Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2012 FBO #3882
SOURCES SOUGHT

J -- Base Communications Protected Distribution Systems Support

Notice Date
7/9/2012
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4800-EM-12-0012
 
Archive Date
8/8/2012
 
Point of Contact
Elizabeth Marston,
 
E-Mail Address
elizabeth.marston@langley.af.mil
(elizabeth.marston@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The 633d Contracting Squadron is seeking information on potential firms qualified to provide quotes on a future solicitation. The contemplated contract type is firm fixed-price for the Communications Security, Surveillance and Detection Systems Support for Langley AFB, VA. This is a base plus four option year requirement. The mandatory requirements are as follows: • Scope: The contractor shall provide all onsite maintenance personnel, equipment, tools, specialized vehicles (bucket truck, lifts, etc.), materials, management, training, installation, operations, supervision, and logistic support required to provide maintenance on the Langley AFB Security, Surveillance and Detection Systems(SSDS) for Langley Air Force Base (AFB), Virginia. • Security, Surveillance and Detection Systems (SSDS) Sustainment. The contractor shall perform physical inspections, perform surveys, provide technical solutions, provide cost estimates, perform preventative maintenance, perform component repair and replacement, perform emergency maintenance, perform infrastructure repair and replacement, perform installations, update/create Communications and Information Systems Installation Records (CSIR) and document maintenance actions supporting the SSDS on Langley AFB. • Inspections. The contractor shall perform a physical inspection of the entire Protected Distribution System (PDS) in compliance with guidance provided in Appendix D. Inspection personnel shall be fully trained in proper PDS installation standards and identifying potential intrusion/attempted intrusion. • Routine Maintenance. The contractor shall perform periodic maintenance and upkeep of the SSDS equipment, components, systems, or infrastructure. The contractor shall troubleshoot and test as needed to isolate and repair the SSDS. The contractor shall replace defective parts, pieces, components, equipment, and devices. The contractor shall maintain a historical record of all routine maintenance actions. The contractor shall provide the designated government representative a weekly status update for all routine maintenance actions. • Preventative Maintenance. The contractor shall establish a preventative maintenance schedule for the SSDS. The contractor shall perform the manufacture's recommended preventive maintenance at the specified intervals. The contractor shall provide a completed check list documenting inspection activities and findings for each preventative maintenance action completed. • Emergency Maintenance. The contractor shall perform emergency maintenance on the SSDS equipment, components, systems, or infrastructure. Emergency maintenance shall be available on a 24 hr/ 7 day a week basis. The contractor shall provide the designated government representative with a contact procedure for initiating after hour response. The contractor shall maintain a historical record of all emergency maintenance actions. The contractor shall provide the designated government representative a daily status update for all emergency maintenance actions. • Repair/Replacement. The contractor shall be responsible for maintaining and repairing SSDS components. The contractor shall first survey and provide technical solution and costing (TS&C) to the designated government representative for approval before initiating any replacement or repair activity. After the government has given approval/authorization, the contractor shall procure the necessary equipment to make such repairs or replacements to the SSDS infrastructure and complete the repair action. The contractor shall maintain a record of all repair and replacement actions, to include the ordering, purchasing, tracking, and receiving of replacement parts. • Repair Services. The contractor shall provide the necessary repair services to include locksmith services to repair any GSA-approved, Information Processing System (IPS) Containers. • Spare Parts. The contractor shall maintain an initial inventory of 10% of critical hardware, firmware, software, and system components. • Installations. The contractor shall survey and provide a TS&C to the designated government representative for approval before initiating any installations to the SSDS. Upon acceptance of the TS&C, the contractor shall complete the installation within the agreed upon timeframes. • Testing. The contractor shall conduct a complete test of the system after repairs/maintenance and installations are completed and submit results each month with the repairs activity log to the designated government representative within five work days of the first day of the following month. • Collaboration. The contractor shall assist with network connectivity, interconnectivity, and SSDS reconfigurations, relocations, expansions, and upgrades. • Master Library. The contractor shall establish and maintain a master library located at approved Government Furnished Facility (GFF) on Langley AFB containing copies of, or electronic access to, all contractor prepared or acquired publications, manuals, operating instructions (OIs), special publications, agreements, leases, commercial publications, system/technical drawings, engineering drawings, schematics, as-built drawings, computer programs, computer program documentation, and training materials. The expected NAICS code for this procurement is 811213. Any information submitted is voluntary. Request interested firms submit (1) the NAME, ADDRESS, and PHONE NUMBER of the firm (including CAGE code); (2) a summary of their capabilities, (3) their SIZE STATUS. Responses to this notice will assist the Government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. Responses must be received no later than 12:30 p.m., EST, on 24-Jul-2012 to be considered. Send all responses elizabeth.marston@langley.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-EM-12-0012/listing.html)
 
Place of Performance
Address: Langley AFB, Langley AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN02797553-W 20120711/120709235355-b7a507d209001ad17a3f11778b5aeab8 (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.