SOURCES SOUGHT
D -- Replacement and Sustainment of the Advance Console System - DRAFT PWS
- Notice Date
- 7/13/2018
- Notice Type
- Sources Sought
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, HQ AF Reserve Command, 255 Richard Ray Blvd, Robins AFB, Georgia, 31098-1637
- ZIP Code
- 31098-1637
- Solicitation Number
- FA664319R0ACS
- Point of Contact
- Debra F. Scarborough, Phone: 4783271616, Sidney N. Akins, Phone: 4783270926
- E-Mail Address
-
debra.scarborough@us.af.mil, sidney.akins.1@us.af.mil
(debra.scarborough@us.af.mil, sidney.akins.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT Advanced Console System PWS REQUEST FOR INFORMATION (RFI) The intent of this notice is to gather information from Industry regarding the upcoming acquisition of the Air Force Reserve replacement and sustainment of the AFRC Command Post (CP) Command and Control Advanced Console Systems (ACS). This RFI should not be construed as a commitment by the Air Force Reserve to issue a solicitation or to ultimately award a contract. Neither unsolicited proposals nor any other kinds of offers will be considered in response to the RFI. This RFI is in no way binding upon the Government. The Government will not pay for any information submitted in response to this request. The information will be used to facilitate acquisition planning; any proprietary information will be handled accordingly. The determination of an acquisition strategy, based upon comments submitted by interested parties in response to this RFI is solely within the discretion of the Government. A date has not been set at this time regarding when the solicitation will be issued. Program Objectives: The Air Force Reserve Command (AFRC) needs to standardize a technical solution for Command & Control (C2) capabilities to replace End of Life (EOL) console communications systems at 19 sites (HQ AFRC, ten AFRC host bases and eight tenant bases). Advanced Console System (ACS) consoles are currently deployed in AFRC CP, Alt. CP, FD, and SF facilities. The general scope of this requirement covers removal of legacy C2 systems; installation and configuration of new replacement C2 systems; and maintenance support for new installed systems. Solution should be VoIP capable, Joint Integration Test Center (JITC) certified and all equipment on APL, radio interface capable, and meet Multi-Level Precedence & Preemption (MLPP) compliance. Specific tasks include removal of approximately115 consoles; installation of approximately 127 new consoles; configuring of systems; and training on new system software at all sites; preventive maintenance inspections; and maintenance support after systems are installed. See attached DRAFT Performance Work Statement for details of services required. Background: The period of performance for this contract is anticipated to be a basic, one-year contract with four annual options. This acquisition is anticipated to utilize a Best Value Source Selection procedures as stated in FAR 15.101. The pricing arrangement is anticipated to be Firm Fixed Price, with a Cost Reimbursable CLIN for Travel and a possible Cost CLIN for additions. Respondents will be required to furnish evidence of previous successful replacement and sustainment of the Advanced Console Systems (ACS) support. The NAICS code is 811213 and the size standard is $11M. It is anticipated this will be full and open competition. The final decision will be dependent on the results of this RFI. All respondents must be registered in the SAM (System for Award) system prior to award. It is anticipated that respondents will be evaluated using best value source selection procedures in accordance with AFFARS 5315.3 utilizing written technical proposals. All respondents are welcome to comment/submit questions on attached DRAFT PWS (Performance Work Statement). Please provide all comments to: HQ AFRC/PKA, Attention: Debra Scarborough, 255 Richard Ray Blvd, Robins AFB GA 31098-1637 or email debra.scarborough@us.af.mil by 23 July 2018, 5:00PM Eastern Standard Time. When the Request for Proposal (RFP) is ready to be posted on FEDBIZOPS, all associated documents will be uploaded for review. Individual companies will be able to provide face to face or telephonic one-on-one concept breifings on July 26 and 27. Briefings will be limited to 1 hour. The face to face briefings will be held at HQ AFRC/PK, Robins AFG GA, Bldg 549. You must make an appointment with Debra Scarborough (478-327-1616) debra.scarborough@us.af.mil by email or Secondary point of contact Sidney (Sid) Akins (478-327-0926) at sidney.akin.1@us.af.mil. Please ensure to copy both on your request. A time will be assigned for your briefing. Information Requested in your capabilty briefing: 1. Provide Prospective Offeror Identification: • Company name and commercial and Government entity (CAGE) code • Address • Phone Number • Fax Number • Email address • Point of Contact information • A website address that provides additional information about your prospective business. • Identify your company type as a large or small, small disadvantaged, veteranowned small business, service disabled veteran owned small business, woman-owned small business and/or HUB zone business. Include your company's North American Industry Classification System (NAICS) code(s). Small businesses are encouraged to respond. 2. Request you include the answers to the following questions along with your capability brief: 1. Is your product Trade Agreement Act (TAA) compliant? 2. Does your company currently possess a VoIP solution that has received Joint Interoperability Certification? 3. Does your product allow for future migration to AF Cloud for all storage requirements? 4. Are you currently using your product for a similar scope of work at any Government/Military installations and/or Commercial sites? 5. Can you provide names of up to 5 Government/Military installations and/or commercial locations your product, similar in scope as the draft PWS, has been or is being utilized? 6. Does your product have an approved Authority To Operate (ATO)? 7. Do your technicians have Secret Security clearances or ability to obtain? 8. Do your technicians possess IAT Level II certification? 9. Is the software used in your product IA enabled? Is it NIAP certified? 10. Is equipment used in the your product open for network penetration testing? 11. What type of allied support is required from local Communication entities? 12. What type of Preventive Maintenance is required and how often on any current solutions? 13. What type of plan or steps will be taken to ensure the systems remain operational? 14. What is the shelf life of the software/hardware components and what will be done to ensure compatible components will remain readily available for the expected lifespan of the hardware? 15. Is there a proven capability to provide remote troubleshooting? 16. What type of on-site response capability can your company provide? 17. Can you provide only the consoles or can your company provide the total package of a workstation solution? What is the approximate cost difference? 3. Request you provide a Rough Order of Magnitude (ROM) on the console system offered and any workstation solution recommended to contain the console. Any pricing submitted will be considered only a ROM, not a proposal, and will be handled as proprietary information. How to submit a Response: 1. Response to the requested capability briefing, above questions, comments/questions on the DRAFT PWS and ROM should be received NLT 23 July 2018 (5:00 pm Eastern Standard Time). Any pricing submitted will be considered only a ROM, not a proposal, and will be handled as proprietary information. 2. Appointments should be made by COB 23 July 2018 (5:00 pm Eastern Standard Time) to provide a concept briefing. 3. Please email your response to: Debra F. Scarborough/HQ PKA, debra.scarborough@us.af.mil and copy sidney.akin.1@us.af.mil. No basis for claims against the Program Management or Contracting Offices shall arise as a result of a response to this RFI, or from the Government's use of such information in refining its strategy or in developing any subsequent policy or announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/HQAFRC/FA664319R0ACS/listing.html)
- Place of Performance
- Address: 19 AFRC locations, United States
- Record
- SN04990879-W 20180715/180713230750-92c2694c8da25b16983a7bd915760486 (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 |