Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
SOURCES SOUGHT

D -- Request for Information-Installation of SIPRNET Fiber Connectivity And Secure/Non-Secure VTC Conference Room for the 412th Contracting Support Battalion Fort Sam Houston, Texas

Notice Date
6/16/2011
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-RFI-0616
 
Response Due
6/27/2011
 
Archive Date
8/26/2011
 
Point of Contact
Brian Petchel, 7034280495
 
E-Mail Address
ITEC4, NCR PARC (NCR-CC)
(brian.petchel@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command, National Capital Region (ACC-NCR) located at Hoffman II, on behalf of U.S. Army DCS G-1, intends to procure IT Support Service using small business set-aside in accordance with FAR Part 19 or under full and open competitive procedures. If at least two qualified HUBZone small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 27 June 2011 at 2:00 P.M.EST, the requirement will be solicited as a 100% set-aside for qualified small business concerns. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date and time or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted, this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns that are qualified as a HUBZone or small business concern in NAICS code 541513 with a size standard of $25 MIL are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified below. Capability packages must not exceed 5 Pages and must be submitted electronically. Small business concerns shall outline their capabilities and experience relevant to providing all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to perform completion of work for SIPRNET Fiber Connectivity And Secure/Non-Secure VTC Conference Room for the 412th Contracting Support Battalion Fort Sam Houston, Texas. Contractor shall install SIPRNET Fiber Connectivity and Secure/Non-Secure VTC Conference Room in Bldg 601. Contractor shall install a lockable enclosed floor mount cabinet in the building 601, SIPR Comm Room 209 to terminate SIPRNET fiber connections. Contractor shall install a rack mounted fiber enclosure to physically terminate fiber and install all required fiber connections. Contractor shall provide and install all equipment required to upgrade room Conference rooms 201/202, building 601 into a Secure and Non-Secure VTC Conference room. These rooms shall be able to function as one joint room or independently. The Major Components are: Contractor shall provide and install 13 SIPRNET workstation outlets on the second floor of building 601. Each location shall contain a 2 strand multimode fiber (OFPR) terminated on an angled faceplate in the Protected Distribution System (PDS) Box with SC connectors at both the PDS and the Rack mounted fiber enclosure. Contractor shall provide and install a SIPR 24-Port Fiber Switch with all necessary hardware, to include Duplex Patch Cables and a UPS 1500VA USB & Serial in the SIPR fiber enclosure. Contractor shall test all installed fiber to current industry standards. All fiber tests shall be performed using equipment that meets industry standard. Basic (Tier1) fiber certification shall be documented at a minimum. Contractor shall validate fiber link performance per industry standards. Contractor shall Measure optical loss at multiple wavelengths, measure fiber length and verify polarity. All results from the certification process shall be provided to Government in electronic format. Contractor shall provide and install a SIPR approved Industry standard Furniture grade cabinet to house all equipment at the location of the existing ISDN Drops. Contractor shall provide and install a DISA/Army Approved VTC codec with ceiling microphones, Dual HD Cameras. This system must be 512k capable and setup for ISDN 384-512K and be both IP and ISDN capable. The media convertor for IP function via a SIPR line shall be included. Contractor shall provide and install a Professional grade control system to control all functions of the VTC and presentation systems. This shall include 2 wall mounted 12"Touch Panels, one for each room. Contractor shall provide a Professional DVI Matrix switcher so that any and all components can be seen on any of the displays with open ports for future expansion. Contractor shall provide and install two 40" HD Touch Screens (No Overlay Panels) with embedded windows, 1920 x 1080 native resolution, and RS-232c Serial Control for display and annotation in the in the small conference room 202. Contractor shall provide and install two 40" HD Touch Screens (No Overlay Panels) with embedded windows, 1920 x 1080 native resolution, and RS-232c Serial Control for display and annotation in the large conference room 201. Contractor shall provide and install two Commercial grade remotely automated ceiling flush mounted 110" Projection screens, and two commercial grade ceiling mounted HD projectors (HD- 1080p 1920 x 1080 resolution, DLP,6500 lumens, with proper lens ) in the large conference room. The screens shall cover the windows in the rear of the room when being used. Contractor shall provide and install a Professional/Commercial grade rack mountable Blu-ray player with RS-232c Serial Control with Rack kit, and a Sound Structure to handle all audio processing and echo cancellation. Contractor shall provide and install 4 LCD signs to display secure and non-secure status of rooms 201 & 202. Contractor shall provide and install a CIS Security switch meeting Tempest standards to switch between secure and non-secure calls. Contractor shall provide wiring from the circuit power panel to the location of all racks, displays, projectors, projection screens, LCD signs and Touch Panel wall mounts. Contractor shall provide all Software, Licenses for installed systems and hardware. Contractor shall provide training, documentation, video on proper use of VTC equipment installed in room 201 & 202. The contractor shall demonstrate all of the above capability and enable at least one Government attendee to duplicate same without detailed instruction. All hardware and software must meet DOD/Army SIPR approved specifications and requirements at a minimum, and able to operate In addition, the following questions must be answered and elaborated on as part of the package: (1) Financial Capability-Does your firm have the financial capability to withstand a negative cash flow of low to mid 8 figure per month? (2) Past Performance - Does your firm have the relevant past performance within the last three years? (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed); (3) Corporate Experience - Does your company have experience working with the Military Services? If so to what extent (provide examples as appropriate)? (4) Does your company have experience working in IT or any of its component sub-systems? (5) How does your company plan to minimize the administrative burden on the government (such as monthly invoicing)? To assist us in maintaining a list of interested Small Businesses for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement Brian Petchel. A Firm Fixed Price (FFP) contract is anticipated. The anticipated period of performance will be for 30 days from award. The place of performance will be at Fort Sam Houston, TX. Contractors are responsible for all costs for submitting their capability packages. The POC for this requirement is Mr. Brian Petchel, at brian.petchel@us.army.mil Contract Specialist, ACC-NCR, and Mr. Emory Cowan, at emory.cowan@us.army.mil. All capability packages must be submitted to both Mr. Petchel and Mr. Cowan by 2:00 pm EST, 27 June 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b0ec4f8368eda34966e9763e7483d5e6)
 
Place of Performance
Address: Army Contracting Command National Capital Region (ACC-NCR) 200 Stovall St Hoffman 1 RM 1406 Alexandria VA
Zip Code: 22332
 
Record
SN02474854-W 20110618/110616234821-b0ec4f8368eda34966e9763e7483d5e6 (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.