SOLICITATION NOTICE
D -- Tyndall AFB Secure VTC
- Notice Date
- 3/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517911
— Telecommunications Resellers
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- F4A3202031AC01VTC
- Archive Date
- 3/31/2012
- Point of Contact
- Nicole M. Dean, Phone: 8502838619, Andre D, Bonifacio, Phone: 8502834237
- E-Mail Address
-
nicole.molt@tyndall.af.mil, andre.bonifacio@tyndall.af.mil
(nicole.molt@tyndall.af.mil, andre.bonifacio@tyndall.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/quotes are being requested and a written solicitation will not be issued. The solicitation reference number is VTC F4A3202031AC01 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. This acquisition will be 100% total SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) code is 517911. The business size standard is 1,500 employees. Contract Line Item Numbers (CLINS): 0001: Secure Video Teleconferencing: Supply all labor, tools, materials, facilities, and transportation necessary to provide secure video teleconferencing capabilities in accordance with the statement of objectives. The contractor shall complete all installation and testing activities within 180 calendar days of award. ALL QUOTED ITEMS MUST MEET OR EXCEED SPECIFICATIONS OF THE REFERENCED PART NUMBERS IN THE RFQ IN ACCORDANCE WITH THE "BRAND NAME OR EQUAL" CLAUSE. Award shall be made in the aggregate, all or none. All quotes need to include FOB destination with items being shipped to Tyndall AFB, FL 32403. Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation. The Government reserves the right to award to other than the lowest offeror. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement, past performance and price. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered in accourdance with all SOO requirements to include JITC certification, DISA approved product list, and warranty requirements 2. Price Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.204-7 -Central Contractor Registration 52.211-6 - Brand Name or Equal 52.212-1 - Instructions to Offerors-Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-3 -Offeror Representations and Certifications -Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5(Dev) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-1 Alt I - Small Business Program Representations 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-22 - Previous Contracts and Compliance Reports 52.222-26 - Equal Opportunity 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-41 - Service Contract Act of 1965 52.222-42 - Statement of Equivalent Rates for Federal Hires (23181 Electronics Technician Maintenance I WG-8 $19.35/hr) 52.222-50 - Combating Trafficking in Persons 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.237-1 - Site Visit 52.247-34 - F.O.B. Destination 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation 52.245-1 - Government Property 52.245-9 - Uses and Charges 52.247-34 - F.O.B Destination 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 - Authorized Deviations in Clauses 252.203-7002 - Right to Inform Employees of Whistleblower Rights 252.204-7004 Alt A - Central Contractor Registration Alternate A 252.211-7003 - Item Identification and Valuation 252.225-7001 - Buy American Act and Balance of Payments Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 - Levies on Contract Payments 252.243-7001 - Pricing of Contract Modifications 252.245-7002 - Reporting Loss of Government Property 252.247-7023 Alt III - Transportation of Supplies by Sea Alternate III 252.212-7001(Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 5352.201-9101 - Ombudsman 5352.242-9000 - Contractor Access to Air Force Installations All invoicing shall be completed thru Wide Area Work Flow (WAWF) (1) The provision at FAR 52.237-1, Site Visit, is included in this solicitation. Accordingly, offerors or quoters are urged to inspect the site where the work will be performed. (a) An organized site visit has been scheduled for- 9 March 2012 at 2:00pm (CST) (b) Participants will meet at the Tyndall AFB Visitors Center (c) Submit the names of all attendants (not to exceed 2) to Nicole Dean (850-283-8619) at Nicole.Molt@Tyndall.af.mil prior to 8 March 2012. This information must be provided in advance in order to ensure access to the military installation. (d) Quoters are requested to submit questions to the point of contact noted above not later than 13 March 2012. Information provided at this conference shall not qualify as the terms and conditions of this solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of the solicitation amendments shall apply. (2) Interested parties must complete and submit the following information with their quote: (a) A narrative describing the proposed solution and description of equipment recommended (including all model numbers, manufactures, pricing, and specification of equipment, warranty information, and required certifications). The proposed installation plan shall be provided with this quote for evaluation. (b) Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227- 2423. (c) Tax Identification number. Please send any quotes/questions to Nicole Dean at Nicole.Molt@tyndall.af.mil NO LATER THAN 16 March 2012, 12:00 PM (CST). Statement of Objectives (SOO) For 325th Tyndall AFB Fighter Wing Secure Video Teleconferencing (VTC) Upgrade Tyndall AFB, FL 1. Introduction: 1.1. The objective of this SOO is for a contractor to Engineer, Furnish, Install, and Test (EFI&T) a fully functional ISDN Secure Video Teleconferencing (VTC) System in Building 647 the Wing Commander's Conference Room, located at Tyndall AFB, FL. AETC is modernizing their existing VTC system to support the growing demand for video conferencing and mission situational awareness requirements. The 325th Wing Commander's Conference Room needs to be upgraded to a secure capable ISDN VTC system. 1.2. The required VTC system shall reutilize as much equipment as possible. See Government Furnished Equipment (GFE) List below. 1.3. The required VTC equipment shall interface to the Polycom HDX 8000 codec, camera, microphones, overhead projectors, projectors' remote control system, computer video inputs, and "One Care" Remote for Polycom HDX 8000 Series. The required VTC shall interface with all equipment listed below as required. (See Section 5.0 GFE Equipment) 1.4. The equipment, firmware and software shall comply with the Unclassified/Classified VTC DISA Approved Product List or all equipment shall be JITC certified. 2. Specific Task and Requirements: 2.1. Capabilities: The required ISDN VTC System shall be upgraded to provide both Unclassified and Classified services with the following functionalities/capabilities: 2.1.1 VTC Equipment/System: 2.1.1.1 The contractor shall provide both secure and non-secure ISDN VTC video conferencing for NIPRNET/SIPRNET point-to-point and multiple sites. The contractor shall provide this capability by upgrading the existing non-secure ISDN VTC system to a VTC system that supports all secure and non-secure connectivity. The contractor shall use all existing equipment as needed/required. 2.1.1.2 The contractor shall install a KIV-7M (GFE) crypto device (or another GFE crypto device), RS530 w/RS366 Dial Isolator Network Isolation ISDN Switch and Secure-switch Fiber Optic IP Switch to provide secure capabilities to the existing non-secure VTC system located in Building 647 the Wing Commander's Conference Room. 2.1.1.3. The contractor shall provide connectivity to the existing Adtran Atlas IMUX (DSU/CSU Ethernet, Video Conferencing, T1/PRI). If additional ISDN PRI/BRI circuits are required then the contractor shall purchase a base approved IMUX DSU/CSU (ex. Adtran Atlas or equal) to support the additional ISDN line required. 2.1.1.4. The contractor shall provide all necessary mounting hardware, cable assembly, and all cables to install all proposed equipment required to provide secure capabilities to the existing non-secure VTC system located in Building 647 the Wing Commander's Conference Room. 2.1.2 Overhead Projectors: 2.1.2.1 The VTC equipment shall keep existing functionalities of the overhead projectors. The existing video projectors have the capability display local presentations and view remote VTC participants. 2.1.2.2 The required VTC equipment/system shall have the capability to display and process both secure and non-secure information on the existing display wall. 2.1.2 Remote Control Equipment with Secure/non-Secure sign displays: 2.1.2.1 The VTC equipment/system shall install or use the existing remote control system. 2.1.2.2 The Controller equipment shall provide capability to control all functions of the VTC system including but not limited to Domain Switching (switching from secure to non-secure), Display wall configurations changes, and Volume/Mute control. The SIPRNET PC and video and audio path was powered off when the system was in the unclassified mode of operation. The NIPRNET PC path was disconnected and powered off during classified modes of operation. 2.1.2.3 Contractor shall provide a sign indicator to indicate the security level of the VTC in progress. The sign indicator will connect to the output connection of the IP secure switch fiber optic A/B switch. 