MODIFICATION
59 -- CAT AV Upgrade
- Notice Date
- 8/3/2018
- Notice Type
- Modification/Amendment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
- ZIP Code
- 68113-2107
- Solicitation Number
- 55Wing_CATAVUpgrade
- Archive Date
- 8/29/2018
- Point of Contact
- Zachary T. Braum, Phone: 2325943, Justin A. Lewis, Phone: 4022321449
- E-Mail Address
-
zachary.braum@us.af.mil, justin.lewis.5@us.af.mil
(zachary.braum@us.af.mil, justin.lewis.5@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- *PLEASE NOTE* There is a site-visit scheduled for Wendesday 8 August at 1400 CDT/2:00 PM at bldg. 458 at Offutt AFB. Please RSVP if you do not have base access with SrA Zachary Braum at zachary.braum@us.af.mil by COB 6 August 2018. _________________________________________________________________ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation 55Wing_CATAVUpgrade is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-101 (effective 20 July 2018). This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 238210 and the small business size standard is $15M. The following commercial items are requested in this solicitation; CLIN 0001 - Projector Sony 7000L VPLFH2700B, Laser Prjector, no lens QTY: 5 Unit of Issue: Each CLIN 0002 - Lens Sony short lens, fixed focus QTY: 5 Unit of Issue: Each CLIN 0003 - Screens 8 ft x 8 ft screens QTY: 5 Unit of Issue: Each CLIN 0004 - Drapery Drapery kits/Mounting QTY: 5 Unit of Issue: Each CLIN 0005 - VoIP QSC COR110F 16 input, 8 output, DSP w/AEC, VoIP QTY: 2 Unit of Issue: Each CLIN 0006 - Amplifier Lab Gruppen 992292011 E 4:2, Two channel Class-D amplifier QTY: 2 Unit of Issue: Each CLIN 0007 - Microphone Clearone 91000-1013-W Ceiling Microphone Array - White QTY: 4 Unit of Issue: Each CLIN 0008 - Speaker JBL Control26CT 6.5" 2-way ceiling speaker QTY: 8 Unit of Issue: Each CLIN 0009 - Digital Media Switcher Creston DM-MD 16x16 Digital Media Switcher Fr/redundant PS QTY: 2 Unit of Issue: Each CLIN 0010 - Digital Media Fiber Input Card Creston DMC-S Digital media 8G fiber input card for DM switchers QTY: 21 Unit of Issue: Each CLIN 0011 - HDMI input card Crestron DMC-4K-HD-DSP-HDCP2 4K HDMI input card, w/down-mixing QTY: 3 Unit of Issue: Each CLIN 0012 - Dual HDMI Output Crestron DMC-4K-HDO DM 4K Dual HDMI Output QTY: 5 Unit of Issue: Each CLIN 0013 - Fiber Transmitter Crestron DM-TX-401-S Digital Media 8G Fiber transmitter 401, HDMI and analog inputs QTY: 21 Unit of Issue: Each CLIN 0014 - Receiver Crestron TS-1542-TILTCBS 15.6" HD Touch Screen w/Table Top Tilt w/DM8G+ Receiver QTY: 2 Unit of Issue: Each CLIN 0015 - PoE Switch CISCO SG300 10-port PoE Switch QTY: 1 Unit of Issue: Each CLIN 0016 - Control System Crestron PRO3 3-Series Control System QTY: 1 Unit of Issue: Each CLIN 0017 - Fiber Crestron CRESFIBER8G-P-SP1000 CresFiber 8G Multimode Fiber Optic Cable, 50/125 x4 breakout, plenum, 1000 ft spool QTY: 1 Unit of Issue: Each CLIN 0018 - Cable Connector ICC CRESFIBER-CONN-SC50UM-12 CresFiber Fiber optic cable connector (AFL Telecommunications), SC 50um, 12-Pack QTY: 5 Unit of Issue: Each CLIN 0019 - Battery APC SMT3000RMUS APC Smart-UPS 3000VA LCD RM2U 120V US, TAA-compliant QTY: 2 Unit of Issue: Each CLIN 0020 - Cables Cables, connectors, hardware and Misc parts QTY: 1 Unit of Issue: Each CLIN 0021 - AV Equipment Rack Middle Atlantic BGR-45SA-32 45RU BGR Series AV equipment rack QTY: 1 Unit of Issue: Each CLIN 0022 - Front Door Middle Atlantic BVFD-45 45RU vented front door QTY: 1 Unit of Issue: Each CLIN 0023 - Shelves Middle Atlantic BULK Shelves, blanks, and hardware QTY: 1 Unit of Issue: Each CLIN 0024 - Inputs Additional inputs from NIPR and SIPR computers on the lower dias (four drops total). QTY: 2 Unit of Issue: Each *Please note: All items are on an 'or equal' basis* Please see attached Statement of Objectives for further details. Products shall be delivered within 30 Days ADC FOB: Destination. *Products will be delivered to the 55 CS/SCXP on Offutt AFB, NE* The following provisions and clauses apply to this requirement: - FAR 52.212-1, Instructions to Offerors--Commercial Items, - FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria outlined in CLINs 0001-0023 - FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, - FAR 52.212-4, Contract Terms and Conditions-Commercial Items; - FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following clauses within applies: 52.219-6; 52.219-13; 52.219-28;52.222-3;52.222-19;52.222-21;52.222-26; 52.223-18; 52.222-50;52.225-13;52.232-33 - Additional Clauses will be included at time of award. All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov and shall be considered for award. All quotes are due to POC listed below (preferably by email) by no later than due time of 1400hrs/02:00 PM CST on 14 Aug 2018. Please send all quotes to: ZACHARY T. BRAUM, SrA, USAF Contract Specialist, Base Commodities 55 CONS/ PKC 101 Washington Sq. Offutt AFB, NE 68113 zachary.braum@us.af.mil DSN: 232-5943 DEPARTMENT OF THE AIR FORCE 38TH ENGINEERING SQUADRON (AFSPC) TINKER AIR FORCE BASE OKLAHOMA STATEMENT OF OBJECTIVES (SOO) For Upgrade to Audio Visual Equipment Offutt AFB, NE 26 June 2018 Prepared By 38 ES/ENII 4064 Hilltop Road Tinker AFB OK 73145-2713 Table of Contents Table of Contents. 