Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2014 FBO #4520
SOURCES SOUGHT

D -- ACC-RI is requesting information to inform the acquisition strategy for Installation Modernization II (IMOD-II) contracts which will succeed the current IMOD suite of contracts.

Notice Date
4/8/2014
 
Notice Type
Sources Sought
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-14-R-0117
 
Response Due
4/28/2014
 
Archive Date
6/7/2014
 
Point of Contact
Todd Kowalke, 309-782-6788
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(todd.w.kowalke.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
I.AOVERVIEW: Army Contracting Command - Rock Island (ACC-RI) and Project Manager, Installation Information Infrastructure Communications and Capabilities (I3C2) are requesting information to inform the acquisition strategy for Installation Modernization II ( IMOD-II) contracts which will succeed the current IMOD suite of contracts. The IMOD program is for the development and delivery of support systems managed by the Installation Information Infrastructure Modernization (I3MP) and Power Projection Enablers (P2E) Product Managers (PdM). The IMOD program is intended to support global modernization, enhancement, and upgrades to net-centric information technology (IT) and telecommunication systems for the Army and other Department of Defense (DoD) agencies. PM I3C2 and its' subordinate PdMs install, expand and modernize information and telecommunications systems (Data, Voice and Video) including but not limited to transmission and transport infrastructure services, servers and data storage systems, email, Unified Capabilities (UC) services (Data, Voice and Video), network services, directory services and network operation(s) systems in order to seamlessly integrate all forms of IT capabilities into a DoD enterprise converged system. Interested parties that can provide the required capabilities and equipment under NAICS Code 541519 (Other Computer Related Services) are requested to respond to this Request for Information/Sources Sought posting. This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. All information received and marked Proprietary will be handled accordingly and responses will not be returned. Information provided in response to this RFI will be used to assist the Government in its acquisition process. In accordance with (IAW) FAR 15.201(e), responses are not offers and cannot be accepted by the Government to form a binding contract. This RFI is to gather information and allow industry partners to describe their technical capabilities and demonstrated experience in the disciplines identified. All interested contractors are requested to provide written response to the questions and topic areas below. A response is necessary in order to assist in determining the potential levels of interest, adequate competition, and technical capabilities for providing the required services. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST NOR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS REQUEST. I.BPROGRAM BACKGROUND AND INTENT: The current IMOD contracts were established in April 2006 to provide IT and telecommunications customer solutions including, but not limited to, a global, total turnkey solution or any combination of equipment, systems engineering, upgrade and modification, site surveys, integration, site preparation, installation, cutover, user migration, testing and evaluation, quality assurance, discrepancy resolution, logistics support, consulting services, commissioning services, technical support, training, hardware/software (HW/SW), installation and de-installation, reinstallation, relocation, follow-on site support, warranties, inside plant (ISP), outside plant (OSP), shelters, premise wiring, and peripheral equipment. Ten (10) contracts were awarded, each with a base period of five (5) years and a five (5) year option period. The ceiling of the IMOD contracts was established at $4B. I.CDETAILED SCOPE: The planned scope of this requirement is described below. The proposed NAICS code for this effort is 541519. Requirements may differ between sites/regions in the Continental United States (CONUS) and sites in a region/theater Outside the Continental United States (OCONUS) (e.g., South Korea, Japan, Europe, Africa, and Southwest Asia). A.Inside plant cabling expansion and repair: a)Inside plant building entry and cable entrance preparation from the primary patch panel into the building. b)Engineer, furnish, install, secure, and test (EFIS&T) appropriate categories of fiber optic cable (FOC) and copper cabling. c)FOC and copper cable splicing. d)Riser cable and cable trays installation. e)Inside plant copper/FOC termination with appropriate connectors. f)Copper/FOC testing as validation that the cabling meets the Government requirements. g)Patch panel repair, reconditioning, and installation. h)Installation of cable runs from the patch panel to the end user wall plate as well as from patch panel to patch panel. i)Recondition, clean, and re-terminate FOC and copper cable. j)Engineer, furnish, install, secure, and test premise wiring B.Outside plant cabling expansion and repair: a)EFIS&T new communications cabling (FOC and copper) to support existing or modernization system requirements. b)Install, stabilize, and/or repair transmission line