2.1.3 The ISDN Fiber Optic Switch: 2.1.3.1 The contractor shall provide the ISDN secure switch fiber optic A/B switch that supports secure ISDN, non-secure ISDN video conferencing. The ISDN fiber optic switch shall be approved and certified by DISA DVS-G. The contractor shall ensure the fiber optic switch should be an Audio Video Systems AVS IM-530 or an equivalent model/type on the DISA approved products list. 2.1.4 Audio Equipment: 2.1.4.1 Audio is usually just in-band with the video. For telephony calls (audio only), the contractor shall coordinate (help to procure) as GFE by the base, STU and STE devices, which are secret class telephone, the Raytheon red switch (Secret PBX) or VoSIP (DISA's Cisco Call Manager for SIPRNet) to provide encrypted telephony connections to the required SIPRNET VTC session. All are interoperable with Polycom. 2.1.4.2 The required VTC system installation provide for remote VTC participants to adequately hear speaking personnel seated at conference room table and seated around room perimeter. 2.1.4.3 The audio system shall provide for intelligible, feedback, distortion and echo-free audio for the VTC system. The room microphone shall be provided with muting and active controller to prevent feedback and echo to provide clear conference room audio to the VTC conference participants. 2.1.4.4 All lines for speakers, microphones and camera that exit the AV room must be in metal (ferrous) conduit, all joints must be sealed with a conductive epoxy to preclude tampering. Conduit will be un-painted, but marked with a 1-inch wide strip of RED Tape or RED Paint (at a maximum of every 1 ½ meters). Opening of conduit(s) must rest (sealed with epoxy) on the ceiling tiles so that only the cable can penetrate through/hang freely below drop ceiling. Openings should have a bushing that penetrates the tile and be sealed to the conduit. Speakers may have a box that the respective conduit is sealed onto and remain above the drop-ceiling, leaving the speaker-grill exposed below ceiling. All conduits must be alarmed to detect any attempt to access or penetrate. Additionally, only the specified wires can be in the conduit, so that when the system is in classified mode - there are no black (unclassified data or power) cables in the conduits - so must be excluded by design. 2.1.5 Encryption Device: 2.1.5.1 The contractor shall install the KIV-7M (or another GFE crypto device) encryption devices which will be utilized for the secure VTC installation. The required encryption device will be provided by the Government. 2.1.6 VTC Received/Transmitted ISDN Signals: 2.1.6.1 VTC received/transmitted ISDN signals shall be encrypted using KIV-7M (or another GFE crypto device) encryptor for the secure modality. 2.1.6.2 VTC received/transmitted ISDN secured signals shall connect to data routing equipment as directed by DISA DVS-G standard for the secure connection. The data routing equipment shall be loaded with software for firewall and intrusion detection sensor (IDS) features IAW DISN Video Services (DVS) Customer Connection Approvals document. All equipment shall be JITC approved. 2.1.6.3 VTC received/transmitted ISDN non-secured signals shall connect to a separate data routing equipment as directed by DISA DVS-G standard for the non-Secure connection. The data routing equipment shall be loaded with software for firewall and intrusion detection sensor (IDS) features IAW DISN Video Services (DVS) Customer Connection Approvals document. All equipment shall be JITC approved. 2.1.6.4 VTC received/transmitted SIPR configurations must go through periods processing to sanitize the connection before transitioning to an unclassified ISDN connection. The switch will reside between the network and the codec via RS-232 switch. All equipment shall be JITC approved. 2.1.6.5 The installation of data routing and encryptor equipment shall follow red/black standard guidance from the Base IA office and MIL-HDBK-232A/revisions and TEMPEST 2-95A. 2.1.7 Rack: The equipment room shall have space available for a new rack installation or any existing rack installation and allow space to open the front and rear rack doors. Doors will have locks to secure equipment. 2.2 Additional Requirements: 2.2.1 Any equipment, furniture, equipment rack or wall cabinet should be aesthetically pleasing, match current room décor and follow red/black guidance from IA office and MIL-HDBK-232A/revisions and TEMPEST 2-95A. 2.2.2. The contractor shall identify all allied support required. The 325th CS/SCX shall assist in filing the 332 request for permission for the contractor to perform work with CE. 3 Requirements: 3.1.1 Provide a narrative describing the proposed solution and description of equipment recommended (including all model numbers, manufactures, pricing, and specification of equipment, warranty information, and required certifications) and the proposed installation plan shall be provided with this proposal for evaluation. 3.2 Installation: 3.2.1 Site Coordination: The contractor shall meet with the base safety officer immediately upon arrival on site for review of the specific safety requirements prior to installation. 