Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2006 FBO #1553
SOURCES SOUGHT

58 -- Red Switch RFI

Notice Date
2/24/2006
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
 
ZIP Code
23665
 
Solicitation Number
Reference-Number-FA4800-RFI-REDSWITCH
 
Response Due
3/17/2006
 
Archive Date
4/1/2006
 
Description
Request for Information (RFI) This RFI is being conducted to support Preliminary Planning and Market Research requirements in accordance with OMB circular A76 dated 29 May 2003. It solicits information from DoD, other government agencies and commercial companies, who are capable of providing the services described by the following Statement of Need (SON) and attached draft Statement of Work (SOW) dated February 24, 2006. SON On-site O&M support at Langley Air Force Base, VA includes scheduled, unscheduled, preventive, and corrective maintenance of all current and future installed circuits, as well as moderate installation. CCSS equipment consists of Raytheon?s OEM line of secure switches, including the Remote Switching Unit (RSU) and DSS families, the Siemens Hypath Dispatch System 4000 and associated equipment, including items not manufactured by Raytheon (e.g., cryptographic equipment, Integrated Digital Network Exchange (IDNX), channel bank). Support is required for all hardware, software, and firmware provided by Raytheon on previous contracts or purchased under separate contracts. The contractor shall provide personnel, and supervision to perform maintenance of the CCSS. The government will furnish tie wraps, nuts, bolts, connectors, jacks, and other equipment as listed in attachment 1. Tier 1 customer support will consist of scheduled, unscheduled, preventive and corrective maintenance, programming, relocation, and installation of all secure and non-secure telephones connected to the base?s Northern Telecom DMS-100 Digital Switch and the Siemens Hypath Dispatch System 4000. These consist of but not limited to Nortel Proprietary phones (P-phones) and analog phones such as STU-III?s and STE?s. Tier 1 support encompasses the offices (including their staffs) and residences of all customers. The contractor will be responsible for the installation and maintenance of the circuits providing service for Long Range Ethernet (LRE) connectivity to the base LAN. Structure of Submissions Respondents should include: 1. The following information: Company name Address Point of Contact (POC) Telephone E-mail address Company Size (small, large business) If small, indicate type (8a, small disadvantaged business, hubzone, minority owned, veteran owned, etc.) 2. A statement demonstrating your company?s capability to perform the requirement in accordance with the SON and the draft SOW. 3. Any past performance information similar in scope and/or complexity to the SON and draft SOW including a description, dollar amount, period of performance, contracting activity POC and phone number). 4. A statement indicating whether or not your company would be interested in participating in this requirement should it be announced as an official A76 cost study. 5. A statement indicating whether or not the draft SOW is indicative of commercial industry standards. If not, recommendations on how it can be modified or tailored are welcomed. Note: Please limit responses to a total of 7 pages Approval to conduct an A76 study at Langley AFB for Red Switch, as detailed above, has not been requested as of this date. This is not a Request for Proposal and in no way obligates the Government to announce a cost study or award a contract. Requests for a solicitation will not receive a response. The Government will not reimburse any concern for any information submitted in response to this request. Participation is voluntary. Do not respond by telephone or facsimile; only e-mail responses will be evaluated as part of this Market Research effort. Responses are due by COB 17 March 2006 to 2Lt Edgar A. Alonso-Bernal edgar.alonso-bernal@langley.af.mil or Ms. Christin Lockhart christin.lockhart@langley.af.mil. If an announcement is made for a cost study at Langley AFB, further Market Research will be conducted on acquisition strategy, contract type, contract length, small business set asides, etc.
 
Place of Performance
Address: Langley AFB
Zip Code: 23665
Country: USA
 
Record
SN00994187-W 20060226/060224212030 (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.