cabling (FOC and copper) to support existing or modernization system requirements. c)Provide rod and mandrel service for existing duct to ensure structural integrity and capability. d)Provide and install conduit and duct routing to meet the existing and new system requirements. e)Provide for outside plant building entry and cable entrance preparation up to the primary patch panel to include termination of cable. f)Provide outside plant copper/FOC termination with appropriate connectors. g)Provide testing and validation that the transmission cabling meets the applicable Government requirements. h)Perform new trenching, digging, boring, and road cuts for outside plant cable installation and repair. i)Install, repair, and retrofit cable installations in manholes, handholes, overbuilds and cable vaults. C.Equipment repair, replacement, and/or modernization of systems/sub-systems: a)Repair, replace, de-install, de-commission, modernize and/or return to service legacy technology and existing system/subsystem components. b)Repair, replace, de-install, de-commission, modernize, and/or replenish spares and system/sub-system components. c)EFIS&T voice, data, Voice over Internet Protocol (VoIP), and video network systems hardware. d)Repair, replace, de-install, de-commission, or modernize environmental systems including heating, ventilation, and air conditioning (HVAC), Alternating Current (AC) Power, Direct Current (DC) Power, auxiliary power system, grounding, alarms and all supporting components. e)Repair, replace, de-install, de-commission, or modernize voice, data, VoIP, and video management systems, terminals, controllers, and command consoles used in the management of systems/subsystems. D.Modernization, expansion, upgrade, and de-commission of capabilities and systems: a)EFIS&T active electronic components and passive communications hardware (switches, peripherals, servers, etc.) and associated components required to maintain system operations. b)Engineer, supply, install, test, maintain, and support network software as required to maintain system operations. c)Provide, install, maintain, and support facility components as required to maintain operational functionality. d)EFIS&T environmental systems including generators, HVAC, AC power, DC power, auxiliary power system, grounding, alarms and all supporting components. E.Sourcing of parts and components: a)Supply spare parts and replenish spare parts as required to support existing system maintenance and operation. b)Provide, install, test, maintain, and support software and hardware upgrades as required to support existing system maintenance and operation. c)Maintain the capability of adding of features to support original equipment manufacturer (OEM)-retired systems. d)Implement required urgent system enhancements to support OEM-retired systems. e)Source required parts and components through collection, inventory and turn-over of legacy components from retired systems F.On-site multi-tier field service support to maintain critical systems/sub-systems: a)Provide systems engineering and configuration support for on-site multi-tier field service support to maintain systems/sub-systems. b)Provide qualified, trained and experienced on-site multi-tier field service and technical personnel to maintain systems/sub-systems. c)Provide necessary tools and test equipment for on-site multi-tier field service support to maintain systems/sub-systems d)Supply tools and test equipment as needed to support Government testing requirements e)Provide operation and maintenance (Government assisted and independent) on-site multi-tier field service support to maintain systems/sub-systems. G.Systems engineering, configuration, upgrade, and modification: a)Provide systems engineering, configuration, upgrade, and modification to support repair and break-fix and plan for transition of repaired or modernized equipment. b)Evaluate engineering alternatives and documentation based on requirements analyses, risk assessments, site investigations, cost estimates, and evaluations of relative cost and performance benefits. c)Review, research and conduct supporting engineering validations or investigations of systems performance, systems integration, systems interoperability, and identify problems with existing IT systems. d)Evaluate emerging technologies and alternative concepts for applicability and impact to requirements, provide analyses, and identify design consequences, interdependencies, ramifications, and issues relevant to existing IT capabilities. e)Develop drawings, specifications, and other documentation as required to depict detailed, logical and physical network system diagrams for the converged and underlying systems, such as data (core, distribution and access), voice/UC, Transport, and OSP with specific equipment details, interfaces, and media types. f)Develop OSP drawings with pathways and activities, such as new MH/HH/ducts, MH/HH/duct overbuilds, MH butterflies, boring, plowing, trenching, new cable sizing, termination points, road crossings, splice locations and counts, cable locations and counts, building entrances, and system components. g)Develop site preparation drawings of new and existing core IT node locations with floor plans indicating electronics and equipment locations, HVAC and power loads, equipment BTU loads, power