Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2015 FBO #4814
SOURCES SOUGHT

58 -- AFICA DV-COMM-VOIP

Notice Date
1/27/2015
 
Notice Type
Sources Sought
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 763rd SCONS, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-15-Q-DVCOMMVOIP
 
Point of Contact
Harold E. Fry, Phone: 6182569950, Deane E. Turner, Phone: 6182569948
 
E-Mail Address
harold.fry@us.af.mil, deane.turner@us.af.mil
(harold.fry@us.af.mil, deane.turner@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The 763 rd Specialized Contracting Squadron (763 SCONS) i s seeking sources for Cisco network gateway equipment, Cisco aircraft equipment and Cisco certified Cisco Unified Communications (UC) Network Optimization Services (NOS). CONTRACTING OFFICE ADDRESS: 763d Specialized Contracting Squadron 507 Symington Drive Scott AFB, IL 62225-5022 INTRODUCTION: This is a SOURCES SOUGHT to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: In accordance with Air Force Guidance Memo (AFGM) 33-01.1, 27 February 2013, "The Department of Defense, Chief Information Officer directs the removal and replacement of current voice, video, and data capabilities with IP-based broadband capabilities that meet senior leadership operational requirements" and in response to urgent need requests from the Secretary of Defense (SECDEF) communications chief, SAF CIO A6 has directed AMC to implement an interim multi-level secure Voice over IP (VoIP) capability utilizing Cisco private branch exchange (PBX) unified communications capabilities that are currently used to support more exclusive Senior Leader capabilities by Defense Information Systems Agency (DISA) and the White House Communications Agency (WHCA). Furthermore, SAF CIO A6 has directed AMC to use Cisco government technical support services to ensure the implementation of this new capability is consistent with certified DISA and WHCA Cisco based VoIP PBX implementations. 763 SCONS/PKC intends to issue a new, Brand Name Only, firm-fixed price (FFP) contract for services and supplies in support of Headquarters Air Mobility Command Senior Leadership Airborne Command, Control, and Communications System - Airborne (SLC3S-A) Branch (HQ AMC/A6OA) Executive Airlift (EA) Distinguished Visitor-Communications-Voice over Internet Protocol (DV-Comm-VoIP). DESCRIPTION: The 763 SCONS is seeking potential sources for a standard, integrated and completely supported solution consisting of hardware, equipment, and dedicated technical support. The DV-Comm-VoIP technical solution shall be integrated with AMC's existing Executive Airlift Communication Network (EACN), based on CISCO UC technology and certified for interoperation with the DISA enterprise UC capabilities. To expedite the design, test and fielding of the CISCO UC based EA DV-Comm-VoIP capability; AMC has requested contract support for CISCO UC NOS. The contractor shall provide the following new equipment only; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Name brand equipment items include: •(a) DV-Comm-VoIP Cisco network gateway equipment: Manufacturer Part Number Description Quantity Unit of Measure BE7K-K9 Cisco BE7000 UCS C240M3 TRC2 Srv RST 8 Each CUCM-USR-LSC Top Level UCL SKU - ESSENTIAL SW UCM Enhanced Single User Under 1K 4 Each CISCO2911-V/K9 Cisco Unified Border Element (CUBE10) 8 Each ASA5512-K9 ASA 5512-X with SW 6GE Data 1GE Mgmt. AC 3DES/AES 8 Each •(b) DV-Comm-VoIP Cisco aircraft equipment Manufacturer Part Number Description Quantity Unit of Measure CISCO2901-V/K9 Cisco 2901 Voice Bundle PVDM3-16 UC License PAK FL-CUBE10 20 Each CP-9951-CL-K9= Cisco UC Phone 9951 Charcoal Slimline Handset 51 Each CP-PWR-CUBE-4= IP Phone power transformer for the 89/9900 phone series 51 Each C881-V-K9 Cisco881 FE WAN 4 FXS 2BRI 1FXO 17 Each •(c) Ancillary brand name equipment Mfg. Manufacturer Part Number Description Quantity Unit of Measure Pelican iM2450 Storm Case Transit cases for C-37 aircraft kits 17 Each General Dynamics VIPHEADSET External Headset for vIPer 34 Each David Clark DC PRO-XP 43100G-02 David Clark Noise Cancelling Headset 34 Each David Clark 40998G-05 Adapter Unterminated Adapter Cord for David Clark DC PRO-XP (2 per headset) 68 Each New Tech 302-900 Two Way Telephone Handset Splitter Headset Y 65 Each Klas Telecom KLAS-VOY-ECK1-R1.0 Klas Telecom - Voyager Executive Comm Kit 9 Each This Cisco equipment provides new Senior Leader airborne VoIP PBX capabilities as carry-on equipment