SOURCES SOUGHT
59 -- Deployment Communications Capabilities NIPR/SIPR
- Notice Date
- 8/13/2023 3:05:12 PM
- Notice Type
- Sources Sought
- Contracting Office
- W7NG USPFO ACTIVITY MNANG 133 SAINT PAUL MN 55111-4112 USA
- ZIP Code
- 55111-4112
- Solicitation Number
- W50S7E-23-Q-0030
- Response Due
- 8/28/2023 1:00:00 PM
- Archive Date
- 09/12/2023
- Point of Contact
- Lt Col Ann Feist, Phone: 6127132626, SMSgt Mikkael R. Hahn, Phone: 6127132613
- E-Mail Address
-
ann.feist.1@us.af.mil, mikkael.hahn@us.af.mil
(ann.feist.1@us.af.mil, mikkael.hahn@us.af.mil)
- Description
- W50S7E-23-Q-0030, Deployment Enhancement Kit - Synopsis: THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only.� The purpose of the synopsis is to gain knowledge of potential qualified sources and their business size classification relative to 334118 (Computer Terminal and Other Computer Peripheral Equipment Manufacturing) with a PSC of 5963 (Electronic Modules). Responses to this synopsis will be utilized by the Government to determine the appropriate procurement methodology. After review of the responses to this sources sought synopsis, an RFQ may be published on Contracting Opportunities at www.sam.gov.� Responses to this sources sought synopsis shall not be considered a response to a solicitation.� All interested offerors will respond as an interested party to this sources sought. The 133RD Minnesota Air National Guard has a requirement for deployment enhancement kit of a virtual machine setup for base intel, to enable mobile operations by providing network storage for data connectivity in remote locations. The mission of the U.S. Military calls for the ability to survive and operate in remote conditions. The Minnesota Air National Guard is therefore conducting market research to identify any manufacturers and sellers of a deployment enhancement kit. The CLINS below describe components used for market research only. Interested parties must successfully demonstrate that they are capable of providing the deployment enhancement kit that has the performance capabilities and characteristics listed below. Please see below CLIN for the full requirement description. (For market research use only): REMOVABLE STORAGE: KLAS Voyager Virtual Machine or another acceptable/integratable brand Voyager VM: CLIN 001: KLAS-VOY-VM16X-96GB-R1: 1 Each CLIN 002: KLAS-VOY-1.92TB-SSD: 2 Each CLIN 003: KlasKare: 1 Year service and hardware coverage Characteristics and Capabilities: We currently have a Communication Field Kit (CFK) with Klas branded equipment. Based around Intel�s Xeon D architecture, it is designed from the outset to provide the maximum performance, therefore the new deployment enhancement virtual machine kit must: Be able to integrate with our current Klas branded CFK equipment. Be compatible with the Voyager chassis and accessories, V1+, V2+, V4/V4S, V6, V8QP and V8+. Allow applications built for the data center to migrate to the edge of the network. Support Microsoft Hyper-V and is VMware Ready. Peer MN Air National Guard organization is currently operating 2 Klas branded deployable communication platforms, therefore the new deployment enhancement kit must: Allow efficiency in configuration and training, troubleshooting and mutual support. Enable inter-agency mission execution and personnel support with little overhead training time or equipping. Kit contains worldwide deployable communication equipment that provides both unclassified and classified data over multiple transmission paths to include built in cellular, or Ethernet connection to public internet. Providing local network storage, classified and unclassified data connectivity in remote locations. The targeted solution will utilize cellular or hardwired commercial networks to reach into SIPR and NIPR solutions through DISA's gateway services. In response to this sources sought, interested parties are asked to provide detail on how they might meet the requirements above. Additionally, they should also provide answers to the following: 1. Estimated cost for CLIN 001, CLIN 002 and CLIN 003. 2. Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBzone, Woman Owned Small Business (WOSB), 8(a), Large Business, Small Disadvantaged Business (SDB) etc.)? 3. Is your company considered small under the NAICS code identified under this posting? 4.� Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? 5. If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). 6. If you are a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? 7. Please provide general pricing of your products/solution for market research purposes. 8. Please submit your capabilities regarding the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? 9. Please review salient characteristics and provide feedback or suggestions. If none, please reply as N/A. 10. Please provide your CAGE code or SAM.gov UEI number. Responses to this notice shall be e-mailed to the attention of: Ann Feist at ann.feist.1@us.af.mil.�� Telephone responses will not be accepted. Interested parties shall also submit their responses to the Government no later than 3:00 PM (CST) on 28 August 2023. This notice is to assist in determining the availability of capable sources via the commercial industry only. A solicitation is not currently available.� If a solicitation is issued, it will be announced at a later date and all interested parties shall respond to that solicitation announcement separately from this sources sought. See attached Statement of Work (SOW)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/75a7ae14634a41c59d0db7388f5379d9/view)
- Place of Performance
- Address: Fort Snelling, MN 55111, USA
- Zip Code: 55111
- Country: USA
- Zip Code: 55111
- Record
- SN06788005-F 20230815/230813230042 (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 |