SOURCES SOUGHT
59 -- SCOPE: engineer, furnish, install, and test (EFI&T) a JITC approved solution to provide a multi-task, centralized/decentralized or distributed processing architecture at the 129th RQW located at Moffett Federal Airfield, CA.
- Notice Date
- 11/10/2014
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
- ZIP Code
- 22202-3231
- Solicitation Number
- W9133L15R0013
- Response Due
- 11/25/2014
- Archive Date
- 1/9/2015
- Point of Contact
- amburnc, 704-391-4207
- E-Mail Address
-
National Guard Bureau, Contracting Support
(christopher.amburn@ang.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The scope of this Performance Work Statement is to engineer, furnish, install, and test (EFI&T) a JITC approved solution to provide a multi-task, centralized/decentralized or distributed processing architecture at the 129th RQW located at Moffett Federal Airfield, CA. The Contractor shall install High Availability VSSs in the Local Session Controller (LSC) configuration based on the JITC System under Test (SUT) documentation. The Contractor shall reutilize as much government owned equipment as possible to ensure zero down-time. The Contractor shall consider utilizing Unified Capabilities (UC) technology to expand telephony services across the base voice and data infrastructure. The installation shall include all 129th leased property (currently eleven buildings). 1.2Background The 129th RQW is currently a tenant on Moffett Federal Airfield which is hosted by NASA. The 129th RQW is leasing their phone service from NASA. A lease agreement has been signed to have the 129th RQW established as a self-contained base on Moffett Federal Airfield. The current configurations of the NASA switch are non-compliant to AFI and/or AFMAN standards. 1.3Infrastructure Cable infrastructure; following is the breakdown of the circuit information: 1 DS3 which is the 45mb pipe 2 DS1 (3mb pipe connects to the GSU at North Highlands) 1 T1 circuit to an off base recruiting office The equipment at the 129th RQW at Moffett consists of: One IP trunk to 162CCG/149 CBCS in North Highland, CA 2.Technical Requirements 2.1Solution Requirements The Contractor shall provide all hardware, software and licensing required for the use of the system. The initial systems configuration shall be equipped and capable of supporting a minimum of 1,000 users and PRIs TBD at site survey VSS solution shall incorporate a mixture of VoIP users and Analog (TDM) for Assured Services 600 TAA complaint IP Telephone Handsets that's JITC Approved and compatible with the System Under Test (SUT) 300 Analog lines The contractor will provide a DHCP server to deploy VoIP services to individual handsets The government will own the Sys Admin and Root Passwords and the vendor shall not change or charge the government for those passwords at a later date Any system being deactivated shall remain operational until all circuits have been relocated and shall be gracefully powered down by the Contractor (this will allow the Contractor the opportunity to determine the operational status of the switch prior to relocation). The Contractor shall coordinate with site personnel to ensure minimal disruption to users. 2.2Hardening The Contractor shall harden the VSS in accordance with (IAW) all relevant directives (e.g. STIGs, JITC Test Results, etc.). The Contractor shall furnish the necessary hardware to support DHCP and DNS for the VoIP LAN. The system shall comply with current DoD Password Requirements and specifically provide Public Key Infrastructure compatibility. 2.3Trunking All contractor-furnished equipment shall be capable of providing Integrated Services Digital Network (ISDN) and Defense Switched Network (DSN) Multi-Level Precedence and Preemption (MLPP) functionality and features that are currently available to Department of Defense (DoD) subscribers to include Local Exchange Carrier (LEC), commercial long distance (NETWORX), Internet Protocol (IP) trunking, and Public Switched Telephone Network (PSTN) connectivity. The Contractor shall create step-by-step instructions at the technician level to establish IP trunking at the location. The Contractor shall provide licenses to accommodate trunking among the host base and GSUs. VSS solution shall be provisioned to provide GSUs access to centralized voicemail server located at the host base. 2.4Voicemail Voice mail shall be installed to the latest JITC-certified voice mail system to accommodate 600 users. This includes users at 129th RQW at Moffett Federal Airfield and GSUs. 2.5Seven-Digit Dialing The installed VSS shall be configured to require seven-digit dialing for all calls on- and off-site. The Contractor shall coordinate with the site POC and make the necessary changes to the site dialing plan to facilitate this configuration. 2.6UPS Battery Bank The Contractor shall ensure that adequate primary and backup power is provided. The Contractor shall provide, at a minimum, eight (8) hours of battery backup for the VSS. Contractor will furnish and install Uninterruptible Power Supplies (UPS). The Contractor shall connect all UPSs to the building generator. 