circuit routing, grounding systems, and system components. h)Provide diagnostics and troubleshooting as required to support repair and break-fix and to maintain operational readiness of systems/sub-systems. i)Deliver and maintain technical documentation of repaired and configured systems j)Provide consulting services, as needed H.Site Survey: a)Conduct, verification and validation surveys to establish existing conditions of a site, capture electrical, grounding, and bonding issues, HVAC, ISP, OSP, and/or other site facilities that provide voice and/or data service, identify deficiencies and recommended upgrades. b)Survey and test existing infrastructure intended for re-use and identify required upgrades. c)Provide a thorough site survey report that accurately documents the existing site conditions, identifies deficiencies and recommend upgrades. I.Original Equipment Manufacturer (OEM) and OEM-authorized support: a)Provide OEM and OEM-authorized support for urgent requirements including manufacturer warranty, maintenance, training for repair and break-fix, recall notices, and service bulletins. b)Provide OEM and OEM-authorized technical data, manuals, recall notices, and service bulletins to support all GFE and new equipment instituted under this contract. c)Provide changes, revisions and updates for all commercial technical documentation/publications required to support the switch system as these updates become commercially available. d)Hardware/Software (HW/SW) equipment installation and de-installation, reinstallation, relocation J.Installation, integration, and cutover: a)Act as the Lead Systems Integrator (LSI) of small to large scale IT modernization projects with a demonstrated ability to manage multiple sub-contractors, coordinate with multiple Government and Non-Governmental entities and manage cost, schedule and performance to meet contract requirements. b)Prepare and implement Project Management plan, Quality Management Plan, Risk Management Plan, Safety Plan, Integrated Master Schedule, Life-Cycle Support Plan, Work Breakdown Structure, Configuration Manage Plan, System Engineering Plan, Earned Value Management Plan, Training Plan and OPSEC Plan. c)Identify, plan, prepare and execute all Information Assurance (IA) activities necessary to migrate, cut-over and operate the new system. d)Develop, provide and execute system test, cutover, user migration, and rollback plans. e)Provide network integration scheme - (e.g., IP addressing, VLANs, tunneling, and planned protocols and ports), f)Secure approvals for the location of new communications shelters, towers and any items requiring a permit process, GFE reuse list, List of Equipment (LOE) with long-lead items identified, risk assessments, building lists, and spares and repair parts. g)Coordinate with the Authority Having Jurisdiction (AHJ) for all utilities (communications, power, water, sewer, and gas) holders to have utility line locations identified, and obtain all necessary permits. h)Perform complete turn-key cutover from existing infrastructure and systems to the modernized infrastructure and systems provided, including migrating all applicable systems, equipment, devices and users that are affected, supported and serviced by the modernized infrastructure. K.Testing and Evaluation: a)Perform testing on all modernized and reused systems infrastructure to validate that equipment/infrastructure complies with performance requirements. b)Conduct Operational Testing of the modernized infrastructure after transition, migration and cutover. c)Provide all testing materials and equipment required to perform acceptance testing with IA controls applied, and correct all deficiencies found during testing. d)Provide test plans with specific details for the testing and assessment of systems, sub systems, facilities, and associated infrastructure. e)Conduct a Test Readiness Review (TRR) to demonstrate that all preparation has been completed prior to any System Acceptance Test (SAT). f)Test all new facilities infrastructure systems (e.g. primary power systems, auxiliary power systems, HVAC, alarm systems, fire suppression systems). g)Test all new and reused bonding and grounding systems. h)Ensure all cable (i.e., OSP cable, premise distribution, patch cords), cable connections, splices, and terminations are installed IAW the USG standards. L.Logistics Support a)Participate in the acquisition planning of required installation equipment for each building's infrastructure based on user needs and assessment. b)Prepare an Initial List of Materials (ILOM) for Government approval. c)Acquire the LOM, either in whole or in part, through other acquisition methods, if deemed to be in the Government's best interest. d)Maintain 100% accountability of test equipment, tools, equipment, other ancillary items, and material under each order, and provide any required report(s) on accountability status upon request by the Government. e)Meet Army materiel fielding requirements and achieve an orderly deployment of a materiel system/capability beginning with the First Unit Equipped (FUE). f)Utilize Unit Set Fielding (USF) as the materiel fielding process and associated documentation g)Develop a Materiel Fielding Plan (MFP) and supporting materiel fielding documents that addresses Integrated Logistics Support (ILS) elements