2 1.0 SCOPE.. 5 2.0 REQUIREMENTS. 5 2.1 General Requirements. 5 2.1.1 Safety Requirements 5 2.1.1.1 Accident/Incident Reporting and Investigation 5 2.1.2 Management 5 2.1.2.1 Service Outage Coordination 5 2.1.2.2 Project Management 5 2.1.2.3 Site Point of Contact (POC) 5 2.1.2.4 Work Area (s) 6 2.1.2.5 Environmental Management 6 2.1.3 Security Requirements 6 2.1.3.1 Security Clearances 6 2.1.3.2 Base Access 6 2.1.3.3 Operational Security (OPSEC) 6 2.1.4 Permits 6 2.1.5 Contractor Personnel 7 2.1.5.1 Personnel Requirements 7 2.1.5.2 Enterprise Wide Contractor Manpower Reporting Application (ECMRA) 7 2.1.6 Warranty 7 2.1.7 Manuals and Practice. 7 2.2 SPECIFIC REQUIREMENTS. 7 2.2.1 Documentation 8 2.2.2 Sustainment 8 2.2.3 Approved Products 8 2.2.4 Labelling 8 2.2.5 Standards 8 2.2.6 Coordination 8 2.2.7 Cutover Requirements 8 2.2.8 Equipment Cabinets 8 2.2.8.1 Bushings 9 2.2.8.2 Rails 9 2.2.8.3 Dressing 9 2.2.8.4 Grounding and Bonding 9 2.2.8.5 A.C. Power 9 2.2.9 Cable Pathways 9 2.3 Contractor Furnished Materials. 9 2.4 Downtime. 10 2.5 Project Residue. 10 2.6 Service Outages. 10 2.7 Identification/Marking. 10 2.8 Quality Assurance. 10 2.9 Installation Schedules. 10 2.10 Integrated Product Team (IPT) 10 2.11 Weekly Status Reports. 11 2.12 As-Built Drawings. 11 2.13 Installation Test Plan. 11 2.14 Acceptance/Installation Test Report 11 2.15 Final Acceptance. 11 3.0 GENERAL INFORMATION.. 12 3.1 Period of Performance. 12 3.2 Place of Performance. 12 3.3 Hours of Operation. 12 3.4 Holidays/Down Days. 12 3.5 Compliance. 12 3.6 Base Support 12 3.7 Deliverables. 12 3.7.1..................................................................... Submittals for Review (CDRL A001) 13 3.7.1.1...................................................................................... Equipment Catalog Data. 13 3.7.1.2..................................................................................................... Shop Drawings. 13 3.7.1.3.................................................................... System design and layout Drawings. 13 3.7.1.4.................................................................................... Face Equipment Drawings. 13 3.7.1.5.............................................................. Installation Instructions/Test Procedures. 13 3.7.2........................................................................................... Submittals for Closeout 13 3.7.2.1......................................... Operations and Maintenance Manuals, and Drawings. 13 3.7.2.2........................................................................................................... Test Results. 13 3.7.2.3................................................................................... Project Record Documents. 13 4.0 APPENDICES. 14 4.1 Appendix A. Applicable Standards. 14 4.2 Appendix B. Existing Equipment List 16 4.3 Appendix C Sketch 1: Existing Equipment Room.. 17 •1.0 SCOPE This Statement of Objectives (SOO) defines the requirements for the contractor to engineer, furnish, install, and test (EFI&T) an upgrade to the existing Audio/Visual (A/V) systems that will integrate five video projectors and screens with the SIPR and NIPR computer sources through two audio video matrix switches and upgraded audio amplifiers and speaker systems. •2.0 REQUIREMENTS •2.1 General Requirements The Contractor shall provide all equipment, tools, materials, supplies, transportation, labor, supervision, management, and other incidentals necessary to meet the requirements as stated in this SOO; no equipment, supplies, or material, will be provided by the government. All equipment, supplies, or materials installed shall be new and not refurbished. The Contractor shall provide for the removal and disposal of any equipment, cabling, cabinets and any associated termination equipment by coordinating with the designated base POC. All equipment removed shall remain U.S. Government property. The Contractor shall remove and retain as spares for the Government, or dispose of, all equipment in accordance with (IAW) the base POC's instructions. The Contractor shall coordinate with the base POCs to ensure mission continuity. •2.1.1 Safety Requirements The Contractor shall comply with all Federal, State, Country and Offutt AFB security and safety laws, regulations, policies, and requirements. If at any time it is determined that equipment is unsafe and/or work is being performed in an unsafe manner, all work will be immediately suspended until the Contractor has corrected the problem to the satisfaction of the base. The Contractor shall meet with the base safety officer immediately upon arrival on site for review of the specific safety requirements prior to installation. <h4 style="VERTICAL-ALIGN: baseline; MARGIN: 6pt 0in 6pt 45pt; LINE-HEIGHT: normal; TEXT-AUTOSPACE: ; TEXT-INDENT: -45pt; mso-list: l25 level4 lfo10; tab-stops:.5in; mso-layout-grid-align: none; punctuation-wrap: simple"> •2.1.1.1 Accident/Incident Reporting and Investigation The Contractor shall record and report