2.7Technical Power and Grounding The Contractor shall provide any necessary circuit breakers, power/ground cables and hardware, and connectors to terminate all power connectivity from the Government provided Technical Power Panel to the voice switching equipment at the Host and any remote equipment. All equipment shall be tied into the building's single ground system. 2.8Configuration Management Information shall be provided to the NGB/A6 COTR and the site POC in common format. The Contractor shall provide as-built documentation including, but not limited to, drawings and diagrams of the solution identifying specific cards in a chassis/shelf. The as-built documentation shall also include bay face layout drawings, power drawings/specifications, floor plans, network documentation/drawings and engineering specifications generated in support of the installation of the system. Documentation shall also include equipment listing with serial/model numbers, and manufacturer specifications. 3.Program Requirements Place of Performance: 129th RQW, Moffett Federal Airfield, CA Period of Performance: Six (6) Months from contract award The Contractor shall provide all labor and equipment required for the successful completion of this contract. The Contractor shall EFI&T newly installed and/or replacement equipment to OEM, industry and/or AF specifications with the appropriate contractor pass through licenses. The Contractor shall provide all hardware, software and licensing required for the use of the system. The Contractor will install the latest firmware and software in the system Solution(s) shall be on the JITC certified Approved Product List (APL). Products currently on the JITC testing schedule will be considered; however, they must be on the APL at the time of implementation. All equipment or system installations shall be at the latest JITC certified software version. The Contractor shall provide a copy of all Interoperability (IO) and Information Assurance (IA) certifications as an attachment to the proposal All work shall be accomplished in reference to this contract upon award. The Contracting Officer is the only authorized person to make any changes to the contract. Any request or justification for change shall be made in writing and must be approved by the Contracting Officer The Contractor shall clearly identify expected government labor, government furnished equipment (GFE) and allied support required to implement a fully functional solution. Note: Any allied support identified shall be included in the proposal and government expectation is that the Vendor will coordinate with the allied support The Contractor shall provide a preliminary schedule within 15 calendar days of award with a final schedule required 30 calendar days prior to any on-site work The Contractor shall coordinate with the NGB/A6 COTR and identified site POC a minimum of 15 business days prior to arrival on-site. The Contractor or sub-contractor shall be Services Delivery Specialist (SDS) certified The Contractor shall conduct a project coordination call to review all planned efforts and data collection requirements in support of project implementation prior to any on-site work. Minimum attendance will be: Contractor, Site POC, COTR and NGB/A6 Program Manager 3.1Commencement The Contractor shall not begin installation at the site until a signed PSA has been received, the site's schedule has been approved by the site POC, the COR/COTR, and the Contractor has received direction from the COR/COTR to begin installation. 3.2Testing and Acceptance The Contractor shall identify and provide approved industry and OEM procedures that outline, sequence, and indicate qualifications for system acceptance, i.e. 24-hour burn-in, etc. The testing shall ensure the system is fully functional and meets the user requirements. The Quality Assurance Evaluator (QAE) shall be present during the entire testing procedure. Equipment acceptance shall be per industry/OEM installation and testing standards, provided the installation testing is successfully accomplished and passed. Test results shall be reviewed upon test completion and the Quality Assurance Evaluator (QAE) shall sign the system installation acceptance upon complete satisfaction that the system has passed all the required test procedures The acceptance shall be on an AFTO Form 747. The 129th RQW/CC is the only person authorized to sign indicating the site agrees that all installation and testing was successful All network topologies in the Air Force are considered both sensitive and proprietary 3.3Safety No personnel presenting potential threats to the health, safety, security, general well-being, or operational mission of the installation and its population shall be employed by the Contractor during the execution of this Contract. 