Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOURCES SOUGHT

70 -- Classified/Non-Classified Video Teleconferencing (VTC) Systems and Support

Notice Date
8/21/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_5B262
 
Response Due
8/28/2008
 
Archive Date
9/12/2008
 
Point of Contact
Point of Contact - Christy L Hammett, Contract Specialist, 843-218-5958<br />
 
Small Business Set-Aside
N/A
 
Description
The Classified/Non-Classified VideoTeleconferencing (VTC) Systems and Support Market Survey has been revised to include the requirement for Information Assurance (IA) Certification, in accordance with Department of Defense Instruction Number 8100.3, Page 3, Paragraph 4.1, dated January 16, 2004. The estimated cost of the requirement has been increased to $9,500,000.00. Respondents to the Market Survey dated 10 April 2008 and any new respondents shall submit an Information Assurance (IA) certificate for the companys product by 28 August 2008 to be considered. DESC: SPAWARSYSCEN, Charleston is soliciting information from potential sources for providing Joint Interoperability Test Command (JITC) certified Video Teleconferencing (VTC) solutions that allow the user to switch between secure and non-secure VTC over Integrated Services Digital Network (ISDN). This procurement is for technical refresh, integration, and technical support of existing classified and non-classified VTC sites for the Air Force Reserve Command (AFRC). This notice is for planning purposes only. It is anticipated that a solicitation will be issued for an Indefinite-Delivery, Indefinite-Quantity (IDIQ), Firm Fixed Price contract with task orders. Firms are invited to submit appropriate documentation, literature, brochures and references to support that they possess the required specialized experience and capability to meet or exceed ALL the following requirements: Services are required to provide technical refresh upgrades, site surveys, and upgrades of unclassified to classified sites throughout CONUS. The system solution shall be Communication Security (COMSEC) certified; National Security Agency (NSA) approved that allows government personnel to conduct both classified and unclassified (red/black) VTC sessions. A Joint Interoperability Test Command (JITC) approved console and associated cabling will be used to provide on-screen dialing and use KIV/KG crypto hardware for secure communications. The estimated cost of this requirement is $9,500,000.00 over three years. Responses shall be submitted to SPAWARSYSCEN, Charleston, Code 2.2.5CH, PO Box 190022, North Charleston, SC 29419-9022, attention Christy Hammett or by electronic mail to christy.hammett@navy.mil. Responses must include the following: (1) A JITC certification approval letter or a letter of intent from JITC to certify the companys product; (2) Information Assurance (IA) Accreditation certificate for the company products; (3) name and address of firm; (4) size of business; average annual revenue for past 3 years and number of employees; (5) ownership: Large, Small, Small Disadvantage, 8(a), and/ or Woman- Owned; (6) number of years in business; (7) two points of contact: name, title, phone, fax and email; (8) DUNS number and Cage Code (if available); (9) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (10) a list of customers covering the past 5 years: highlight relevant work, including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer point of contact with phone number and email address. Any submissions that do not include the JITC certification and Information Assurance (IA) Accreditation Certificate will not be considered. NOTICE REGARDING SYNOPSIS: This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any follow-up information requests. The Government reserves the right to consider a Small Business set-aside or 8(a) set-aside based on responses hereto. The applicable NAICS code is 334310, with a size standard of 750 employees. Closing date for response is 28 August 2008 at 12:00pm (EST).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5593eef74f49014bfa5ac7d5246afd2f&tab=core&_cview=1)
 
Record
SN01647529-W 20080823/080821222847-5593eef74f49014bfa5ac7d5246afd2f (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.