3.2.2 Installation Plan Changes: If a problem develops during installation that warrants the change of the proposed solution, the contractor shall engineer and implement design changes only after written approval from the contracting officer. 3.3 Turn-Key Operation and Testing: The contractor shall engineer, furnish, install, test (EFI&T) and perform all necessary efforts to ensure successful completion of this project and make operational the equipment in all locations. The contractor shall provide all hardware and software necessary to support this requirement. The contractor shall submit industry standard and site specific test and acceptance procedures for Government review and approval. The contractor shall perform approved test to obtain system acceptance. The contractor shall complete all installation and testing activities within 180 calendar days of award. 3.4 Hardware and Software: The contractor shall provide all hardware, software and test equipment necessary to support this requirement. All hardware/software provided shall be new and include a twelve month (one-year) warranty. 3.5 Warranty: A one-year warranty shall be provided from the date of acceptance to cover all new equipment and all installation related to cabling and physical workmanship. The contractor shall also assume any and all existing warranties on the GFE. 3.6 Configuration Management: The contractor shall perform configuration management of all equipment associated with the completed VTC system. The contractor shall provide configuration management information to the base SCX project manager. The configuration management information shall include, but not be limited to, a list of all components installed by system serial number (hardware), all passwords and if applicable software/IOS. 3.7 Training: Upon completion of the installation process, the contractor will provide user training to the designated site staff in accordance with the customer requirements. User training will include step-by-step instructions on the utilization of all features of the VTC system as well as Basic System Troubleshooting. The contractor shall provide operational training to the users and system training to the operators/maintainers as needed. Instructional sessions shall be permitted to be videotaped for future training purposes. Any applicable training material will be provided to the Government in both paper and soft copy. The Government shall retain the right to duplicate and distribute the training material for future training purposes. The period of performance is a base period of 21 days including installation, training, and testing & acceptance. 3.8 Additional Requirements: 3.8.1 Project Management: The contractor shall provide a schedule for Government review and approval within one week of award. The contractor shall plan and manage daily operations and activities associated with providing this requirement to ensure the necessary processes and activities are performed to provide an effective and acceptable system. The contractor shall employ effective management tools and methods to assure control of cost, schedule and performance. As needed, the contractor shall conduct, support, or participate in program management and technical reviews, meeting, and conferences to ensure effective and efficient project execution. The contractor shall be responsible for storage, staging and deployment of any equipment and materials provided as part of this project unless otherwise mutually agreed upon by the Government and the contractor. The Government retains the right to all documentation and data generated by the contractor as a result of this project. The contractor shall provide COTS products with the appropriate licenses. The Government contracting officer shall have final authority for resolution of any contradictions within the proposal. 3.8.2 Security: 3.8.2.1 Security Clearances: The contractor must be U.S. citizens and must be escorted during the install. 3.8.2.2 Nominations: Nominations shall contain full identifying data on the nominee, a statement that he/she meets citizenship requirements, a description of the applicant's current clearance, and the investigative basis (National Agency Check, Background Investigation, or Single Scope Background Investigation) for the clearance. 3.8.2.3 Contractor Consent to Background Checks: 3.8.2.3.1 The contractor and, as applicable, subcontractor shall not employ persons for work on this contract if such employee is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population, nor shall the contractor or subcontractor employ persons under this contract who have an outstanding criminal warrant as identified by Law Enforcement Agency Data System (LEADS) through the National Crime Information Center. LEADS checks will verify if a person is wanted by local, state, and federal agencies. All Contractor and subcontractor personnel who do not consent to a LEADS check will be denied access to the installation. 