Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
SOURCES SOUGHT

58 -- Turn Key Secure Voice Conferencing

Notice Date
12/19/2017
 
Notice Type
Sources Sought
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of Energy, Mission Support and Test Services, LLC, Mission Support and Test Services, LLC, 2621 Losee Road, Las Vegas, Nevada, 89030-4129, United States
 
ZIP Code
89030-4129
 
Solicitation Number
306426-JC-18
 
Point of Contact
Jacqueline Crossley, Phone: 7022955343, Emma B. Fox, Phone: 7022950507
 
E-Mail Address
crossljl@nv.doe.gov, foxeb@nv.doe.gov
(crossljl@nv.doe.gov, foxeb@nv.doe.gov)
 
Small Business Set-Aside
N/A
 
Description
Mission Support and Test Services is seeking sources that can provide Secure Voice Conferencing system in accordance with the below Statement of Work and Specifications. Interested parties shall provide: Company Name, Point of Contact with telephone number, email address and business size along with a capability statement of ability to provide the required services and equipment to Jacquie Crossley at crossljl@nv.doe.gov no later than January 10, 2018. A determination of set-Aside will be made based on responses received. STATEMENT OF WORK, AND SPECIFICATIONS SUBCONTRACTOR shall provide all material, tools, and labor to: Provide and install a "Turn Key" Secure Voice Conferencing Bridge with redundant capabilities at the Emergency Operations Center located at U. S. Department of Energy, Forrestal Building, 1000 Independence Avenue, S. W., Washington, D. C. 20585 The SUBCONTRACTOR is to provide all hardware and software and system components required to deliver a fully functional NSA Type I encrypted, secure conferencing bridge that will support up to 100 users and will be configured upon installation to support; 20 Secure Terminal Equipment STE RI (Remote Controllable ISDN) interfaces and 25 Emergency Communications Network (ECN) classified IP phones. MSTS will provide the following: 20 STE RI hardware devices 15 Basic Rate Interface (BRI's) trunk circuits with a main pilot number in a forward-busy-no answer "hunt group" for 15 STE RI devices. 5 analog PSTN (Plain Switched Telephone Network) analog lines for 5 analog PSTN STEs. The system must include: 1. Fully assembled Conferencing Switch to include sub-assemblies. a. Dual system servers, HP DL 60 GEN 9 or higher based on vendors' application requirements with dual power supplies and two AC inputs, with Windows operating system of 2008 R2 or higher. Vendor will purchase the servers and ship to DOE HQs prior to installation. MSTS will install the Windows operating system, Security Technical Implantation Guides (STIGs), antivirus and security scans to include baseline documentation. The system servers will be shipped back to the vendor for their application to be installed and tested. b. Audio channel bank device for E&M (Ear and Mouth) audio. c. Requirement for callers to enter a Pin number for conference entry with IVR (Integrated Voice Response) announcement. d. Session Border Controller / gateway must be Sonus model 1000, (no substitute) to provide a Session Interface Protocol (SIP) trunk between the current ECN classified CISCO Call Manager and the Secure Voice Conferencing Bridge for 20 IP phone ports. Current Cisco Call Manager, Rev 8.6. e. 45 users, 20 STE-RI callers, 25 IP Phone callers. 2. Operator Console to include: a. Touch screen display with Graphical User Interface (GUI) b. The ability to display secure caller ID, transfer callers, meet-me conferences, phone directory. c. Console Interface Module d. Push to talk handset e. Speaker Panel f. Software license as required. 3. Management System to include: a. System server listed above and LCD monitor b. System Network Management software and license c. 45 total users d. Software customization - Graphical User Interface which allows for operator or Contract Administrator to perform modifications as required. e. Testing and validation of the On-site Bridge Conferencing - to include complete system testing. f. Recommended Spare Parts list. 4. On-site training. The Vendor will need to provide 3 days of training, following the completion of the installation of the Secure Conferencing Bridge. Date and time to be coordinated with MSTS's on-site POC. Training for will consist of: a. 1 day of technical / engineer training (up to 4 technicians) covering: i. Systems architecture ii. Software overview iii. System maintenance iv. Other technical training the vendor deems necessary to ensure the technical reliability of the Conferencing Bridge b. 2 days of operator / end user training (up to 14 operators) days may not be concurrent. Training will consist of: i. System features ii. Graphical user interface iii. Operations iv. Other training the vendor deems necessary to ensure the operational reliability of the Conferencing Bridge 5. CONTRACTOR shall provide 20 STE-RI's Type I encryption devices (which have been procured separately and held at DOE HQ in a COMSEC account until need for installation) to the SUBCONTRACTOR for installation into the Conferencing Bridge. SUBCONTRATOR shall conduct final testing and validation of on-site Conferencing Bridge. 6. SUBCONTRACTOR shall provide the following documentation: a. Engineering design - to include Rack Elevation Layout with functional diagram. b. Manual - 2 complete sets of operating manuals to include Operators guide. 7. On-site survey and installation plan must be completed within 30 days of award. 8. Vendors' Recommended Spare Parts list. The Period of Performance will be complete when the installation the Secure Voice Conferencing Bridge, final testing, and on-site training have been completed. All work will be performed at the following location: DOE HQ's Washington, DC 20585 Scheduling with the technical POC listed above must occur before any equipment is shipped or any work shall begin. All subcontract personnel must be American citizens with a valid government issued photo ID. Mission Support and Test Services, LLC employees will provide all required escort duties as required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7f2e76a06dafdc1ecaccac189305c31c)
 
Place of Performance
Address: Washington, D.C., United States
 
Record
SN04770964-W 20171221/171219231224-7f2e76a06dafdc1ecaccac189305c31c (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.