all available facts relating to each instance of injury to either Contractor or Government personnel to the Base Safety Office unless otherwise stated in the SOO. The Contractor shall secure the scene of any accident and wreckage until released by the accident investigative authority through the Base POC. If the Government elects to conduct an investigation of the incident, the Contractor shall cooperate fully and assist the Government personnel until the investigation is completed. •2.1.2 Management <h4 style="VERTICAL-ALIGN: baseline; MARGIN: 6pt 0in 6pt 45pt; LINE-HEIGHT: normal; TEXT-AUTOSPACE: ; TEXT-INDENT: -45pt; mso-list: l25 level4 lfo10; tab-stops:.5in; mso-layout-grid-align: none; punctuation-wrap: simple"> •2.1.2.1 Service Outage Coordination The Contractor shall be responsible for preventing any unscheduled Contractor-caused interruptions of service. The Contractor shall coordinate planned outages with the site POC at least 7 workdays in advance of the outage if the implementation necessitates disruption of service (e.g., communications, electrical, or other utilities). <h4 style="VERTICAL-ALIGN: baseline; MARGIN: 6pt 0in 6pt 45pt; LINE-HEIGHT: normal; TEXT-AUTOSPACE: ; TEXT-INDENT: -45pt; mso-list: l25 level4 lfo10; tab-stops:.5in; mso-layout-grid-align: none; punctuation-wrap: simple"> •2.1.2.2 Project Management The Contractor shall provide a Project Manager (PM) and alternates(s) responsible for contract performance and continuity. The Contractor shall identify the Project Manager or alternate's range of authority to act for the Contractor relating to daily contract operation. <h4 style="VERTICAL-ALIGN: baseline; MARGIN: 6pt 0in 6pt 45pt; LINE-HEIGHT: normal; TEXT-AUTOSPACE: ; TEXT-INDENT: -45pt; mso-list: l25 level4 lfo10; tab-stops:.5in; mso-layout-grid-align: none; punctuation-wrap: simple"> •2.1.2.3 Site Point of Contact (POC) The Contractor shall designate the Contractor's on-site team leader and alternate(s) as the Site POC for individual projects in their Site Visit Request Letter. The Site POC or alternate(s) shall be on site during duty hours until project completion. The Site POC shall be the interface for all work site communications with the Government, including quality, safety, and discrepancy matters. The site POC and PM may be the same individual. <h4 style="VERTICAL-ALIGN: baseline; MARGIN: 6pt 0in 6pt 45pt; LINE-HEIGHT: normal; TEXT-AUTOSPACE: ; TEXT-INDENT: -45pt; mso-list: l25 level4 lfo10; tab-stops:.5in; mso-layout-grid-align: none; punctuation-wrap: simple"> •2.1.2.4 Work Area (s) At day's end, the Contractor shall remove all debris and surplus materials from the work place. Equipment and materials required to complete the work effort may remain on site as long as they are organized/stored in a manner that does not cause a safety hazard. <h4 style="VERTICAL-ALIGN: baseline; MARGIN: 6pt 0in 6pt 45pt; LINE-HEIGHT: normal; TEXT-AUTOSPACE: ; TEXT-INDENT: -45pt; mso-list: l25 level4 lfo10; tab-stops:.5in; mso-layout-grid-align: none; punctuation-wrap: simple"> •2.1.2.5 Environmental Management The Contractor shall comply with the most stringent environmental federal, state, local laws and regulations; and Air Force policies, instructions, and plans. The federal Government is not exempt from compliance with environmental regulations. The Contractor shall maintain an awareness of changing environmental regulatory requirements to avoid environmental deficiencies for activities on Offutt AFB, NE. The Contractor shall ensure their Sub-contractors comply with these specifications. •2.1.3 Security Requirements <h4 style="VERTICAL-ALIGN: baseline; MARGIN: 6pt 0in 6pt 45pt; LINE-HEIGHT: normal; TEXT-AUTOSPACE: ; TEXT-INDENT: -45pt; mso-list: l25 level4 lfo10; tab-stops:.5in; mso-layout-grid-align: none; punctuation-wrap: simple"> •2.1.3.1 Security Clearances There are security requirements for performance of this Task Order. Some of this work will take place in secure areas where Contractor employees must be escorted at all times. The Contractor must coordinate access to secure areas at least two (2) working days ahead of time. It is the Government's responsibility to provide escorts. Stated work and associated products shall be performed at the UNCLASSIFIED level. The Contractor will be required to work in secure/controlled areas. <h4 style="VERTICAL-ALIGN: baseline; MARGIN: 6pt 0in 3pt 45pt; LINE-HEIGHT: normal; TEXT-AUTOSPACE: ; TEXT-INDENT: -45pt; mso-list: l25 level4 lfo10; tab-stops:.5in; mso-layout-grid-align: none; punctuation-wrap: simple"> •2.1.3.2 Base Access The Contractor shall process a Site Visit Request Letter. This letter shall identify the names, social security numbers, driver's license numbers and state of issue, birth date and security clearance of the personnel who will be performing work on this SOO. This information is required to grant access to the base. If required by the base, the Contractor shall provide identification badges for their employees. All Contractor personnel shall wear these badges while on duty on the Government site. The badges shall identify the individual, company name, and be clearly and distinctly