Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2006 FBO #1633
MODIFICATION

D -- Wireless Internet System OPM at FEI

Notice Date
5/15/2006
 
Notice Type
Modification
 
NAICS
517212 — Cellular and Other Wireless Telecommunications
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710
 
ZIP Code
20415-7710
 
Solicitation Number
OPMFEI04242006
 
Response Due
5/22/2006
 
Archive Date
6/6/2006
 
Point of Contact
Kathleen Gibson, Contracting Officer, Phone 434-980-6288, Fax 434-979-3387,
 
E-Mail Address
krgibson@opm.gov
 
Description
Request for Proposal Wireless Internet System Office of Personnel Management Federal Executive Institute Purpose and Scope of Project This is a new competitive procurement that will result in the award of a single firm, fixed-price contract for installing wireless internet service on the campus of the Federal Executive Institute. The Federal Executive Institute, (FEI), is a federal government facility that provides residential training to federal executives. FEI has elements of government, hospitality industry, and educational institutions in its operations. The installation requires establishing wireless service to cover the entire campus which includes three buildings with eighty two guest bedrooms, 12 classrooms, dining and fitness facilities, and offices for a staff of forty government and contract workers. REQUIREMENTS Coverage Wireless service must provide 100% coverage within all three buildings with the exception of the kitchen food prep and basement storage area of the main building and the maintenance area of Pendleton Hall. Coverage must include all bedrooms, classrooms, lounge areas, office areas an outdoor classroom area located between buildings and an outdoor patio area adjacent to the main building. FEI currently subscribes to a high speed DSL service connection in each building through Sprint/EarthLink. It is our intention to have wireless access points extended from these services using a central control and monitoring point in each building to provide coverage and access by technical personnel. FEI will offer only internet service to it’s customers via wireless and will not be connecting this service to its wired network in any way. Security FEI facilities are located on a fourteen acre campus and wishes to take advantage of its physical isolation and of signal encryption to protect the security of it’s users as much as is practicable. Wireless access point antennae position and power levels must be adjusted to avoid any signal radiating beyond the perimeter of the property if possible. Access points must support the latest encryption standards to include, but not limited to, WEP, WPA2, and WPA. Configuration of the access points must be approved by FEI. Access points must be accessible from a centrally located controller within in each building and be accessible individually via wireless connection using manufacturer supplied utility/configuration software for reprogramming encryption keys and running diagnostic programs. System Maintenance The offeror must include comprehensive maintenance support for one year and a maintenance plan option for out years two, three, and four. The minimum requirement for maintenance support must include two hour business day response by phone, 24 hour response 24X7 by phone, and forty eight hour business day onsite response to perform necessary service to the system. Offerors must demonstrate that they are doing business in, and have qualified service technicians under their direct employ whose duty station is within 50 miles of the FEI campus. No exceptions will be considered for this requirement. The offeror will also provide 4 health checks and site assessments per calendar year, one each quarter. This will include, but is not limited to, configuration checks, equipment checks and systems security assessments. Installation Offeror must provide all access points, wiring, routers, hubs, power supplies, antennae, smart jacks, and any other hardware or software necessary for a complete turnkey installation. All wiring must be hidden in walls or ceilings. Exceptions for short runs in inconspicuous areas may be approved to reduce cost and complexity of installation. All exposed wiring must be pre approved by the FEI technical representative to meet the requirements of this procurement. The successful offeror must be responsible for communication with and coordination of service requirements involving the service provider. FEI runs classes on a continuous basis and is at full occupancy over ninety percent of the time. Classes often include evenings and weekends. Offeror must be flexible in scheduling installation which may include some nights and weekends. Classes can not be moved, changed, or rescheduled to accommodate installation. A schedule of classes and facility availability will be made available to the selected offeror. An FEI representative will be available when installation personnel are on campus. Offeror must provide relocation of existing LAN wiring in bedrooms and some common areas from the OPM network to the new system to provide both wireless and