SOLICITATION NOTICE
70 -- Command Post Console Upgrade and Emergency 911 Enhancement - Solicitation (Request for Quotes)
- Notice Date
- 9/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC/PKO, 483 N. Aviation Blvd, El Segundo, California, 90245-2808, United States
- ZIP Code
- 90245-2808
- Solicitation Number
- FA2816-11-R-0015
- Archive Date
- 10/22/2011
- Point of Contact
- Yolanda A. Spears, Phone: 3106535381, Herbert Countee, Phone: (310) 653-6178
- E-Mail Address
-
yolanda.spears@losangeles.af.mil, herbert.countee@losangeles.af.mil
(yolanda.spears@losangeles.af.mil, herbert.countee@losangeles.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Emergency 911 Enhancement Statement of Work Command Post Upgrade Statement of Work Request for Quote The purpose of this synopsis is to seek quotes from vendors capable of fulfilling a requirements needed to supply and install Joint Interoperability Test Command (JITC) certified equipment for the Command Post and the E911 system. The Space and Missile Systems Center (SMC) 61ABG and 61SFS intends to release a solicitation to acquire computer equipment. The Contractor shall furnish, install Joint Interoperability Test Command (JITC) certified computer aided radio/telephone console solution for the upgrade of the SMC Command Post at the LAAFB, CA. All allied support (Installs to include cabling, coring, terminations) required to complete this installation will be done by the contractor. Below is the list of equipment needed for the installation: HIPATH 4000 Computer Branch Exchange - Qty 1 Controller Dispatch Computers - QTY 2 Touch Screen Monitors - Qty 4 Time Synchronization Equipment - Qty 1 Logger/Recorder - Qty 1 Data Conversatiion Services - Qty 1 Cabling/Peripherals - Qty 1 Cabinet Equipment - Qty 1 Printer - Qty 1 Console Furniture/Housing - Qty 1 Additional Consoles - Qty 1 Labor/Installation - Qty 1 Training The Contractor shall furnish, install and test the JITC certified computer aided radio/telephone server and peripherals for the Enhancement of the LAAFB Emergency 911System at the LAAFB and Fortt MacArthur, San Pedro CA. Contractor is responsible for all allied support (e.g. new electrical or communications cabling to support new equipment, rack mounting or coring of pathway). The system shall consist of the following: VESTA SL100 System consists of: DL370/DL370 Server and peripherals - Qty 1 Hard Drive and Back up Kit - Qty 3 ALI/CAD/TIME Interface Modules - Qty 1 Z200 Workstations DOD Configuration - Qty 3 24" Monitors - Qty 3 IRR Module for Radio - Qty 3 22 Button Add On Module - Qty 3 Phone M5316 and add on module M522 - Qty 3 CAMA Converter Package V2 - Qty 1 Cabinets - Qty 2 Network Switch - Qty 1 NETCLOCK GPS Master 9383 Time Sync - Qty 1 PEAbody Server ML350 and peripherals - Qty 1 ORION Map Verification System and peripherals - Qty 1 DataSync ML310 Server and peripherals - Qty 1 MAGIC 5.0 Server and peripherals - Qty 1 Printers, HP - Qty 2 16 Channel Audio Register Logger and peripherals - Qty 1 Licenses - Qty 3 Training Labor/Installation NOTE-Equipment list may not be all inclusive and subject to contractor recommended changes to support E911 Implementation. The quote shall include labor, installation, personnel, supervision, tools, material, training necessary to perform the task in accordance with the attached Statement of Work. The proposal should include profit/fee/overhead costs. The period of performance is anticipated to be for 1 basic year with 4 one year. The contract will begin in FY12 lasting through FY16. Interested parties must submit an unclassified Quote, the above requirement by 12:00 pm (PST), within 3 working days after this announcement is posted. The submission must also include a implementation plan and preliminary schedule. The implementation plan shall not exceed 20 one-sided pages in length and must be submitted in MS Word 2003 or PDF format. All responses must conform to 8.5 by 11.0 inch pages, with font size no smaller than 12 point. The evaluation technique to be utilized for the contemplated award of the issued solicitation is Lowest Price Technically Acceptable (LPTA) and will be the basis of award. Under LPTA, price will be more important than performance. The Government will attach a Solicitation. Award will solely on price and performance. Target award is 30 September 2011. To be eligible for contract award, offerors must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR website at http://www.ccr.gov. Contractors must also submit their representations and certifications at the online Representations and Certifications Applications (ORCA) website at https://orca.bpn.gov. The Government will not reimburse any interested parties for monies spent to provide a response to the request for quote. The Government reserves the right to cancel this request at any time. Responses from qualified small and small disadvantaged businesses are highly encouraged. Submit all solicitation responses to: SMC/PKO, Attn: Herbert B. Countee or Yolanda Spears, 483 N. Aviation Blvd., Bldg 272, Room C3-200, El Segundo, CA, 90245-2808. Electronic submissions can be submitted to herb.countee@losangeles.af.mil and yolanda.spears@losangeles.af.mil. Inquiries may be directed to Ms. Spears via email or via phone at 310-653-5381.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/61CONS/FA2816-11-R-0015/listing.html)
- Place of Performance
- Address: 483 N. Aviation Blvd, El Segundo, California, 90245, United States
- Zip Code: 90245
- Zip Code: 90245
- Record
- SN02588127-W 20110924/110922235304-a35906512654927a531488dbfbaab050 (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 |