Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2012 FBO #3892
SOURCES SOUGHT

N -- DREN Enclave Installation - DRAFT Statement of Work

Notice Date
7/19/2012
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
FA9401-12-DREN
 
Point of Contact
Heather L. Miller, Phone: 505-846-5719, Denis C McGrew, Phone: (505) 846-5716
 
E-Mail Address
heather.miller@kirtland.af.mil, denis.mcgrew@kirtland.af.mil
(heather.miller@kirtland.af.mil, denis.mcgrew@kirtland.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft Statement of Work for DREN Enclave Installation on the Phillips Research Site, Kirtland AFB NM SOURCES SOUGHT SYNOPSIS. This announcement serves as a Sources Sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation or proposal. DO NOT submit a quote or proposal in response to this synopsis. The Air Force Nuclear Weapons Center (AFNWC) / PKOC, Kirtland AFB, Albuquerque, NM, seeks potential business sources to perform non-personal services to manage, operates, and maintain Command, Control, Communications and Computer Systems (C4) Network Control Center, Mission Systems Maintenance, and Information. The AFNWC/PKOC reserves the right to determine if a SB set-aside is appropriate. Additionally, we reserve the right to determine if one of the targeted socio-economic is appropriate for a set-aside based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the AFNWC/PKOC to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the required services, described in the statement of need below. Firms responding to this announcement must be registered in the Central Contractor Registration (CCR) and should include company name, cage code, point of contact, address and indicate if it is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business. The Government reserves the right to consider the acquisition for the 8(a) program based upon responses received to this sources sought announcement. The proposed contract is anticipated to be a firm-fixed price contract. The proposed contract award will be subject to FAR 52.222-41, Service Contract Act of 1965, to include collective Bargaining Agreements and FAR 52.222.32, Davis Bacon Act. The North American Industry Classification System (NAICS) code for this acquisition is 238210 (Electrical Contractors and other Wiring Installation contractor), and the size standard for small business is $14.0 Million. The Statement of Need for this requirement is as follows: The Air Force Research Lab is in the process of installing and testing a new network enclave containing user drops/connections, wall plates, supporting switches, network management servers, boundary protection equipment, equipment racks and the required fiber and Cat 6 unshielded cabling to provide a complete Research, Development, Test and Evaluation (RDTE) network system. This RDTE network will connect to the DoD Defense Research and Engineering Network (DREN) run by the High Performance and Computing Center (HPCC). The contractor will need express knowledge of the DoD DREN architecture and installation requirements in order to complete the installation. The contractor shall install and configure Network Servers/Switches and Network Boundary equipment, as well as, DREN Computer Network Defense Service Provider (CNDSP) services and a Dedicated DREN Circuit. The Core Routers, ITNs and EBNs switches, network management servers and network boundary equipment will be government furnished equipment (GFE). The contractor can propose solutions and materials needed to meet the requirements but as a minimum the installation shall meet Kirtland's 377th Communications Squadron (377 MSG/SC) standards for installation in base buildings. The infrastructure installed shall follow the topology in the network diagram provided in the installation Statement of Work (SOW). 10 Gigabit (GB) fiber runs shall be installed between all switches to enable 1 GB capability to the desktop. Requirement includes connection of government provided fiber (ST connection) to the network equipment and all designated end user locations. Phillips Research Site floor plans will be provided to show the approximate locations of the network drops and switches/racks. Precise locations of network drops and rack locations will be determined after initial walk-through survey with the contractor accompanied by AFRL personnel. The contractor shall provide equipment (tools) and materials (contractor purchased cabling on behalf of SOW) and installation of approximately 200 new network enclave drops and approximately 20 Brocade switches (GFE) and approximately 10 Brocade Routers (GFE) in designated locations throughout the PRS as shown on the SOW. Gigabit Ethernet data capability is required for all network connections. The network shall be capable of supporting computer systems running a wide variety of operating systems including Microsoft Windows, variants of Linux and UNIX, and Apple Mac OS. The network shall also be capable of supporting multifunctional printers, scanners, network attached storage (NAS), and other network attached devices. The network shall also support Internet Protocol Video Teleconferencing (VTC) capability. Fiber optic cabling and additional network equipment may be required for the longer runs and will be determined by the contractor. Communication Room (equipment rack) locations shown on the floor plan will be confirmed during the initial walk through survey with the contractors. Government provided Uninterruptable power supplies (UPS) may be required for each rack, sized to support fully populated racks and provide 15 minutes of power in the event of a power failure, and maintained by the contractor. Interested businesses should provide the following information: A. Company name, mailing address, cage code, DUNS number, point of contact (POC), POC telephone number and e- mail address. B. Business size status (i.e. 8(a), HUBZone, Woman/Women Owned or Service Disabled Veteran-Owned, small business, large business, etc.). C. Capability of providing qualified and experienced personnel, with appropriate clearances, if required. D. Past Performance. Do you have past performance as a prime contractor or subcontractor on a service contract for similar Command, Control, Communications and Computer Systems (C4) requirements? If so, please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to this Statement of Need for Kirtland AFB Command, Control Communication and computer system (C4) management. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. E. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a contract at one or more locations, in the event there are difficulties with invoice payments? Do you have an approved accounting system in place to adequately track expenditures? F. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of service would you perform. Responses are limited to not more than 10 pages. The government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided by industry to the Government is voluntary. Responses are due no later than 2:00 PM (MST) on 07 Aug 2012 via e-mail. Questions and responses should be addressed to the Primary POC Ms. Heather Miller, via email, to heather.miller@kirtland.af.mil. Alternate POC is Mr. Denis C. McGrew, Contracting Officer, denis.mcgrew@kirtland.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/FA9401-12-DREN/listing.html)
 
Place of Performance
Address: AFNWC/PKOC Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room D-17, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02808716-W 20120721/120720000257-a64bf431c2d0ea68bc5a01575935c7d9 (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.