applicable to the capability being fielded. h)Meet U.S. Army asset, and materiel property accountability requirements for hardware and software under their control until laterally transferred to a Gaining Command (GC) i)Identify, register and affix tags for equipment requiring Unique Item Identification (UII) for tangible personal property. j)Provide completed Materiel Inspection and Receiving Report (DD Form 250) for all hardware/software being delivered to the government k)Provide hardware warranty data for equipment fielded/issued to Gaining Commands (GC) l)Provide software license agreement and software key data for software licenses fielded/issued to Gaining Commands (GC) M.Quality Assurance a)Establish/maintain an effective process, inspection and test system for inspections/tests of services provided. b)Conduct a complete review of the contract requirements to identify all processes, test/inspection resources necessary to assure the integrity of the service rendered. c)Ensure that the latest revisions of drawings, specifications, work instructions, inspection/test instructions, and other documents required to satisfy the contract are utilized in processes and inspection/test. d)Maintain adequate records of inspections/tests to demonstrate compliance of the service satisfies contract requirements. e)Provide and maintain gauges (including production tooling used for inspection purposes) and other measuring and testing equipment to assure that finished products conform to contract requirements. These devices shall be calibrated against certified measurement standards that are traceable back to national/international standards. f)Conduct all necessary examinations, inspections, maintenance and tests. The Contractor shall be responsible for reporting all inspection results, maintenance actions, losses, and damage to the Government. g)Maintain a system for the identification of the process, inspection/test status of all aspects of the services being performed. h)Identify/provide for the training needs of their personnel performing inspections and tests. i)Control the handling, storage, preservation, packaging, and shipping to protect the quality of the products provided by the service. N.Support for temporary environmental and other emergencies: a)Provide remediation, disposal, and/or clean-up of temporary or expanded environmental and other emergencies (including Hazardous Materials) which compromise the systems/sub-systems operational network readiness. b)Establish and/or expand temporary operations centers to address emergency requirements including the provision of video/presentation walls, emergency broadcast systems, perimeter security systems, fire safety systems, infrastructure systems, media gateway/adaptors/converter systems, etc.. II. RESPONSE STRUCTURE Interested vendors are requested to submit a maximum fifteen (15) page response addressing the following questions and topics. II.ASECTION 1: Respondent Overview Please provide the following information for your company: 1.Company name and address; 2.Point of contact; 3.Phone/fax/email; 4.Cage Code; 5.NAICS Codes; 6.Business size and status based on NAICS 541519; and 7.Socioeconomic status (e.g. 8(a), women-owned, HUB Zone Small Business, Veteran Disabled) II.BSECTION 2: Capabilities Please discuss your capabilities aligned with the scope described above in section I.C, subsections A through N. II.CSECTION 3: Experience Please discuss your experience performing services aligned with the detailed scope described above in section I.C, subsections A through N. Experience performing these and related services on Army installations should be highlighted as should experience OCONUS. Experience citations should indicate the customer agency, servicing agency, contract vehicle, period of performance, contract value, place of performance, and results achieved. II.DSECTION 4: Questions 1.Q1: Please identify other vehicles (IDIQ, BPAs, and GWACs) that align with the scope of this requirement and are held by your company. Please include: a.Name of Vehicle b.Contracting Activity c.Servicing Agency d.Customer Organization(s) e.Point of contact at the Contracting Activity (name, email address, phone number) f.Contract ceiling g.Scope of contract h.NAICS code(s) and companies size standard under 2.Q2: Describe your company's specific experience OCONUS. What personnel, facilities, or other assets does your company possess in Southwest Asia, Korea, and Africa that would be beneficial in executing a contract for the services described above? 3.Q3: What recommendations would you make to the Government in developing its acquisition strategy for these requirements? Which best practices do you recommend? III. RESPONSE FORMAT Responses to this Request for Information are to be submitted by e-mail to katherine.e.cromptonsilvis.civ@mail.mil and RECEIVED by 1200 central time, 28 Apr 2014. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 1997-2003. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing responses will have signed non-disclosure agreements (NDAs) and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d2c24412f5ce5b6d73ec9fd6ff325315)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03332606-W 20140410/140409021700-d2c24412f5ce5b6d73ec9fd6ff325315 (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.