Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2007 FBO #2040
SOURCES SOUGHT

D -- Emergency Response Network (ERN) Phase II, for the Florida National Guard (FLNG)

Notice Date
1/7/2007
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN06R0006
 
Response Due
1/26/2007
 
Point of Contact
WILLIAM MARKHAM, 000-000-0000
 
E-Mail Address
USPFO for Florida
(william.markham@fl.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Emergency Response Network (ERN) Phase II, for the Florida National Guard (FLNG) D-Information Technology Services, including Telecommunication Services 334220- Radio and Television Broadcasting and Wireless Communication Equipment Manufacturing This is a SOURCES SOUGHT MARKET RESEARCH NOTICE issued by the Florida National Guard (FLNG) to determine the availability of potential small business concerns that possess in depth knowledge for the development, design, engineering, sustainment, and config uration of communications equipment to build an Emergency Response Network (ERN), Phase II. In accordance with Federal Acquisition Regulations 19 and 13 CFR 126.607(b), this acquisition gives order of precedence to HUBZone 8(a) concerns, 8(a) concerns, HU BZone, Service-Disabled Veteran-owned Small Business (SDVOB), small business and other than small business concerns. Responses to the announcement will be used with additional market research to determine if the acquisition will be set-aside or procured w ith full and open competition. Interested parties must be able to demonstrate in the capability statement the related experience and ability to perform the kind of work described in this notice. Written capability statements must be received no later tha n January 26, 2007 by 12:00 noon (EST time). These submissions must be submitted by E-mail (ONLY) to william.markham@us.army.mil In the Subject line reference: EMERGENCY RESPONSE NETWORK (ERN) PHASE II, FOR THE FLORIDA NATIONAL GUARD (FLNG). Facsimile a nd hand carried submissions will not be accepted. This documentation may include examples of contracts, references, and any other relevant information. Responses to this Sources Sought Market Research Notice shall include: 1) Capability statement not to e xceed 10 pages including the firms relevant past performance work, prior work experience and capability, technical and training expertise, management capability, and financial capacity; 2) Corporate qualifications not to exceed 2 pages; and 3) statement id entifying if the offeror is an 8(a) firm. Any organization responding to this Sources Sought Market Research Notice should ensure that its response is complete and sufficiently detailed to allow the government to determine the organizations qualifications to perform this work. This statement of work provides the basis for the development, design, engineering, sustainment, and configuration of communications equipment to build an ERN for the FLNG. The ERN is to be rapidly deployable by surface or air. Mob ile response equipment must be self-sufficient, independent of commercial power and terrestrial communications. It must be capable of providing immediate voice, data, and video traffic for federal, state and military responders in less than three hours af ter arrival at an incident/disaster site. This project targets one mobile ground station at the Robert F. Ensslin National Guard Armory in St. Augustine, Florida, four to ten Mobile Incident Site Systems, and three to four Air Mobile Incident Site Systems configured for shipment via military air, sling load (MIL-STD-209H), military, or commercial truck. The FLNG requires an expert information management, technical solutions provider capable of the following: Planning, performance analysis and oversight of the design, engineering, development, testing, quality assurance, information assurance, configuration, installation, implementation, integration, maintenance, and management of networked emergency rapid response deployable inter-operable communications e quipment used to transmit information in IP-based voice, data, and video formats; Additionally the technical solutions provider must be/become familiar with the current technologies that exist within the FLNG, and be able to understand the current design, utilization patterns, and limitations of the currently configured Voice, Data, and Video networks; The technical solutions provider should be conversant in related technologies in use by other organizations (civil, federal, state, and active military) to address similar concerns; The technical solutions provider must work in conjunction with FLNG personnel to develop both written and multimedia content on th e operations and maintenance of all equipment; The technical solutions provider will provide a central Point of Contact (POC) responsible for coordination with government personnel and project oversight; 1. Mobile Terrestrial Site; 2. Mobile Incident Site Systems; 3. Air Mobile Incident Site Systems  solution provider must meet criteria for movement aboard (preferred method) and sling load capable by CH47 Air Frame. The FLNG has three re-conditioned electronic shelters available to the solution provider an d; 4. Truck Mounted Incident Site Systems. The technical solutions provider will have the ability to provide trained certified personnel in the following: Microsoft Certified Systems Engineer (MCSE), Cisco Certified Internetwork Expert (CCIE), Certified I nformation Systems Security Professional (CISSP), Voice Cisco Certified Internetwork Expert (CCIE-V), Certified Wireless Network Administrator (CWNA), Certified Wireless Security Professional (CWSP), Provisioning and operation of secure voice/data and vid eo, equipment and infrastructure, Secret-approved personnel for installation and configuration of any/all design aspects requiring clearance (DoD Secret). They must possess a proven method for analyzing current network operations, and must have demonstrat ed its effectiveness within the National Guards Guardnet XXI Enterprise Network or any other network of equivalent size/complexity. The