onto the airborne platforms at the following installations: Joint Base Andrews (JBA), Joint Base Lewis McChord (JBLM), MacDill AFB, Ramstein AFB, Hickam AFB, Offutt AFB, Scott AFB at the Air Force Network Integration Center (AFNIC) EACN System Integration Laboratory (SIL), and Wright Patterson AFB at the Air Force Research Laboratory (AFRL) Sustainment Office for SLC3S-A Roll-On/Roll-Off (RO/RO) platform inclusion. The DV-Comm-VoIP technical solution shall be integrated with AMC's existing EACN, based on CISCO UC technology and certified for interoperation with the DISA enterprise UC capabilities. To expedite the design, test and fielding of the CISCO UC based EACN DV-Comm-VoIP capability; AMC has requested contract support for CISCO UC NOS. Cisco UC-NOS The contractor shall provide CISCO certified network engineers to provide overall design, configuration, and support of the EA DV-Comm-VoIP system. The CISCO UC-NOS (part number AS-IPC-CNSLT) support shall include network design, configuration, integration, test, equipment fielding and training material development for the EA DV-Comm-VoIP capability in coordination with the Air Force Network Integration Center (AFNIC) EACN configuration manager and all Executive Airlift (EA) stakeholders. The period of performance (POP) for CISCO UC-NOS support will be for one year from contract award date. REQUIRED CAPABILITIES: Capability Information should include a brief description of experience in providing the requirements similar to those described above and should include: •(A) What is your Company's Cisco Partner level of certification and do you have the associated certifications required to resell Cisco equipment and services as described above? •(B) Does your company have the ability to provide the entire requirement directly or will you have to two tier the ordering of advanced services? •(C) Explain your ability to provide the supplies and services required IAW 52.219-14 -- Limitations on Subcontracting (Nov 2011) The capability package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request. Capability packages should be limited to no more than 15 pages. SPECIAL REQUIREMENTS: The security clearance requirement for all individuals participating on this potential contract is SECRET. AMC/A6OA desires that all individuals supporting this contract shall be able to provide security credentials through the Joint Personnel Adjudication System (JPAS), which represents the preferred method for Air Force facility access approval. AMC/A6OA will provide a DD-254 Contract Security Classification specification with the SECRET level of classification specification necessary for Cisco to execute this contract. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: This requirement is classified under NAICS code 334210 Telephone Apparatus Manufacturing. This industry comprises establishments primarily engaged in manufacturing wire telephone and data communications equipment. These products may be standalone or board-level components of a larger system. Examples of products made by these establishments are central office switching equipment, cordless telephones (except cellular), Private Branch Exchange ( PBX) equipment, telephones, telephone answering machines, Local Area Network ( LAN) modems, multi-user modems, and other data communications equipment, s uch as bridges, routers, and gateways. The small business size standard is 1,000 employees. OTHER INFORMATION To assist 763 SCONS in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: •1) Business name and address; •2) Name of company representative and their business title; •3) Business Size and Type of Small Business (if applicable); •4) Cage Code; •5) DUNS Number; •6) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) •7) Interested businesses should submit a brief capabilities statement package (See "REQUIRED CAPABILITIES" paragraph above for minimum response requirements) demonstrating ability to provide the equipment and perform the services listed in the attached PWS. Vendors who wish to respond to this should send responses via email no later than 4:00 PM Central Time on 12 Feb 2015 to harold.fry@us.af.mil. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-15-Q-DVCOMMVOIP/listing.html)
 
Place of Performance
Address: Scott AFB, SAFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN03625485-W 20150129/150127234245-8dfb86c90bb55a8a79a3ddfe23a16f2b (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.