3.4Shipment and Delivery The Contractor shall be responsible for shipment and delivery charges of associated equipment. This includes coordinating and clearing the shipment through base security forces and the shipping/receiving supply office at each site. The Contractor shall coordinate deliveries and schedule site visits with the site POC. In addition, the Contractor shall provide estimated delivery dates, as soon as available, to the site POC, COR/COTR and Program Manager. 3.5System Cutover and Downtime System cutover and downtime shall not occur without the site POC, COR/COTR and Program Manager approval. On-site coordination shall be conducted with the site POC. The Contractor shall assist in coordination with DISA for any downtime. 3.6Structural Work Both Contractor and Host Wing shall coordinate with the Wing Base Civil Engineer (BCE) in situations where this may apply. 3.7Site Restoral and Damage The Contractor shall perform daily area cleanup at all equipment upgrade/installation locations until completion of work at each site. The Contractor shall remove all excess debris (boxes, wrapping, cables, etc.) and return facilities to their previous condition once all upgrade/install actions are complete. All excess legacy hardware shall be returned to the local unit for disposal, excluding batteries (reference Section 3.13) The Contractor shall repair and/or replace all facilities and/or equipment damaged by the Contractor or their subcontractors. The Contractor shall warranty said facilities and/or equipment for the standard warranty period of new equipment of like kind, but for no less than one year. All affected areas shall be restored to their original condition. 3.8Security Requirements The Contractor shall comply with the Computer Security Act of 1987 and all DOD and AF requirements for access to Sensitive but Unclassified Information. All Contractor personnel assigned to the Contract shall have at least a national background check before doing any work under this Contract. The Contractor shall be responsible for providing properly cleared personnel, providing security briefings, and ensuring compliance by its employees with the Government or Contractor security regulations. This includes the safekeeping, wearing, and visibility of a contractor provided picture name badge, and any special agency badges clearly identifying the person as a contractor. The Contractor shall ensure the return of all badges, and any other Government property, upon task completion, or when personnel depart a task. The Contractor shall coordinate with the site POC on all security issues and to gain access to the base and all areas necessary to execute this installation. The Contractor shall provide the necessary security clearance information to the site POC no later than two weeks prior to installation commencement for contractor personnel being granted access to any work locations. All contracted personnel shall comply with established security procedures for entering an installation and its facilities, including special security procedures for entry to restricted or controlled areas. The Government reserves the right to refuse entry to any individual at any work location. 3.9Manufacturers Maintenance Practices Documentation The Contractor shall provide updated maintenance practices relative to the new software/hardware. The Government requires that all practices be submitted on CD or DVD in PDF format whenever possible. At a minimum, the Contractor shall provide two copies of the updated practices to the site. Maintenance practices will include, but are not limited to, all commercial documentation required for the other systems provided by the Contractor such as rectifiers, power supplies, consoles, etc. The commercial documentation shall address maintenance as well as operation. This also includes manufacturer Technical Orders. 3.10Site Survey The Contractor shall conduct a detailed site survey after the contract is awarded. A site survey report shall be provided and contain a listing of the current materials on hand at each site and a list of components expected to be installed. This shall include any changes to materials previously bid. The Contractor shall also assess the power and HVAC currently being used onsite. This shall be done with coordination of the site POC and the CSI-B. Site surveys shall consist of a standard format but must include all of the following: General Site Layout Survey Methodology Drawings/floor plans of the DMARC and / or switch rooms oDrawings will be in Visio format Drawings of proposed component installation location/ configuration oDrawings will be in Visio format Site preparations, issues/concerns and recommendations (if any apply) 3.11Training Training shall be provided by the Contractor and shall ensure that VSS support personnel demonstrate a clear knowledge of the new system configuration and operating capability prior to site acceptance and final invoice. A certified basic and advanced administration class shall be provided by the Contractor for