marked as Contractor and be in accordance with base regulations. <h4 style="VERTICAL-ALIGN: baseline; MARGIN: 6pt 0in 3pt 45pt; LINE-HEIGHT: normal; TEXT-AUTOSPACE: ; TEXT-INDENT: -45pt; mso-list: l25 level4 lfo10; tab-stops:.5in; mso-layout-grid-align: none; punctuation-wrap: simple"> •2.1.3.3 Operational Security (OPSEC) Network infrastructure is on the 55 CS Critical Information List and must be protected. The Contractor shall take appropriate measures to protect detailed information pertaining to the EFI&T effort, to include appropriate marking of documents as "For Official Use Only (FOUO)," and ensuring limited distribution of documents and schematics/drawings to only those individuals with a valid need to know. In accordance with (IAW) AFI 10-701, OPSEC Considerations, the contractor shall develop an OPSEC plan to ensure the protection of FOUO data either furnished by the government or produced by the contractor. The contractor's OPSEC plan provided in the RFP shall be incorporated into the SOO. •2.1.4 Permits The Contractor shall complete and process all permits as required to complete the installation. For example: •· Digging permit, AF Form 103 shall be submitted through base civil engineering 21 calendar days in advance of digging activities. •· Confined space entry permit, AF Form 1024 shall be coordinated through base safety office 6 calendar days in advance. The Contractor shall be prepared to provide proof of their Confined Space Entry Safety training program, along with the AF Form 1024, to base safety. •· Base Civil Engineering Work Clearance Request (AF 332) required to complete the installation shall be submitted through base civil engineering 21 calendar days in advance of construction activities. •2.1.5 Contractor Personnel <h4 style="VERTICAL-ALIGN: baseline; MARGIN: 6pt 0in 6pt 45pt; LINE-HEIGHT: normal; TEXT-AUTOSPACE: ; TEXT-INDENT: -45pt; mso-list: l25 level4 lfo10; tab-stops:.5in; mso-layout-grid-align: none; punctuation-wrap: simple"> •2.1.5.1 Personnel Requirements The Project Manager, Site POC, and respective alternate(s) shall be able to read, write, speak, and understand English. Site POC or alternate(s) shall be on site to coordinate permits, clearances, and receive shipments/material related to the task order. <h4 style="VERTICAL-ALIGN: baseline; MARGIN: 6pt 0in 6pt 45pt; LINE-HEIGHT: normal; TEXT-AUTOSPACE: ; TEXT-INDENT: -45pt; mso-list: l25 level4 lfo10; tab-stops:.5in; mso-layout-grid-align: none; punctuation-wrap: simple"> •2.1.5.2 Enterprise Wide Contractor Manpower Reporting Application (ECMRA) The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address http://www.ecmra.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the ECMRA help desk. •2.1.6 Warranty The Contractor shall provide a one year warranty or manufacturer's standard commercial warranty, whichever is longer. This warranty shall include a one year workmanship warranty. The warranty period shall start from the date of system and/or project acceptance. The Contractor shall provide written procedures and required information for warranty services at or prior to site acceptance. •2.1.7 Manuals and Practice. The Contractor shall provide the latest version of operation, installation, and maintenance manuals and practices/users guide for each system installed as provided by the original manufacturer with all new equipment should be provided to 55 CS/SCXP. •2.2 SPECIFIC REQUIREMENTS The Contractor shall design and install a new turn-key, pre-wired, pre-configured A/V system including equipment, racks, software, installation, commissioning services, and on-going maintenance and support, utilizing leading edge technology across all A/V elements to provide audio and visual capabilities within the Command Post to replace existing system as shown in Appendix B "Existing Equipment List" and Appendix C "Sketch 1 Existing Equipment Room. System should have as a base the following: Video Projection Item Quantity Manufacturer Model Description Unit Price Extended Price 1 5 Sony 7000L Sony 7000L VPLFHZ700B, Laser Projector, no lens 2 5 Sony Sony short lens, fixed focus 3 5 Var 8 ft x 8 ft Screens 4 5 Var Drapery kits/Mnting Audio Item # Quantity Manufacturer Model Description Unit Price Extended Price 5 2 QSC COR110F 16 input, 8 output, DSP w/AEC, VoIP 6 2 Lab Gruppen 992292011 E 4:2, Two channel Class-D amplifier 7 4 Clearone 91000-1013-W Ceiling Microphone Array - White 8 8 JBL Control26CT 6.5" 2-way ceiling speaker Digital Media Matrix Switch Item # Quantity Manufacturer Model Description Unit Price Extended Price 9 2 Crestron DM-MD 16x16 16x16 Digital Media Switcher Fr/ redundant PS 10 21 Crestron DMC-S Digital media 8G fiber input card for DM switchers 11 3 Crestron DMC-4K-HD- DSP-HDCP2 4K HDMI input card, w/down- mixing 12 5 Crestron DMC-4K-HDO DM 4K dual HDMI output 13 21 Crestron DM-TX-401-S Digital media 8G fiber transmitter 401, HDMI and analog inputs Control System Item # Quantity Manufacturer Model Description Unit Price Extended Price 14 2 Crestron TS-1542- TILTCBS 15.6" HD Touch Screen w/Table Top Tilt w/DM8G+ Receiver 15 1 CISCO SG300 10-port PoE switch 16 