3.1
REGIONAL
CONTRACTING
CENTER
WASHINGTON
N00600-94-C-0389
3 - REQUIREMENTS
GENERAL
The Contractor shall provide all material, labor, and services to engineer, provide, install, test, provide operational assistance for seven ATC turnkey facilities at NTCC Camp Smith, NTCC Hampton Roads, NCTS Sicily, NCTS Puerto Rico, NCTS Japan, NCTS London, and NTCC Pearl Harbor. The Contractor shall identify and develop life-cycle maintenance on the ATC and its peripheral equipment in accordance with this SOW. The Contractor shall operate the ATC, 24 hours per day, during the 30-day Acceptance period and during this time, provide in-depth training to Government personnel. This training shall include a minimum of 50% hands-on training. Following the formal Acceptance by the Government, the Government will operate and maintain the ATC with support of one (i) on-site Contractor representative. Government maintenance includes replacement of defective modules down to the Lowest Replaceable Unit (LRU) for emergent requirements and routine preventive maintenance. The Contractor shall certify that he shall provide parts support, repair, maintenance, and replacement of defective modules for the fifteen (15) year life of the system to the extent and for so long as the Government contracts for such support. The Contractor shall provide one (I) maintenance person who will remain on-site for a period of one (i) year from time of formal acceptance. The responsibilities the Contractor include, but are not limited to: further training of Government personnel, maintenance of the ATC equipment, and assisting in operating the ATC. The Contractor shall respond within a maximum 2 hour timeframe (after notification) to assist the Government with ATC system problems outside the Government's capabilities. The Contractor must have a Program Liaison Office within 2 hours of Washington, D.C.. The contract will have options to continue contractor operations and maintenance support beyond the one year after acceptance. The Government, without penalty, may cancel this on-site support with 30 days written notice to the Contractor. Throughout this SOW, "provide" refers to each ATC facility. 3.2 HA/~DWARE
The contractor shall develop, implement, operate, maintain, and support an Electronic Cross-connect Switch (ECS) and subsystems. Hardware elements of this system may include, but are not necessarily limited to, the following:
PAGE
I0