SOURCES SOUGHT
D -- Luke AFB Node Relocation
- Notice Date
- 7/9/2018
- Notice Type
- Sources Sought
- NAICS
- 517311
— Wired Telecommunications Carriers
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- 821800873
- Archive Date
- 7/25/2018
- Point of Contact
- Katie Day, Phone: 6182299265
- E-Mail Address
-
katie.s.day.civ@mail.mil
(katie.s.day.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency ( DISA) is seeking sources for a node relocation at Luke Air Force Base, AZ. CONTRACTING OFFICE ADDRESS: DISA/Defense Information Technology Contracting Organization (DITCO), PL8231, Scott Air Force Base, IL INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Businesses) to provide the required products and/or services. The 56 th Communications Squadron located at Luke AFB, AZ is constructing a new communications facility. DISA has been tasked with installing a new Cisco ASR-9006 Router in the new facility, transition approximately 40 customer circuits, and remove the existing CISCO 15454 Multi-Service Provisioning Platform (MSPP) in the current facility. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: N/A REQUIRED CAPABILITIES: Scope of the project is to engineer, install, configure, test, and activate a new Cisco ASR-9006 Router in a newly constructed facility at Luke AFB, AZ. Effort will include conducting a site survey, providing all engineering design plans, including a Telecommunications Systems Implementation Plan (TSIP), rack elevation drawings, required equipment and materials list as well as final as-built drawings for the installation. Vendor will identify and purchase all manufactured Bill of Materials (MBOM) and Installation Bill of Materials (IBOM). Vendor will install the router in accordance with telecommunications industry standards as required by Section 12 of Public Law 104-113 (Telecommunications Transfer and Advancement Act of 1995) and manufacturer installation instructions. Vendor will coordinate with DISA Global Operations Center (DGOC) to configure, test, activate and commission the node to include inserting the node into the Defense Information Systems Network (DISN). Vendor will transition approximately 40 customer circuits from the existing MSPP to the newly installed ASR-9006. Once all circuits are removed from the MSPP, vendor will power down, remove and dispose of MSPP in accordance with instructions provided by the DISA Project Manager. Technical Characteristics: DC AC Volts -48 200-240 VAC Amps 104 A Max, 52 A TYP 24 A at 208VAC Max, 12A TYP Watts 5,000 Max, 2,500 TYP 5,000, 2,500 TYP BTU/hr 17,000 Max 8500 TYP 17,000 Max, 8500 TYP Power Feeds DC feeds - 8 Wire size - 8 or 6 AWG Site breaker - 50 A for 8 AWG AC feeds - 4 Site Receptacles - L6-20 Site Breaker - 20 A Input connector 2 hole 90° C21 / C22 Power supply part number PWR-2KW-DC-V2 A9K-3KW-AC-V2 SPECIAL REQUIREMENTS: N/A SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 517311, with the corresponding size standard of 1,500 employees. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) CAGE Code; 5) Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, General Service Administration (GSA): OASIS, ALLIANT, VETS, STARS II, NIH, NASA SEWP, Federal Supply Schedules (FSS) (including applicable SIN(s)), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT July 24, 2018 4:00 PM Central Daylight Time (EDT) to Katie Day at katie.s.day.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than ten pages) demonstrating ability to perform the services listed in this Technical Description. 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 RFI responses will have signed non-disclosure agreements 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/spg/DISA/D4AD/DITCO/821800873/listing.html)
- Record
- SN04982851-W 20180711/180709230742-87c66eb43f7163ca5b0287c6c3cd685f (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 |