wired connection to DSL service. Hidden wiring not terminated is not required to be reconnected. The number of connections to be relocated will not exceed 80 connections in the main building and 20 connections in each of the other two buildings. A separate equipment housing is required in the main building. Existing connections will be removed from the OPM network. Separate patch panels and other hardware are required as necessary to physically isolate the OPM network from the wireless network. Hardware and software Access points must be configured for automatic 802.11 a, b, g trimode support and be capable of a minimum 40mbs pass-through for all clients. Access point hardware must have rogue access point detection fully software upgradeable to AES and 802.11i, have client isolation capability to prevent client-to-client snooping. Hardware must be designed for configuration with external ceiling mount antennae. Proxim AP4000 access points are preferred but access points with equivalent or higher capabilities can be used. Consumer units designed for home and small office use are not acceptable. Acceptance Testing and Training Upon completion of project successful offeror will demonstrate useable signal levels of wireless coverage throughout facility with no detectable signal at property perimeter and provide operational training to FEI technical staff. OPM staff will also conduct an assessment of the installation and provide required configuration and/or architecture changes to the vendor for implementation. Evaluation of Proposal and Award Proposals submitted must include network designs, detailed AP and other hardware configurations, security implementations and a detailed hardware lists to include all components in the system Proposals will be evaluated equally by cost, technical merit and by service plan and demonstrated history of IT wireless system maintenance. Best value to government will be considered for equal cost proposals. This solicitation will only be offered electronically. Proposals submitted under this Request for Proposal will be evaluated, and an offeror selected, based on both technical and cost considerations. Please provide cost proposal information separately from the technical proposal. Registration in the Central Contractors Registration database is required. Please provide a duns number or other evidence of registration. Cost evaluation will be performed independently of the technical evaluation. Please provide a technical proposal consistent with the criteria shown below, three performance references, and cost quotes consisting of a breakdown of the cost of materials, labor/installation costs, and total costs. Proposals will be evaluated based on the following factors listed in descending order. 1) Total cost of installation 2) Cost/value of the equipment offered. 3) Technical merit of the proposal in conformance to specifications 4) Experience and past performance of offeror The Federal Executive Institute will select a contractor, whose offer provides the best value to the government, considering primarily technical factors and price. The award may be made without discussion. Technical questions regarding this RFP can be directed to James Davey. E-mail james.davey@opm.gov All other question must be submitted to Kathleen Stock E-mail kathleen.stock@opm.gov Pre-bid site visit facility tour and technical questions Interested parties are encouraged to attend a facility tour on Friday, May 5th, 1:30 PM. A general building drawing will be made available to interested parties that time upon request. The facilities will be available immediately following the tour for those who wish to perform site surveys and testing. The facility will be fully occupied during and after the meeting. Access to some areas may be limited. FEI will provide responses to relevant questions and will make those questions and answers available to all interested offerors. Please confirm an appointment with and address all technical questions to James Davey james.davey@opm.gov at the Federal Executive Institute. Interested parties must notify the FEI technical contact at least three days in advance of the tour with the name of their company and the names and titles of all attendees. Proposal Submission Offeror must provide pricing separately from the technical proposal. Proposals must be provided by postal mail or E-mail to the following address Postal mail Kathleen Stock The Federal Executive Institute 1301 Emmet Street Charlottesville, VA 22903 E-mail kathleen.stock@opm.gov Submission Deadline Proposals must be received by 10AM May 22th, 2006. Award will be made on or about May 30th, 2006. Successful offeror must complete the installation and system integration by July 21st, 2006 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-MAY-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/OPM/OCAS/CD/OPMFEI04242006/listing.html)
 
Place of Performance
Address: Federal Executive Institute 1301 Emmet Street Charlottesville, VA
Zip Code: 22903
Country: USA
 
Record
SN01048619-F 20060517/060515221607 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.