3.8.2.3.2 Information required to conduct a LEADS check includes: full name, driver's License number, and/or social security number, date of birth of the person entering the installation, and completion of a background check questionnaire. The Contractor shall provide this information, contractors consent for background check, and shall submit it in conjunction with the contractor's request for either base or vehicle passes. Completion of a successful LEADS check does not invalidate the requirement for an escort when contractor or subcontractor personnel are working within controlled or restricted areas. 3.8.2.3.3 Contractors shall ensure their employees and those of their subcontracts have the proper credentials allowing them to work in the United States. Persons later found to be undocumented or illegal aliens will be remanded to the proper authorities. The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provisions of this clause. Furthermore, nothing in this clause shall excuse the contractor from proceeding with the contract as required. 3.8.2.4 Badges: The contractor is required to provide identification badges with photo of employee for their employees. All contractor personnel shall wear these badges while on duty on the government site. Badges are required to identify the individual, company name, and be clearly and distinctly marked as contractor. Size, color, style, etc are to be mutually agreed to by the contractor and the Government. The contractor's identification badge will not be used as an entry requirement for installation entry or into any government designated controlled or restricted area. 3.8.2.5 Contractor Registration of Vehicles on Tyndall AFB: All contractors or contractor employees' vehicles used for the performance of this contract shall comply with all local, state and federal regulations. Additionally any pass shall be surrendered to Security Forces upon demand to positively identify a person's need to be on a federal installation. 3.8.2.6 Access to installation during force Protection Conditions (FPCONs): Contractors will be assigned a mission essential designation IAW requirements contained in Installation Security Instructions. Only the installation commander or the unit commander requesting contract support will assign the mission essential designation. 3.8.2.7 Safeguarding Classified/Unclassified Information: The contractor shall meet Air Force standards for storing, processing, and handling classified information and systems. Additionally, all resources (e.g. maps, publications/instructions, photos) provided by the government to assist the contractor in the performance of their contract will be surrendered upon termination of employment or the end of the contract performance period. Under no circumstances, is the contractor required to store any classified material in performance of this contract. 3.8.3 Contractor's Responsibilities while Working within Controlled or Restricted Areas: 3.8.3.1 Only contractor personnel with proper authority and qualifications shall enter a controlled or restricted area. Certain facilities require the issuance of an AF Form 1199 or AF Form 1199CD. The Government, at any time, may revoke the AF Form 1199. Contractors shall not escort other contractor employees within controlled or restricted areas. In addition, contractors shall fulfill, maintain, and comply with all security requirements as mandated. 3.8.3.2 Access to Government Facilities with Controlled or Restricted Areas - The Contractor shall comply with security regulations imposed by the installation commander and/or the agency responsible for the project location. Due to specific mission requirements inherent in the nature of controlled or restricted areas, the Government may direct the contractor to leave the controlled or restricted areas at any time. 3.8.3.3 Access to Government Facilities with Controlled or Restricted Areas for Replacement Contractors - The unit requesting contract support will continuously escort replacement contractors, not initially possessing the proper clearances and requiring entry to controlled or restricted areas. Replacement contractors must obtain a final, approved security clearance within 30 days of being assigned. 3.8.4 Restricted Areas: Specific written permission to enter such areas is granted under the authority of the installation Commander or his designated representative. The contractor shall implement local base procedures for entry to Air Force controlled/restricted areas where contractor personnel will work. An AF Form 2586, Unescorted Entry Authorization Certificate, must be completed and signed by the sponsoring agency's Security Manager before a Restricted Area Badge will be issued. 