Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2010 FBO #3073
SOLICITATION NOTICE

D -- GWOT BCOC INTEROPERABILITY-CISCO IPICS Version 4.0

Notice Date
4/22/2010
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
M62613 MARINE CORPS AIR STATION IWAKUNI CONTRACTING OFFICE PSC 561 Box 1872 MCAS Iwakuni FPO,
 
ZIP Code
00000
 
Solicitation Number
M6261310T0047
 
Response Due
6/2/2010
 
Archive Date
7/2/2010
 
Point of Contact
Hidetoshi Matsumae 01181827796859
 
Small Business Set-Aside
N/A
 
Description
Presolicitation Notice Solicitation M62613-10-T-0047 The purpose of this notice is to inform all parties that the United States Marine Corps Contracting Office, Marine Corps Air Station, Iwakuni (MCASI), Japan, intends to purchase below listed requirements for brand name only purchase. Requirement:Cisco IP Interoperability andCommunication System (IPICS)Manufacturer: Total Network SolutionsQty: 1 EAItem DescriptionMCAS Iwakuni, Japan intends to expand, enhance and improve the systems supporting its Base Cluster Operations Center (BCOC)/ Emergency Operations Center (EOC) functions. To this end the government requires radio interoperability system that will allow the BCOC/EOC to integrate all current radio communications assets into one system using Voice over Internet Protocol (VoIP). The goal is to provide the base Commander with a summary of options for integration and interoperability applications and systems supporting these two important operation center functions. The recommended system must leverage existing systems and infrastructure to the maximum extent possible. The Service Provider will identify industry best solutions. DESCRIPTION OF SERVICES The Service Provider shall conduct a comprehensive training course to all who will be participating as IP Interoperability and Collaboration System (IPICS) managers. Immediately following training, they will facilitate the installation of the IPICS to allow digital voice capability using VoIP. This infrastructure interoperability system must allow for an integrated system that supports the Command's LMR radios and infrastructure components. This system is able to interconnect any voice system using E&M router interfaces, to IP Telephones, PC workstations and non IP telephones via connection to outside dialtone. This system must also meet current standards for the Marine Corps and must have Joint Interoperability Test Command (JITC) certification and be listed on the DISA approved products list APL. The system must include the following components:.LMR radio communications for Bldg 125.LMR Router for Bldg 5780.LMR Router for Bldg 125 (BCOC/EOC).3750 POE Switches.IPICS Server and Software.Smartnet and Software Application Support for one year.System must include at a minimum the components, models and quantities of equipment and software itemized in the attached List of Materials.Installation of Hardware and Equipments.TrainingThe system must allow for interoperability with the Cisco Call Manager system and the Nortel SL-100 voice switch. This includes two T-1 interfaces to GFE dialtone. The System Provider must provide training for the system to include:.Interoperability (Radios\Infrastructure).Understanding Administration Functions.Understanding Management and Maintenance.Understanding Functions and Features, including enhancements and limitations.Basic Configuration.Basic Changes.Moves, Additions, Deletions, and Changes.Interoperability Dependencies between Interconnected Telephony Applicatio Applications.Training and individual training plans for Administrator, Operator and User training. Delivery Requirements: within 30 days after the date of award. FPO Destination: Delivery must be made "Door to Door" to Marine Corps Air Station Iwakuni, Japan.Delivery to: Marine Corps Air Station Iwakuni, Japan, S-6 Dept., Ground Electronics Maintenance Div., Bldg No. 125, and No. 5780 via MCAS Iwakuni, Japan, Traffic Management Office, PSC 561 Box 1873, FPO AP 96310-0019 This procurement is not a small business set-aside, any responsible source may submit an offer.The North American Industry Classification System (NAICS) for this procurement is 237130, and Federal Supply Class (FSC) of 5810. The items under this procurement are subject to an Agreement on Government Procurement Approved and implemented in the United States by the Trade Agreements Act of 1979. All quotes shall be in the English language and priced in either dollars or Japanese yen. Point of Contact for all matters pertaining to this special notice is:Hidetoshi Matsumae, Contract Specialist, e-mail: hidetoshi.matsuma.ja@usmc.mil, or Hitomi Yamaguchi, Contracting Officer, e-mail: hitomi.yamaguchi.ja@usmc.mil This is an electronic solicitation in PDF format. The solicitation may be downloaded by visiting the electronic solicitation website at the fllowing internet address (URL): htto://www.iwakuni.usmc.mil (click Organization, Station, Contracting under Logistics, and then Solicitations). If this solicitation is not posted at this website o/a 23 April 2010, you may request e-mail notification of the date it is uploaded. Send your request by e-mail to the POC. All responsible sources may submit quotes which will be considered by the agency. Agency Office Address and POC:Office Address:Marine Corps Air Station Iwakuni, JapanLogistics Dept., Contracting Div.PSC 561 Box 1872, FPO AP 96310-0019Japanese Address:Yamaguchi-ken Iwakuni-shi Misumi-cho 2-chome Kanyuchi 740-0025, Japan
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M62613/M6261310T0047/listing.html)
 
Record
SN02130419-W 20100424/100422235741-352d94cdb47bc0f11f98f5ccbef559f8 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.