two base VSS support personnel. On-site training to include administrative features and commands shall be provided for up to additional five VSS support personnel no later than 3 business days after installation completion and prior to acceptance. The following shall be included at a minimum: Equipment specifications and required hardware Connecting to the network Connecting the USB modems High level overview of installation process Configuring the hardware, telephones and voicemail Configuring the media server Configuring second media server for High Availability Translating and connecting the IPSIs Installing the media gateways Testing the media server installation Accessing the media server Basic Adds, Moves and Changes Administration Use of telephones/instruments In addition, the Contractor shall provide end-user telephone training for the total instruments installed. The training shall include at a minimum: Abbreviated Dialing Automatic Call Back Call Coverage Call Forwarding Call Park Call Pickup Call Waiting (single-line sets only) Conference Contacts (available on 96xxIP telephones only) Directory (integrated display feature for multi-line sets only) Drop (multi-line sets only) Exit Menu & Restore Normal Display (multi-line sets only) Go To Cover (multi-line sets only) Hold Inspect (display feature) Last Number Redial Menu Keys (only on select models) Mute Self-Test Send All Calls Paging Telecommunicating & Mobility Features Voice Mail: Access, Password (& default), Messages, Telephone User Interface (TUI), etc. The Contractor shall coordinate with the site POC for mutually agreed upon training times. All necessary training equipment, materials, and instructors shall be provided by the Contractor. The Contractor shall provide a Quick Reference Guide for each instrument installed that covers basic user functions taught in the training. The site shall provide all necessary space and connectivity. Any deviation in scheduled training due to deployments, emergency leave, or other emergencies shall be coordinated with the site POC and COTR. 3.12Onsite Coordination The Contractor shall be responsible for the on-site coordination of the installation. The Contractor shall assist the site POC in coordinating with the Defense Information Systems Agency (DISA), the Local Exchange Carrier (LEC), Interexchange Carriers (IXC), the NETWORX Contractor, Service Providers, and tenants to schedule the installation and reconfigure the VSS for seven-digit dialing. If remote access is required, the Contractor shall coordinate in advance with the site POC to avoid possible delays. 3.13Hazardous Material The Contractor shall be responsible for disposition of any batteries replaced as a result of this contract. While there are no known hazardous material issues associated with this project, if discovered, the Contractor shall identify to the site POC any hazardous material disposal needs. Follow-on discussions between the Contractor, the site POC and NGB's Program Manager will meet to determine the best course of action. 3.14Warranty The Contractor shall provide warranty repair for systems, workmanship and equipment provided or installed for a period of three years regardless of OEM standard warranty During the course of the warranty period, Contractor support shall include/provide all OEM operating software version upgrades, patches and vulnerability fix solutions at no additional cost to the government. Should new software upgrades become available during the warranty period, the Contractor shall provide a software configuration management plan as to how the upgrade will be accomplished, timelines and any other information that impacts the software installation and system operations The Contractor shall provide written procedures and required information for warranty services prior to cutover on the acceptance form or on an attached document. This information shall include, but is not limited to, written confirmation of the warranty period and phone numbers and contact information/procedures for technical support, troubleshooting assistance, and replacement of faulty cards/equipment The Contractor shall notify the site's POC and NGB's Program Manager 90 days prior to warranty expiration 3.15Information Assurance Requirements (DIACAP/eMASS) The Contractor shall ensure that information assurance is provided for information technology in accordance with current policies, procedures, and statutes, to include: The National Security Act The Clinger-Cohen Act National Security Telecommunications and Information Systems Security Policy No. 11 Federal Information Processing Standards DoD Directive 8500.1, Information Assurance DoD Instruction 8500.2, Information Assurance Implementation DoD Directive 8570.1, Information Assurance Training, Certification, and Workforce Management, and DoD Manual 8570.01-M, Information Assurance Workforce Improvement Program The contractor must be familiar with the DoDI 8500.2 baseline security controls and