1 Crestron PRO3 3-Series Control System Sources Item # Quantity Manufacturer Model Description Unit Price Extended Price 17 GFE GFE SAT or Cable TV tuners Fiber Infrastructure Item # Quantity Manufacturer Model Description Unit Price Extended Price 18 1 Crestron CRESFIBER8G- P-SP1000 CresFiber® 8G Multimode Fiber Optic Cable, 50/125 x4 breakout, plenum, 1000 ft spool 19 5 ICC CRESFIBER- CONN- SC50UM-12 CresFiber® Fiber Optic Cable Connector (AFL Telecommunications®), SC 50μm, 12-Pack Misc-Cables / Rack / Power Item # Quantity Manufacturer Model Description Unit Price Extended Price 20 2 APC SMT3000RMUS APC Smart-UPS 3000VA LCD RM2U 120V US, TAA-compliant 21 1 MISC MISC Cables, connectors, hardware and Misc parts 22 1 Middle Atlantic BGR-45SA-32 45RU BGR series AV equipment rack 23 1 Middle Atlantic BVFD-45 45RU vented front door 24 1 Middle Atlantic BULK Shelves, blanks, and hardware EQUIPMENT TOTAL 1-YEAR CUSTOMER CARE SUPPORT WARRANTY PROJECT MANAGEMENT, ENGINEERING, PROGRAMMING, AND INTEGRATION LABOR TRAVEL, M&IE (DIRECT COST) GENERAL & ADMINISTRATIVE SUBTOTAL TAX (AS APPLICABLE) TOTAL Two (2) additional inputs from NIPR and SIPR computers on the Lower Dias (four drops total). All of these requested items are 'or equal' items. •2.2.1 Documentation The Contractor shall verify the accuracy of all provided government documents including the most current document listing of equipment that will be relocated (refer to Appendix ). •2.2.2 Sustainment It is required that the purchased equipment is maintainable and supportable for at least five (5) years. Any Government Re-use Equipment (GRE) being relocated does not have to meet this requirement. •2.2.3 Approved Products All purchased networking equipment shall be listed on the DoD Unified Capabilities Approved Products List (DoD UC APL). •2.2.4 Labelling All cabinets, equipment, cables and patch panels shall be labeled appropriately IAW standards referenced in Appendix A in this SOO. The Contractor shall also coordinate the naming scheme with 55 CS/SCX. •2.2.5 Standards All installation, equipment racks/cabinets, cables (communications, power, grounding, etc.), equipment, pathways, wire management, patch panels, etc. shall be IAW standards referenced in Appendix A and AFSSI 7702 "Emission Security Countermeasures,", and NSTISSAM Tempest/2-95 "National Security Telecommunications and Information Systems Security Advisory Memorandum (NSTISSAM) Red/Black Installation Guidelines". •2.2.6 Coordination Other projects from different agencies and organizations could run in parallel/conjunction with this project. The Contractor shall coordinate with all involved parties and the Base regarding schedules, timelines, designs, and other related matters to avoid any overlaps or duplications that may cause unnecessary material and labor costs. <h4 style="VERTICAL-ALIGN: baseline; MARGIN: 6pt 0in; LINE-HEIGHT: normal; TEXT-AUTOSPACE: ; TEXT-INDENT: 0in; mso-list: l25 level3 lfo10; tab-stops:.5in; mso-layout-grid-align: none; punctuation-wrap: simple"> •2.2.7 Cutover Requirements The Contractor shall test all performance parameters before cutting over any circuit or node. The Contractor shall transition and integrate network connections IAW the Test Plan (CDRL A005) and Test Report (CDRL A0006). The Contractor shall minimize interruption of network services to the Command Post customers during cutover. Test results shall be provided to the 55 CS/SCXP before approval of circuit cutover. •2.2.8 Equipment Cabinets A new equipment cabinet shall be installed to support the equipment in the Command Post. The cabinet for this requirement will be installed with the appropriate horizontal/vertical cable management, blanking panels, shelving and air distribution panels at the top of the cabinet. Equipment cabinet shall be capable of containing any standard equipment shelves for communications equipment per the current revision of EIA/ECA-310. Cabinets shall be secured to the floor using appropriate anchors. All new cabinets, regardless of style, will require a fan to be installed in order to assist with airflow circulation within the enclosure. <h4 style="VERTICAL-ALIGN: baseline; MARGIN: 6pt 0in 6pt 45pt; LINE-HEIGHT: normal; TEXT-AUTOSPACE: ; TEXT-INDENT: -45pt; mso-list: l25 level4 lfo10; tab-stops:.5in; mso-layout-grid-align: none; punctuation-wrap: simple"> •2.2.8.1 Bushings All penetrations into the rack/cabinet must be reamed, filed and have an installed bushing or grommet material. No exposed metal edges shall come in contact with telecommunication cabling. <h4 style="VERTICAL-ALIGN: baseline; MARGIN: 6pt 0in 6pt 45pt; LINE-HEIGHT: normal; TEXT-AUTOSPACE: ; TEXT-INDENT: -45pt; mso-list: l25 level4 lfo10; tab-stops:.5in; mso-layout-grid-align: none; punctuation-wrap: simple"> •2.2.8.2 Rails Rail settings within racks/cabinets must be secured, be in a level condition and be positioned so all installed hardware and cables interfacing the hardware do not obstruct the closing of doors. <h4 style="VERTICAL-ALIGN: baseline; MARGIN: 6pt 0in 6pt 45pt; LINE-HEIGHT: normal; TEXT-AUTOSPACE: ; TEXT-INDENT: -45pt; mso-list: l25 level4 