Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2013 FBO #4226
SOLICITATION NOTICE

J -- Maintenance, repair & rebuilding Equipment

Notice Date
6/18/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, PO Box 8368, MCB Camp Lejeune, North Carolina, 28547-8368
 
ZIP Code
28547-8368
 
Solicitation Number
M6700113Q2007
 
Archive Date
8/3/2013
 
Point of Contact
Howard D. Bouldin, Phone: 2296396250
 
E-Mail Address
howard.bouldin@usmc.mil
(howard.bouldin@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined solicitation/synopsis for commercialk p[roducts and services prepared in accordance with FAR 16.603. The Marine Corps Logistics Base, Contracts Dept. Albany, GA has a requirement to upgrade an Audio Video System/Video Teleconferencing System, which will include all necessary products, materials and installation services. This will be a Total Small Business Aside. All interested vendors should email their quotes to Howard.Boudlin@usmc.mil not later than July 19, 2013. You must include all contact information, CAGE Code, Tax identification Number and best delivery schedule with your quote. Please address any questions or concerns via email. 1. NSN: N/A 2. DESCRIPTION: The contractor shall provide all labor and materials for successful VCS IP Gateway & Jabber Client installation for unclassified, point-to-point, and multipoint VTC capability, utilizing ISDN and IP-based unclassified data networks/phone networks. Installation shall be accomplished at Building 3500, Wing 200, Room 206. Require a unified communications and collaboration (UCC) solution to bridge individuals using commercially available collaboration tools/products to MCLBA VTC systems. For example, the installation shall enable a client using Jabber or other similarly available products to route into the Marine Corp Logistics Base Albany's(MCLBA) VTC system to conduct voice/video/data collaboration with MCLBA personal using the MCLBA Video Teleconference System. The solution should be able to provide the bridging capability among 5 different VTC systems from/in various conference rooms. The contractor shall perform an on-site survey to confirm all work layouts, equipment, materials, colors, open items, etc. System must interconnect with existing audio visual equipment which will be available for view at the mandatory site visit. Primary installation shall be both ISDN and IP capable in order to integrate the system with Marine Corps standards and requirements. The contractor shall install, program and test all equipment for the creation of a fully functioning audiovisual and videoconferencing system. The subsystems will be integrated into a single conference room to provide audiovisual and videoconferencing system capability. The contractor shall place all proposed wiring within existing walls and ensure work is compliant with any applicable codes (i.e. low voltage code and classified wiring separation/plenum rated wiring, etc.). All wiring shall be concealed in a manner that matches existing color of walls/conduit unless approved by the customer. Carpet shall not be used to conceal any wiring. The contractor shall dispose of all replaced wiring and debris. The following Brand Name or Equal products provide continuity with MCLB Albany Configuration Management controls. Should the contractor provide OR EQUAL products, the products shall thoroughly describe how the proposed product meets all the characteristics and functionality. QUANTITY PART # VCS IP GATEWAY & JABBER CLIENTS 1 CTI-VCS-STPAK-K9 Video Communication Server IP Gateway With 5 Traversal Calls & 5 Jabber Clients 1 LIC-VCSE-5 Video Communication Server IP Gateway - 5 Traversal Calls 1 PWR-CORD-US-A Pwr Cord US 1.8m Black YP-12 To YC-12 1 LIC-VCS-STPAK 5 Traversal Calls Provisioning for VCS IP Gateway 1 LIC-VCS-BASE-K9 License Key - VCS Encrypted Software Image 1 SW-VCS-7.X-K9 Software Image for VCS with Encryption Version 7.X 1 CON-PMDN-CVCSTPA9 PC MSTR 8X5XNBD VCS 5 traversal calls/5 Jabber Clients 1 CON-PMDN-LICVCSE5 PC MSTR 8X5XNBD Video Comm Svr - add 5 Traversal Calls 1 INSTL Installation of VCS IP Gateway & Configuration of Jabber Clients for 5 Conference Rooms 1 1YR-MNT 1 Year 24 X 7 Maintenance Services * Installation schedule shall be submitted with quote. 1. Programming - The AV/VTC system shall be programmed with functionality and ease of use as a priority. The system will be utilized by a variety of users requiring the programming interface be intuitive and easy to use, requiring minimal training, if any. 2. Programming - All programming source code will be provided to COR at the end of project. Final acceptance of the installation must meet Video Teleconference Security Technical Implementation Guide (STIG) as outlined by DISA Network Video Services (DVS) and Marine Corps standards. The VTC STIG can be found on the internet at: http://iase.disa.mil/stigs/downloads/pdf/vtc_stig_v1r1_010807_final.pdf The System must be able to be certified by Marine Corps and DOD agencies to non-classified video conferencing. All components must meet TIA/EIA standards and be labeled accordingly. All Equipment Racks and Cabinets will be installed level and in accordance to manufacturer's specifications. All rack mounted equipment will be securely fastened using recommended manufacturer's fasteners. The contractor must provide configuration diagrams in the MS Visio and CAD formats to include any source code (if applicable). Continuity book (manual) to include: Configuration diagrams, room equipment diagrams, equipment lists, testing results (if any), and training (How to) must be provided in both hard and soft copies. The contractor shall provide documentation and plan to test the system and demonstrate, to the government, complete functionality of all components and capabilities of the integrated system. As a minimum, the documents below are required at completion of installation: - Installation Drawings - Wiring diagrams - Applicable Warranty Information - Maintenance Support Documentation - "As-built" schematics - Component Lists - Manufacturer References - User documentation for all products and services provided identified in the contract - Software programming codes and particulars to the integrated system All on-site work will be performed on MCLB Albany. The contractor shall follow Occupational Safety and Health Administration (OSHA) safety standards. Contractor access onto the base will be during normal duty hours, between 0700 and 1630, Monday through Friday. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the MCLB Albany/CISD via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.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 help desk, linked at https://doncmra.nmci.navy.mil The contractor shall provide technical phone support twenty-four (24) hours per day, seven (7) days a week, with trained in-house staff or technicians. Contact the Contracting Officer or designated technical representative for contractor accident/injury reporting to responsible installation safety officials. Howard D. Bouldin, III Contracting Officer Marine Corp Logistics Base, Albany (229) 639-6250 All routine repairs are to be performed on MCLB Albany, during normal duty hours, between 0700 and 1630, Monday through Friday. Service calls will be placed on an "as-needed" basis, to the telephone number provided by the contractor. Response time will be within eight (4) hours for both Routine and Emergency repairs. Resolution of the problem will be will be within 48 hours following receipt of the service call (not withstanding extraordinary circumstances). All system components are third party manufacturer items, not stock items, and repair times may vary. Repairs to equipment are to be done on site, or the defective item will be replaced with contractor-owned "loaner" equipment. Contractor will ensure that in most cases and within reason, the maximum time the system will be down will be 24 hours or less. PLACE OF PERFORMANCE: Communication Systems and Information Division Bldg 3500, Wing 500 Albany GA 31704 CONTRACTING OFFICE Address: MCLB 814 Radford Blvd Bldg 3500, Room 19 Albany Ga 31704 POINT OF CONTACT: Howard D. Bouldin (229) 639-6250 Howard.Bouldin@usmc.mil FAX: (229) 639-6294
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700113Q2007/listing.html)
 
Record
SN03092505-W 20130620/130618234921-e8eca4bf86f7142106a02d3b91a59ddb (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.