applicable validation procedures for a MAC II system with a Confidentiality Level of Sensitive as presented at the DIACAP Knowledge Service (KS). Baseline security controls shall be augmented with security requirements addressed under Air Force policies and regulations, if any. The Contractor shall brief mitigation and remediation plans to the COR for each finding/weakness identified during validation. The system shall comply with current DoD Password Requirements and specifically provide: Control over password complexity parameters (minimal length, character combinations) Prevent re-use of previous passwords Monitor and show failed logins and lock accounts Password expiration, and account expiration Access to the system management application shall be role and permission based. Users who do not have the appropriate privileges shall not be exposed to the blocked functionality. 4.Contract Deliverables 4.1Project Support Agreement (PSA) The Contractor shall develop a Project Support Agreement (PSA) to identify all parties' responsibilities and support. At a minimum, the Contractor's on-site project leader, the Communications Flight Commander, the Base Environmental Officer and the Base Civil Engineering Commander shall concur with the PSA in writing prior to the start of system installation. If the installation requires allied support from Base Civil Engineering (BCE), the BCE Commander and the Mission Support Group Commander must also concur in writing (physical signoff) with the PSA. The PSA must also detail any mandatory (and recommended) fixes that need to be made prior to installation (power issues, etc.). The Contractor shall provide a signed copy of the PSA to the base representative within five business days of signature. 4.2Installation Plan The Contractor shall provide an updated Installation Plan (CDRL 3) encompassing Government comments to the COTR/COR no later than 30 calendar days after contract award. The Contractor shall coordinate with the site POC, the COTR and NGB's Program Manager to develop the plan. The Installation Plan shall include at a minimum a listing of all contract deliverables. 4.3Training Plan The Contractor shall provide a Training Plan (CDRL 6), including course descriptions and schedules. The Government shall have 30 calendar days to review, gather feedback on, and request changes to the Training Plan. The Contractor must tailor the final Training Plan based on the Government's comments. 4.4Quality Control Plan The Contractor shall develop a Quality Control Plan (QCP, CDRL 8)) that identifies which Quality Standards are relevant to the project and determines how they can be satisfied. It shall provide details on the implementation of Quality Events (peer reviews, checklist execution) by using various Quality Materials (templates, standards, checklists) available within the organization. The Contractor Project Manager shall be responsible for managing the QCP and ensuring compliance with the contract. The Government will have 30 calendar days to review, gather feedback on, and request changes to the QCP. 4.5Communication Plan The Communications Plan (CDRL 2) shall identify project team members and stakeholders who will be receiving information regarding this effort. It shall also identify the method and frequency of communication. The Contractor shall provide a Communications Plan, which is to include the communications objectives, stakeholders and strategies, as well as the communications activities and timeframes. The Government will have 30 calendar days to review and request changes to the Communications Plan. 4.6Project Management Reviews The Contractor shall hold a monthly Project Management Review (PMR, CDRL 9) with the COR/COTR and NGB's Program Manager no later than the 5th calendar day of each month. The PMR shall be based on the Installation Plan and Project Schedule and will highlight all changes from the previous PMR update and/or Installation Plan and Project Schedule. The first PMR shall be held the 5th calendar day of the month following the award date. Should the deliverable date fall on a holiday or weekend, the PMR shall be held the next business day. The monthly PMR shall address the current status of technical and programmatic progress. Each review shall focus on achievements since the last review, conduct and success of risk management activities, unresolved issues, action items, and problems. Attendance shall be limited to only Key Personnel or invited members of the team. The PMR will also include at a minimum an updated status of all: Discrepancies and corrective actions encountered during any phase of the upgrade/installation including the Test and Acceptance and quote mark burn-in quote mark phases at each site Outstanding issues, areas of risk, and resolutions/risk mitigation recommendations The contractor shall support preparation for and execution of the meetings by: Assisting in the development of agendas by identifying issues, problems and/or opportunities to