Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2015 FBO #5021
SOURCES SOUGHT

D -- Program Management Warfare (PMW) 790 Shore Telephony Implementation of CAIRS.NET Regional Telephony Management System (RTMS)

Notice Date
8/21/2015
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
831507109
 
Archive Date
9/11/2015
 
Point of Contact
Shannon K. Fuehne, Phone: 6182299147, Karen Kinzel, Phone: 6182299243
 
E-Mail Address
shannon.k.fuehne.civ@mail.mil, karen.m.kinzel2.civ@mail.mil
(shannon.k.fuehne.civ@mail.mil, karen.m.kinzel2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for the implementation of CAIRS.NET Regional Telephony Management System (RTMS) in the Telephony In Service Engineering Activity (ISEA) Lab. CONTRACTING OFFICE ADDRESS: DISA/DITCO, PL8312 2300 East Drive, Bldg 3600 Scott AFB, IL 62225 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of 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. The Navy is seeking information for potential sources for the implementation of CAIRS.NET RTMS. 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. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source IAW 10 U.S.C.2304(c)(1). The contractor that the Government intends to negotiate with is Unique Communications Solutions, 1665 W HORIZON RIDGE PKWY HENDERSON, NV, 89012-3494. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1019-14-C-2007 Contract Type: FFP Incumbent and their size: Unique Communications Solutions, Small Business Method of previous acquisition: sole source TECHNICAL DESCRIPTION: At a minimum, the RTMS solution must provide the following functionality: •CAIRS Client: The CAIRS client is the primary interface for cairs.net TM users and administrators. All visual forms are in this smart client. This smart client is downloaded to authorized workstations and can be setup to automatically update. All users must have user accounts in both cairs.net TM and Active Directory in order to run the CAIRS client. The CAIRS client also requires Microsoft.NET framework 2.0 & 4.0 to be installed on each client workstation. •Subscriber Portal •CAIRS Enterprise Data Center (CEDC) •CAIRS SQL Database •Universal Collection Engine (UCE) •CAIRS Enterprise Services (CES) •Configuration Management: Automatic Switch Interface (ASI): oAbility to perform Adds, Moves, Changes, and Deletes through Cairs.net graphical user interface oAbility to Generate telephone set templates oAbility to schedule and perform switch sync to keep the PBX database and Cairs.net database in sync •Fault Management •Performance Management Warranty. At a minimum, the contractor shall provide a minimum full/unlimited one-year warranty for all contractor provided hardware/software, and materials. Warranty will not begin until final Government acceptance. The warranty shall include emergency off-site technical assistance as required via a modem connection from the contractor's/manufacturer's facility. The contractor shall track and resolve the problem(s) in accordance with standard commercial practices. Training. The contractor shall develop training, provide training materials, and conduct training courses at each site. The Contractor shall provide the instructors, training materials, and administrative support necessary to accomplish the training. Training shall not interfere with system operation. The contractor shall use COTS terminals and owner manuals to the maximum extent possible to accomplish training objectives. Individual training stations shall be provided if needed. Training shall be conducted at the Government location below. PERIOD OF PERFORMANCE: Anticipated period of performance is September 25, 2015 through September 24, 2016. PLACE OF PERFORMANCE: U. S. Navy Receiving Officer M/F Jesse Roman SPAWAR Atlantic Bldg 78 Magazine Road Portsmouth, Virginia 23702-5000 SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541511, with the corresponding size standard of $27,500,000. This Sources Sought Synopsis is requesting responses to the above criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA 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 also 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: Business name and address; Name of company representative and their business title; Type of Small Business; Cage Code; 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.) Vendors who wish to respond to this should send responses via email NLT 10:00AM Central Standard Time (CST) Thursday, August 27, 2015 to shannon.k.fuehne.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. 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 RFI 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/DISA/D4AD/DITCO/831507109/listing.html)
 
Place of Performance
Address: SPAWAR Atlantic, Bldg 78 Magazine Road, Portsmouth, Virginia, 23702, United States
Zip Code: 23702
 
Record
SN03850650-W 20150823/150822000049-3b10eda4261dc28a63f95f9ca7ed2589 (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.