lfo10; tab-stops:.5in; mso-layout-grid-align: none; punctuation-wrap: simple"> •2.2.8.3 Dressing All cabling entering into and within racks/cabinets must be coiled neatly with Velcro wraps utilizing any cabling management and space within the rails and outside of racks/cabinet. •2.2.8.4 Grounding and Bonding All new and existing racks/cabinets housing equipment for this project, as well as all ladder rack/and cable tray shall be bonded and grounded IAW Mil-Std-188-124B and Mil-HDBK-419A, Vols I and II. The Contractor shall test any new or extended ground at the cabinet/rack and at the new grounding/bonding points. The government reserves the right to test and validate newly installed grounds to ensure they meet compliance. •2.2.8.5 A.C. Power The Contractor shall provide and install A.C. power circuit extensions to the new cabinet. All electrical work shall be labeled at the circuit panel with room and rack identification and at the equipment end with panel and circuit information. All electrical component work shall be performed in compliance with the NEC, UL Listing, and all local, base, state, federal, OCONUS & overseas codes, requirements and regulations. •2.2.9 Cable Pathways The Contractor shall provide a cable tray installed above the ceiling and vertical covered raceway mounted on the wall for distribution of Fiber Optic and copper cables. Cable trays and raceway shall be designed to accommodate a maximum calculated fill ratio of 50 percent. All metallic cable tray sections shall be bonded together and grounded IAW Mil-Std-188-124B and Mil-Hdbk-419A, Vols I and II and NEC. All CAT6 and fiber optic cable installation shall follow the EIA/TIA standards. All other cabling requirements shall follow the standards and guidance outlined in Appendix A: Standards. All cables shall be fanned and formed inside the cabinet using Velcro straps to support cabling. •2.3 Contractor Furnished Materials The Contractor shall furnish all materials for this project, except the equipment and/or hardware which is currently owned or leased by the government. Material and/or equipment specified by the Contractor must interface properly with existing government equipment that has already been determined to be reutilized. Unless otherwise specified, the Contractor shall provide copies of existing COTS technical or equipment manuals and warranty documentation and procedures for Contractor-furnished end-item system equipment maintenance. The Contractor shall identify and conduct new hardware familiarization for Government personnel to ensure proper operation and maintenance of the system(s). The Contractor shall transfer warranties to the Government at project acceptance. •2.4 Downtime The Contractor shall accomplish the installation in such a way as to have a minimal impact and downtime. The Contractor shall provide a schedule of anticipated downtime for all equipment to be installed to 55CS/SCX •2.5 Project Residue The Contractor shall dispose of all residues from this project off base and IAW Federal, local and base environmental laws and regulations. All excess ADPE will remain U.S government property and will be removed and retained as spares or shall be disposed of on base IAW the 55CS/SCX. •2.6 Service Outages The Contractor shall be responsible for preventing any unscheduled (i.e. cutting or disabling any in-service cables or equipment) interruptions of communications capabilities that are properly identified. The Contractor shall coordinate planned outages with the 55CS/SCX POC at least 3 calendar days in advance of the outage if the implementation necessitates disruption of service, (e.g., communications, electrical, or other utilities). •2.7 Identification/Marking The Contractor shall clearly mark all Contractor-Furnished Property and Equipment (CFP/CFE) with their company's name. The Contractor shall place an easily read, very visible, sign (minimum 8.5" x 11") on large containers, construction equipment, or un-manned rental vehicles while on the Government installation indicating the company name and both the Contractor and Site POC's names and local telephone numbers. •2.8 Quality Assurance The Contractor shall provide a Quality Control Plan for the life of the project. The Contractor's quality assurance evaluator (QAE) shall assist the Government representative in performing random spot checks and system acceptance tests. The Contractor shall be responsible for identifying system and outside plant deficiencies and/or discrepancies throughout the life of the project. A weekly report (soft copy) shall be submitted indicating progress/status and listing any deficiencies/discrepancies found and actions to correct them (CDRL A003). Government personnel reserve the right to perform inspections of the Contractor's work during any and all phases of the installation. •2.9 Installation Schedules The Contractor shall provide a complete milestone schedule that denotes project activities to include time-phased start and completion dates for the project and sub-projects associated with the installation of the components and system IAW CDRL A002. The Contractor shall establish a preliminary project