improve services and systems Participating in subcommittees, working groups, or other planning and support activities identified in the coordination meetings, and Generating meeting minutes that: oSummarize projects, schedules, activities, incurred accomplishments, and actions taken oIdentify concerns, issues, risks, and resolutions of identified problems or concerns oIdentify any lessons learned as a result of tasks performed in this SOW oDetail the current status of all tasking, documents, and products provided for the month oProvide financial estimates concerning the costs of all expenditures during the previous month versus planned, and statement of the actual labor burn rate, and oAny other items of importance 4.7Weekly Status Meetings Weekly Project Status Meetings (CDRL 10) - The Contractor shall hold weekly project status meetings with all project team members for both the contractor and government (site POC, COR/COTR and NGB's Program Manager). These meetings shall detail current project status, issues and risks determined during the previous reporting period, work accomplished during previous reporting period, upcoming work planned, and lessons learned. If it is determined that more frequent meetings need to occur, then an appropriate schedule will be determined. 4.8Design and Installation Documentation The Contractor shall provide commercial deliverables and documentation in Microsoft application formats (Microsoft Office, PDF formats and/or Visio) reflecting the installation and configuration of the system (CDRL 11). The deliverables shall be provided in electronic format whenever possible. Copies of any items reviewed on site shall be provided in hard copy as well. The Contractor shall provide the site POC quote mark as-built quote mark drawings which must include the configuration details and IP scheme of the VSS as well as bay face layout drawings, power drawings specifications, floor plans, network documentation, and engineering specifications associated with this upgrade/install, and equipment specifications with serial numbers, model numbers, and manufacturer specifications. All design and installation documentation shall be provided to the site POC prior to Government acceptance. All documentation and all other deliverables shall be listed on the AFTO Form 747. 4.9Project Schedule The Contractor shall provide a detailed Project Plan (CDRL 5) provided in both Microsoft Project and in PDF formats. This project plan shall be submitted weekly with changes to the site POC, COR/COTR and NGB's Program Manager. 4.10Documentation The Contractor shall provide formal approved versions of the documentation below: Project schedules Project Support Agreements Quality Control Plan Communications Plan Acceptance Test Plan Site Survey Report As-built documentation Training Plan AFTO Form 747 4.11In Brief and Out Brief The Contractor shall provide formal approved versions of the documentation below: New dial plans, unique configuration requirements, and VSS cutover schedules and data as part of an on-site in-brief and out-brief to the site POC and all other interested local parties. 5.Proposal Deliverables The Contractor shall provide, as part of the proposal response: 5.1Costs The Contractor shall provide as part of the proposal an itemized list of all associated cost for hardware, software, installation and configuration, technical reviews, training, program management, and travel. The contractor shall provide, as an optional item, the cost to perform DIACAP collection. 5.2Installation Plan The Contractor shall provide an initial Installation Plan. The Government must provide comments back to the contractor on the Installation Plan no later than 15 calendar days after award. 5.3Training Plan The Contractor shall provide an initial Training Plan, including course descriptions, and schedules. 5.4Quality Control Plan The Contractor shall provide their Quality Control Plan as part of their proposal. 5.5Communications Plan The Contractor shall provide a Communications Plan, which is to include the communications objectives, stakeholders and strategies, as well as the communications activities and timeframes. The Government will have 15 calendar days to review and request changes to the Communications Plan. 5.6Warranty Extension The Contractor shall provide an optional three year support warranty that provides routine quote mark outages affecting less than 33% of users with a 24 hour response time and urgent outages affecting greater than 33% of users with a 4 hour response time quote mark onsite service and price support warranty separately.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L15R0013/listing.html)
- Place of Performance
- Address: National Guard Bureau, Contracting Support ATTN: NGB-AQC, 1411 Jefferson Davis Highway Arlington VA
- Zip Code: 22202-3231
- Zip Code: 22202-3231
- Record
- SN03570622-W 20141112/141110234443-56268fc3e69ceba0a15fab263e1c63c3 (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 |