Technical Solutions Provider must be familiar with all applicable Department of Homeland Security (DHS) and Joint CONU S Communication Support Environment (JCCSE) concept initiatives and regulations. All design and implementation aspects must conform and comply with all aspects of the above as well as meet all standards and certifications required for security accreditatio n (both FIPS 140-2, level 2 and AR 25-2). Delineation of Tasks: Task 1. The technical solutions provider shall provide a central Point of Contact (POC) responsible for coordination with government personnel, and project oversight. The identified POC must k eep the FLNG informed through written and verbal reports. The POC tasks include but are not limited to the following: Pre-job coordination and resource planning of all sites; Provide Resource Planning Reports; Weekly meetings with the FLNG team throughout installation timeframe; Confirm all network and configuration parameters; Document and publish project timeline with milestones; Evaluate utilization and application of technology; Define acceptance testing and approval process; Create and Document polici es for operation; Create and Document policies for trouble resolution and repair; Complete satisfaction survey; Define and document additional training requirements; Provide utilization reports; Perform discovery on current usage and make improvement recom mendations, Introduce new technologies that assist the customer in expanding usage; Provide assistance to the customer to optimize network transmission; Coordination with the FLNG and; Development of project plans. Task 2. The technical solutions provide r will be required to designate a Senior Systems Engineer to act as the Senior Technical Lead. The Senior Systems Engineer shall have the capability to provide expert consultative support in the planning and development of functional requirements associat ed with Video Networking. The Senior Systems Engineer will be experienced in the design, installation, operation and troubleshooting of Videoconferencing network components such as Gatekeepers, Gateways, MCUs, and Scheduling/Management Systems, collaborat ion technologies such as web conferencing, and terrestrial and non-terrestrial communications such as T-1, ISDN, IP, Microwave, Satellite, and DOD secure encryp tion devices (Kiv/KG). The technical solutions provider is required to submit a resume of the Senior Systems Engineer. Responsibilities include: Will work closely with FLNG network engineers and other technical staff regarding technical planning, network d esign, bandwidth, and QOS considerations and; Will provide expert advice and guidance with regard to planning for future enhancements. Task 3. The Technical Solutions Provider will have adequate Senior Systems Engineers/Senior Network Engineers on site or as needed to accomplish the following: Conduct a detailed final-stage analysis of existing equipment, capabilities and shortfalls. Provide detailed documentation of the technical analysis with recommendations. Finalize the various types of solutions and associated costs with a detailed analysis outlining the pros and cons of each solution; Develop a detailed integration plan for each engineered solution; Develop a detailed operations, training, and maintenance plan each for all solutions along with ident ified costs associated with solution; Identify and provide documents required in the accreditation process (DoD Information Technology Security Certification & Accreditation Process (DITSCAP) DoD 5200.401 DITSCAP Instruction, DoD 5200.40M DITSCAP Manual) f or each solution to be implemented; Implement a method of real-time network-based management of all systems and components; The technical solutions provider is responsible to provide all plant, materials, labor, and technical expertise required to configur e, assemble, test, and deliver all designed equipment; Assemble and test a prototype, obtain government approval before proceeding with the remaining sets; The technical solutions provider is responsible to provide the government a complete serial number l isting for each system and component item while prominently displaying the serial numbers on the equipment to assist with accountability during the operational configuration; Provide operator/maintenance manuals and training to FLNG J-6 staff and key perso nnel based on final designed equipment solution and; Establish 24/7/365 Technical Solutions Provider support for all fielded systems to support J-6/CIO emergency, ongoing training, maintenance, and response missions/operations. A response time of not more than 8 hrs required during the warranty period. Task 4. Upon completion of the engineering/approval phase of the project, the technical solutions provider will execute the integration and fielding plan that builds the engineered solutions as approved and funded by the government. The Senior Systems Engineer will have: A Bachelors degree in a technical discipline or equivalent experience utilizing computer science or engineering theory and principles; Technical experience in analysis, system definition, de sign, implementation, integration of Voice, Video and Data Networking and experience in a technical lead role associated with Voice and Data related systems; Cisco router and Gatekeeper integration and configuration knowledge as it relates to large-scale v ideo conferencing deployments; An understanding of all major OEM video equipment, both ISDN and IP based and; The ability to provide support and technical expertise in the integration, design, and operation of network access devices, voice, video conferenc ing equipment, and multipoint data conferencing technologies. Maintenance and Support Staffing: The technical solutions provider must provide maintenance, labor, documentation, maintenance supplies, tools, test equipment, transportation and other related services required to achieve acceptable levels of availability and performance. The technical solutions provider must resolve equipment malfunctions to