schedule/plan and submit with the technical proposal. •2.10 Integrated Product Team (IPT) The Contractor shall chair a weekly IPT meeting that includes Contractor representatives, the Government Contracting Officer (CO), the CSI-B, the System Engineer(s), the 38 ES Project Manager, the 55 CS Project Manager and other base personnel as required. The Contractor shall provide an agenda and a worldwide "Meet Me" teleconference capability for the duration of the project. The purpose of the IPT meeting is to discuss project progress, problems being encountered, and other information necessary/beneficial to ensure success and timely completion of contract requirements. The Contractor shall record meeting minutes and distribute IAW CDRL A004. •2.11 Weekly Status Reports The Contractor shall prepare a Weekly Status Report and distribute IAW CDRL A003. The purpose of the report is to inform IPT members of project progress, problems being encountered, and other topics necessary/beneficial to ensure success and timely completion of the contract requirements. The Status Report and meeting agenda may be combined as long as the resulting report contains all the required elements and contains sufficient detail to serve as project record. •2.12 As-Built Drawings The Contractor shall submit as-built drawings and rack elevations drawings IAW CDRL A001. •2.13 Installation Test Plan The Contractor shall provide a test plan as to how the system shall be pre-tested, in-progress-tested, post-tested and cut-over plan 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 IAW CDRL A005. The Contractor shall test the system to demonstrate its proper performance to the Government quality assurance representative. These tests shall be accomplished prior to the system being placed into service. •2.14 Acceptance/Installation Test Report The Contractor shall provide an installation test report of the results of the testing accomplished under the installation test plan IAW CDRL A006. •2.15 Final Acceptance The Contractor shall schedule a final project walk-through with the Base POC. This should be scheduled 10 calendar days prior to acceptance. •3.0 GENERAL INFORMATION •3.1 Period of Performance The period of performance for the project shall be 6 months from contract award date. •3.2 Place of Performance The place of performance is Offutt AFB NE. •3.3 Hours of Operation The Contractor shall routinely work during normal duty hours of the site. However, mission requirements may necessitate work outside normal hours (nights and/or weekends), especially if existing service must be interrupted. Any site work requested by the Contractor to be performed outside of normal duty hours shall be coordinated with the Base POC at least 3 calendar days in advance. •3.4 Holidays/Down Days The Contractor shall not perform under this contract on federal holidays or site-unique down-days unless expressly authorized by the CO and coordinated with the 55CS/SCX POC. •3.5 Compliance The Contractor shall be responsible for complying with all United States labor laws and with applicable regulations governing installation access. •3.6 Base Support The Contractor shall identify any base support requirements (for example, laydown and storage areas) necessary to complete this project in their proposal. The contractor shall return all government furnished lay-down and storage areas to their original condition upon completion of the project. The Contractor shall be responsible for equipment inventory. The Contractor shall collaborate with the 55 CS/SCXP to develop a plan to deliver all materials to the work site. •3.7 Deliverables All deliverables are subject to Government acceptance and approval. They shall meet professional standards and the requirements set forth in this SOO. All deliverables shall be produced using recommended software tools/versions as accepted by the Government. The Contractor shall submit the following deliverables: CDRL Data Item Title Data Item Title A001 As Built DI-DRPR-80151A/T A002 Work Schedule DI-MISC-81382/T A003 Status Report DI-MGMT-80368A A004 Meeting Minutes DI-ADMIN-81505/T A005 Cutover and Test Plan DI-NDTI-80566A/T A006 Test Report DI-QCIC-80512 •3.7.1 Submittals for Review (CDRL A001) •3.7.1.1 Equipment Catalog Data Submit catalog literature and data sheets of the communication equipment and enclosures. Include complete manufacturer's part and model numbers. •3.7.1.2 Shop Drawings Provide drawings detailing project design. (Soft Copies in PDF format). •3.7.1.3 System design and layout Drawings •3.7.1.4 Face Equipment Drawings •3.7.1.5 Installation Instructions/Test Procedures Submit complete assembly drawings. The instructions/test procedures are to include: Cutover and Test Plan, (CDRL A005). •3.7.2 Submittals for Closeout •3.7.2.1 Operations and Maintenance Manuals, and Drawings Submit manufacturer's standard maintenance procedures and schedules (CDRL A001 ). •3.7.2.2 Test Results Contractor shall provide documentation of performance tests and verification of test results by a Government representative (CDRL A006). •3.7.2.3 Project Record Documents Submit as-built drawings. All soft copies