3.8.5 Non-disclosure Agreements: To safeguard information, the contractor shall enter into non-disclosure agreements with the responsible local security manager. 3.8.6 Property Protection: The contractor shall be responsible for safeguarding all Government property, classified information, and controlled forms provided for contractor use. At the end of each work period, all Government facilities, equipment, and materials shall be secured. When not under the direct control of contractor personnel, all Government facilities, equipment, and materials utilized by contractor personnel shall be secured. 3.8.7 Industrial Security: The Contractor shall comply with all pertinent instructions, directives, and regulations, as provided by the Government, to ensure the proper implementation of the contractor's industrial security program. This includes clearance procedures, visitor's security, inspections, violations, education, classification, international, security programs and operations. 3.8.8 Listing of Employees: The contractor shall maintain a current listing of employees. The list shall include the employee's name, social security number and level of security clearance. The list shall be validated and signed by the Program Manager and provided to the Government Security Officer and Special Security Office (SSO) within 10 days of the contract award. An updated listing shall be provided when an employee's status or information changes. 3.9 Others: 3.9.1 Documentation: The Contractor shall provide all documents to the Government for review and approval prior to system installation. The contractor shall provide the Government with all documentation compiled during the course of the project. The documentation will be delivered by the contractor in both hard copy and soft copy formats (on a Data CD). This documentation will include but not limited to the following: o Project Management Information o Project Planning Materials o Services Change Orders o Hardware Change Orders o Out of Scope Work Hours o Product Inventory o Serial Numbers o Test and Acceptance Documentation o As-Built Documentation 3.9.2 Manuals and Practices: The contractor shall provide at least one paper copy and one soft copy of the latest version of operation, installation, and maintenance manuals and practices/users guide for each system installed. 3.9.3 Commercial Deliverables and Documentation: The contractor shall provide standard commercial deliverables and documentation. Documentation shall be provided in Microsoft Word 2007, 2010, or PDF format unless specified otherwise below or agreed to by the Government Contracting Officer and the Contractor before installation. 3.9.4 Installation Schedules and Progress Report: The contractor shall provide an installation schedule and monthly progress reports. The schedule shall be in Microsoft Project 2003 unless otherwise agreed to by the Government Contracting Officer and the contractor before installation. 3.9.5. Communications-Electronics Facilities Records: The contractor shall provide as-installed facilities records. 3.9.6. Installation Test Plan: The contractor shall provide a test plan as to how the system will be tested to demonstrate to the Government that the system is fully operational and meets or exceeds the specified requirements and that the system is fully ready to be placed into service. The contractor shall test the system to demonstrate to the Government quality assurance evaluation of the system. These tests shall be accomplished prior to the system being placed into service. 3.9.7 Installation Test Report: The contractor shall provide an installation test report of the results of the testing accomplished under the installation test plan. 3.9.8 Acceptance Test Plan: The contractor shall provide an acceptance test plan as to how the system will be tested to demonstrate to the Government that the system is fully operational and meets or exceeds the specified requirements. These tests shall be accomplished after the system is placed in service and prior to system acceptance. The contractor shall perform the acceptance in the presence of the Government. 3.9.9 Acceptance Test Report: The contractor shall provide an acceptance test report of the results of the testing accomplished under the acceptance test plan. 4.0 GFE Equipment: • Polycom HDX 8000-720: HDX 8000 HD codec • EagleEye HD camera • HDX mic array, Eng rmt. • Polycom - V.35 Module for HDX Series (RS449, RS350 w/RS366 Dialing) • Overhead Projector • Polycom HDX Series - One Care Remote • Kiv 7M Encryption Devices
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4A3202031AC01VTC/listing.html)
- Place of Performance
- Address: Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN02688723-W 20120307/120305233802-cf748348ab5f4be5ea417c011aa5097a (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 |