acceptable performance thresholds as defined and documented by the component manufacturer and this contr act. Maintenance services shall not include the following: Electrical work external to the equipment; Furnishing of expendable supplies other than that require d to maintain the system; Adding or removing accessories, attachments or other devices that are not included in the inventory of equipment; Repair of damage resulting from accidents, transportation between Government sites (by other than contractor/authori zed personnel), negligence, misuse, failure of electrical power, air conditioning, humidity control, or causes by an Act of God; There shall be no additional charges for the following maintenance items, Replacement of parts for equipment covered under this contract or covered under a manufacturers warranty, unless such parts are required due to the fault or negligence of the Government or acts of God; Preventive maintenance when required by component manufacturer as required; On-site maintenance; Time spen t by maintenance personnel after arrival at the site while awaiting the arrival of additional maintenance personnel or delivery of parts, etc., after service call has commenced; Maintenance on the system when the manufacturer required preventive maintenanc e preceding the malfunction had not been performed, unless preventive maintenance was omitted at the Governments request or the technical solutions provider was denied access to the equipment and; On-site maintenance required within a consecutive 48-hour period due to a recurrence of the same malfunction. On-Site Technical Support: The Technical Solutions Provider must provide escalation technical support in addition to back up on-site technical support for escalated issues. The equipment may be in diff erent locations throughout the state especially during disaster/recovery events. Therefore, the technical solutions provider shall have technical backup personnel available to respond to the affected location in not more than 8 hour during the warranty pe riod. The Technical Solutions provider shall provide names and contact information to the FLNG. The technical solutions provider is preferred to have documented experience with the National Guard communications systems at both the State and National level s. Deliverables: The Government requires delivery of a prototype system for each of the Mobile Incident Site Systems, the Air Mobile Incident Site Systems, and the Truck Mounted Incident Site Systems within 90 days from design meeting (meeting to be conduc ted within but not later than 30 days of contract award date). Up to three additional systems in each configuration are to be completed and delivered by September 1, 2007 contingent on available funding. If additional funding becomes available, a more det ailed delivery schedule shall be developed between the government and provider. Operator training shall be completed not later than September 30, 2007. The technical solutions provider shall provide the following deliverables, as scheduled: Hardware conne ctivity schematics (terrestrial site) CA + 30 days; Information flow diagrams for the terrestrial site (Robert F. Ensslin National Guard Armory in St. Augustine, Florida,) CA + 30 days; Detailed capabilities description (Mobile Incident Site Systems and Ai r Mobile Incident Site Systems), Bills of material (Mobile Incident Site Systems, and Air Mobile Incident Site Systems) and Pricing (Mobile Incident Site Systems) and (Air Mobile Incident Site Systems) BCA; Hardware connectivity schematics (description Mo bile Incident Site Systems and Air Mobile Incident Site Systems) (Must include roof layout and any alternate dish/trailer design if applicable) and Information flow diagrams for Mobile Incident Site Systems and Air Mobile Incident Site Systems CA + 30 day s; Deliver 1st prototype of each system DM (w/i 30 of CA) + 90 days; Form factor, and rack elevation diagrams, roof equipment design plans, space and rack management plans, and space management plans for the Mobile Incident Site Systems and Air Mobile Inci dent Site Systems and Identify anticipated recurring costs for all components, including maintenance contracts, satellite time, staffing costs, training costs, and operational costs CA + 30 days; Manufacturers warranty, handling of warranty issues by Solutions Provider during the term of engagement Maintenance and Support SD + 1 yr; Two Operator/maintenance manuals per Set 15 Day before Delivery; Operator and s ustainment training plan and Maintenance support plan to include complete component serial number list DM + 120 days; Approval of Prototype, subsequent systems will be delivered Within 30 days of receipt; Operator Training will be conducted following recei pt of all systems NLT 30 Sep 2007 and; DITSCAP Documentation (See Task 3) DM + 180 days (BCA = Before Contract Award (Included as part of the proposal, SD = System Delivery, DM = Design Meeting, CA = Contract Award) In all cases existing FLNG equipment and resources may be incorporated to minimize capital cost and maximize functionality and operational efficiency. * The Government will allow the contractor to use GSA Schedule under FAR 51. This is not a Request for Proposals and this notice in no way commi ts the Government to award a contract. The Government does not intend to award a contract based solely on this submission to this Sources Sought Market Research Notice nor does it intend to pay for any costs incurred in response to this announcement. All inquiries concerning this announcement shall be directed to MAJ William L. Markham. Please no telephone calls regarding this notice. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-JAN-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-JUN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN06R0006/listing.html)
 
Place of Performance
Address: USPFO for Florida 189 Marine Street, St. Augustine FL
Zip Code: 32085-1008
Country: US
 
Record
SN01328614-F 20070628/070626223059 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.