of drawings shall be submitted in AutoCAD and PDF formats (CDRL A001). •4.0 APPENDICES •4.1 Appendix A. Applicable Standards The Contractor shall comply with the following military and commercial standards where applicable. Other commercial standards may apply to individual projects and will be stated in individual task orders. In the event of a conflict between a commercial document and a Federal or Military Standard the Federal or Military Standard shall take precedence. It is the Contractor's responsibility to identify and obtain applicable standards proposed for the project in the Statement of Objective (SOO). Federal Government Standards NUMBER TITLE WEBSITE OR LOCATION OSHA Occupational Safety and Health Administration (OSHA) http://www.osha.gov OSHA CFR 29 Part 1910-268 - (1988) Telecommunications EPA Environmental Protection Agency (EPA) EPA Rules, Regulations, and Legislation http://www.epa.gov/ NSTISSAM TEMPEST/2-95 12 December 1995 RED/BLACK Installation Guidance CNSSAM TEMPEST/1-13 17 January 2014 (U) RED/BLACK Installation Guidance, Committee on National Security Systems (CNSSAM) DODD 5220.22 DOD Industrial Security Program Directive DOD JTA ver. 4 Department of Defense Joint Technical Architecture AFI 31-101 The Air Force Installation Security Plan Standard Installation Practices Technical Orders NUMBER TITLE 31-10-2 Fanning and Forming Conductors for Ground C-E Equipment 31-10-6 Cable Racks, Troughs and Their Supports 31-10-9 Marking Site Layouts 31-10-10 Anchoring Devices for Ground C-E Equipment 31-10-12 Metal Ducts and Conduits 31-10-13 Cabling for Fixed Ground C-E Equipment 31-10-24 Grounding, Bonding, and Shielding 31-10-27 Equipment Designations 31-1-141 Basic Electronics Technology 31-10-34 Standard Installation Practices - Fiber Optic Communication Cables And Connectors Military Standards NUMBER TITLE MIL-STD-188-154A Subsystem, Equipment, and Interface Standards for Common Long Haul and Tactical Telecommunications Control Facilities MIL-STD-188-124B Grounding, Bonding and Shielding for Common Long Haul/Tactical Communications Systems MIL-HDBK 419A, Vol. I and II Grounding, Bonding, and Shielding for Electronic Equipments and Facilities MIL-HDBK-232A Red/Black Engineering Installation Guidelines AFM 33-214, Volume 2 Communications and Information EMISSION SECURITY COUNTERMEASURES REVIEWS, 21 September 2001 MIL-HDBK-411B, Power and the Environment for Sensitive DoD Electronic Equipment. AFI 32-1065 Grounding Bonding and Shielding for Electronic Equipment and Facilities AFI 91-203 Air Force Consolidated Occupational Safety Instruction MIL-HDBK-1857 Grounding, Bonding and Shielding Design Practices MIL-HDBK-454B General Guidelines for Electronics Equipment (Copies of the above documents may be obtained from the Naval Publications and Forms Center (NPFC 105), 5801 Tabor Ave, Philadelphia PA 19120.) Commercial Standards and Manuals NUMBER TITLE WEBSITE OR LOCATION BICSI TDM Manual Building Industry Consulting Service International, Inc (BICSI) Telecommunications Distribution Methods (TDM) Manual http://www.bicsi.org/ NFPA 70 National Fire Protection Association (NFPA) National Electric Code http://www.nfpa.org/ NFPA 72 National Fire Alarm Code EIA/ECA-310-E Racks, Panels and Associated Equipment http://www.eia.org/ TIA-526-7 Measurement of Optical Power Loss of Installed Single-mode Fiber Cable Plant http://www.tiaonline.org/ TIA-526-14-B Optical Power Loss Measurement of Installed Multimode Fiber Cable Plant ANSI/TIA 568-C.0 Generic Telecommunications Cabling for Customer Premises ANSI/TIA-568-C.1 Commercial Building Telecommunications Cabling Standard ANSI/TIA-568-C.2 Balanced Twisted-Pair Telecommunications Cabling and Components Standard ANSI/TIA-568-C.3 Optical Fiber Cabling Components Standard ANSI/TIA 569-B Commercial Building Standard for Telecommunications Pathways and Spaces TIA-598-C Optical Fiber Cable Color Coding ANSI/TIA-606-B - ( 2002) Administration Standard for the Telecommunications Infrastructure of Commercial Buildings The contractor shall obtain and comply with any other applicable manuals not identified above that would be required to meet industry standards. •4.2 Appendix B. Existing Equipment List Equipment Quantity Comments Extron Cross point series switcher 12X8 3 1 SIPR and 2 NIPR Crestron Pro-2 Control Processor 1 Crestron TPS-4500 Touch Screen controller 2 Crestron C2N-VEQ4 Audio Equalizer 1 QSC CX302 Speaker Amp's 2 1 SIPR and 1 NIPR connected to 2 Speakers each. Panasonic DT-5700 Projector (XGA-6000) 5 Inputs NIPR NIPR Servers 5 Drops to lower Dias 2 Through Extron RGB 106xi 2 additional drops to be added Tascam DV-DO1U DVD player 1 Samsung DVD/VHS player 1 To be removed Sony VHS player 1 To be removed Cable TV HDTV Tuner 232ATSC 1 •4.3 Appendix C Sketch 1: Existing Equipment Room
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/55Wing_CATAVUpgrade/listing.html)
- Place of Performance
- Address: 55 CS, Offutt AFB, Nebraska, 68113, United States
- Zip Code: 68113
- Zip Code: 68113
- Record
- SN05020968-W 20180805/180803231242-ae0aeabe8ac01f3d34faa8a7795aa2f2 (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 |