SOURCES SOUGHT
D -- Sources Sought Audio Visual Engineering, Operations, and Maintenance for USSTRATCOM
- Notice Date
- 9/13/2022 10:39:44 AM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- FA4600 55 CONS PKP OFFUTT AFB NE 68113 USA
- ZIP Code
- 68113
- Solicitation Number
- A024781
- Response Due
- 10/3/2022 12:45:00 PM
- Point of Contact
- LaToya Saunsoci, Angela LeRoy
- E-Mail Address
-
latoya.saunsoci@us.af.mil, angela.leroy@us.af.mil
(latoya.saunsoci@us.af.mil, angela.leroy@us.af.mil)
- Description
- SOURCES SOUGHT ANNOUNCEMENT FOR USSTRATCOM AUDIO VISUAL SUPPORT AT OFFUTT AFB, NE A. INTRODUCTION 1.This is a Sources Sought synopsis being conducted pursuant to FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. 2. This is an initial step in the planning process for on-site audio visual� (AV) operations and maintenance (O&M), engineering, design, and lifecycle management at the United States Strategic Command (USSTRATCOM) Command and Control facility (C2F) at Offutt AFB, Nebraska. The Government is contemplating award of a Firm Fixed Price (FFP) contract. 3. The 55th Contracting Squadron at Offutt Air Force Base, Nebraska, seeks potential sources to provide Enterprise AV support throughout the C2F, including for the Global Operations Center (GOC). The potential sources shall perform the following services: A)� Conference Rooms, Auditorium and Atrium Support - Administer, configure, operate, maintain all AV display systems and equipment in all conference rooms, Executive Conference Rooms (ECRs), Multi-Purpose Rooms (MPRs), Collaboration and Visualization Environment (CaVE) rooms, Auditorium, Atrium and AV server room, including �but not limited to the AV Control Room (AVCR) Video Distribution System (VDS), two fiber optic matrix video switches (e.g. ThinkLogical, Extron) and Unclassified, Secret and Top Secret/Sensitive Compartmented Information (TS/SCI) networks, digital clocks, digital signage and Commercial Access Television (CATV). � B) Scheduling - Administer, configure and operate a centralized scheduling system to schedule conference rooms, ECRs, MPRs, CaVEs, Auditoriums and Atrium access as well as coordinate and administer multiple simultaneous video teleconference (VTC) and AV sessions for all networks. C) Digital Signage � Administer, maintain, configure and operate all digital signate systems, totaling over 400 end points, and train users on digital signage systems. D) Digital Interfaces/Touch Panel � Administer, configure, maintain, operate all digital interfaces for consistent and standard controls of the AV system, write control system software code and graphical user interfaces to control and administer complex multi-classification operational environments, and provide all touch panel programming for new installs and any configuration of AV components. E) VTC � Administer, configure, maintain, operate Multi-Domain Video Network Switch (MDVNS) Freeport Technologies VTC Switching Solution system, VTC infrastructures to include codecs, multipoint conferencing� or control unit (MCU), telepresence management suite (TMS), visual computing system (VCS) control and expressway on multiple networks, maintain awareness and correct AV degradations and outages, provide training on proper use of AV and VTC equipment, coordinate with other providers to ensure resolution of AV issues, provide secure connections of various VTC end-points utilizing different mediums by bridging all participants in a single hosted environment and coordinate with other end locations to ensure reliable and consistent communications. F) Facilitation and Monitoring � facilitate and monitor AV events in the Atrium and Auditorium. G) CATV � Administer, configure, facilitate, maintain and operate CATV. H) Audio and Video feeds � Route up to 12 video feeds via Enterprise Matrix Switch to capable conference rooms and other locations. I) On-site AV Technical Support and Troubleshooting/Customer Support � Provide on-site end user support, including after hour technical assistance, and maintain a repository of trouble ticket data and tracking. J) Lifecycle � Recommend upgrades to the VTC and AV systems annually, incorporate and document approved upgrades and perform preventative maintenance. K) Inventory Management � Prove inventory management for all AV equipment. L) Program Management Review � Provide reports to track work performed, type and amount of effort (Man-hours), deliverables completed, work in progress, percentage of annual effort expended by effort, problems encountered, recommended solutions and work planned for subsequent reporting periods. M) AV Engineering Support � Provide engineering support and recommendations for all AV systems and capabilities, including but not limited to requirement clarification, design, implementation, product improvements, new technology initiatives, project management, testing, integration, cybersecurity and documentation of cyclic technical refreshes and upgrades. N) Network and Cable Infrastructure � Install cabling directly between AV devices that do not traverse the network infrastructure. 4. Period of Performance: It is anticipated that the contract period will be a base period of one year with 4 one-year option periods and a six-month extension will be available for exercise IAW FAR 52.217-8, Option to Extend Services. 5. The North American Industrial Classification Systems (NAICS) code is 541512, Computer Systems Design Services, which has a small business size standard of $30.0 Million. B. INFORMATION AND INSTRUCTIONS: 1. All businesses capable of providing these services are invited to respond. Any information provided to the Government as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. Respondents are requested to submit capability packages electronically, as described below. Requested information listed below must be received no later than 1430 hours (Central Daylight Time) on 3 October 2022. Information package responses shall be sent via email to latoya.saunosci@us.af.mil and angela.leroy@us.af.mil Information Package: Respondents must include the following information Company name Address Point of contact with e-mail address and telephone number Federal CAGE Code Data Universal Numbering System (DUNS) Unique Entity Identification (UEID) Number Small business category C. GOVERNMENT RESPONSIBILITY: This Sources Sought Notice is not a solicitation, and should not be construed as a commitment by the Government for any purpose, nor does is restrict the Government to an ultimate acquisition approach. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. All questions and comments on this notice shall be submitted via e-mail to only the contacts listed below. PRIMARY CONTACT: LaToya Saunsoci, Contract Specialist latoya.saunsoci@us.af.mil, (402) 232-1447 SECONDARY CONTACT: Angela LeRoy, Contracting Officer, angela.leroy@us.af.mil, (402) 232-5956.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9a4462648e0b471d91746a33a3d210ad/view)
- Place of Performance
- Address: Offutt AFB, NE 68113, USA
- Zip Code: 68113
- Country: USA
- Zip Code: 68113
- Record
- SN06463977-F 20220915/220913230136 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |