Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

D -- MTARNG Fort Harrison Wireless Project

Notice Date
9/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Montana, USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
 
ZIP Code
59604-4789
 
Solicitation Number
W9124V08T0014
 
Response Due
9/25/2008
 
Archive Date
11/24/2008
 
Point of Contact
Christopher C. Lende, (406)324-3403<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Proposals, warranty information and price quotations are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This acquisition is a total small business set-aside. The North American Industry Classification System (NAICS) codes is 238210 with small business size standards of $14M. STATEMENT OF WORK 1.SUMMARY MT ARNG is requesting proposals to engineer, furnish, install and test a capability to provide a secure Wireless solution in several buildings and ranges at Ft. Harrison, (Helena) MT. Must be compliant with the DOD Wireless Security Technical Implementation Guide (STIG) indoor and Mesh Wireless solution. Equipment must be Cisco in order to ensure full compatibility with the MTARNG Network. Anticipated Cisco Bill of Materials (BOM) located in Part 2.6. 2.WIRELESS SCOPE OF WORK 2.1.Cabling and Infrastructure The following cabling and infrastructure shall be provided by the contractor in order to support the installation of the wireless access points. This should include all labor, equipment, and material, including electrical wiring, connectors, and mounting hardware in support of the solution at the following locations: HAFRC: "4 drops to grid location J17 (classrooms); assume Cat5e plenum runs no more than 300ft to the comm closet "4 drops to grid location G18-G19 (assembly); assume Cat5e conduit runs no more than 300ft to the comm closet; one core penetration and seal through cinder block may be required BOQ1 "8 drops in building; assume Cat5e plenum runs no more than 300ft to the comm closet BOQ2 "8 drops in building; assume Cat5e plenum runs no more than 300ft to the comm closet Dormitory "6 drops in building; assume Cat5e plenum runs no more than 300ft to the comm closet RTI "7 drops in building; assume Cat5e plenum runs no more than 300ft to the comm closet Ranges (four total) "Supply and install mast to building and ground, attach AP to mast and ground; 1 conduit run of Shielded outdoor-rated Ethernet (CAT5e or better) cable with 0.2 to 0.35 in. (0.51 to 0.89 cm) diameter or as an option look at running 120VAC circuit directly to the AP with a service disconnect. Flag Hill "Supply and install one mast, height to be determined by the solution, with one concrete base with 120VAC circuit directly to the AP with a service disconnect. Antennae Mast "An antennae mast must be strong enough to support wind loads and weight of equipment of up to 8 wireless antennas. "Height must allow for clearance of signals to reach all destination end points "Electrical wiring from nearest accessible power to mast "Two (2) 120 volt 20 amp circuits with waterproof electrical connections at the height needed to accommodate the antennas. "One (1) 120 volt 20 amp waterproof connection at ground level "All construction must meet all applicable codes and regulations and pass an inspection by Fort Harrison Facility engineers 2.2.Wireless AP Install The wireless APs that are part of the BOM should be installed in the locations identified above This should include all labor, equipment, and material, including electrical wiring, connectors, and mounting hardware in support of the solution at the identified locations in the section above. "Install Mount seven (7) mesh and thirty-eight (38) indoor APs with contractor and AP provided mounting hardware and t-bar hangars. "Mount and align all antennas to APs "Connect APs to Cat5e cabling or AC power "Verify successful power on self test of each AP. 2.3.Wireless Installation and Configuration The contractor will install and configure the WLAN Controller and APs to support QOS features, voice and data VLAN parameters, and security. The following tasks should be performed: "Install and configure the two (2) WLAN controllers to manage all APs in the solution. "Configure all APs according to information gathered during the planning phase including voice, data, FIPS and WPA2 security features. "Configure guest access wireless VLAN separate from the internal secure wireless VLAN "Install and configure in FIPS mode with the Cisco Secure client on no more than (5) GFE computers and verify SSO and CAC capability. "Install and configure WCS wireless management software on MT ARNG provided server 2.4.Documentation As part of the solution documentation identifying the overall configuration, version information, individual component configuration, and geographic data will be provided by the contractor. This documentation should include but not limited to: "Complete and present final installation documents, training documents, testing documents, configuration documents, drawings, site hardware, software, licensing, versioning inventory, warranty "Document Network Diagrams "Document Power Diagrams "Support Services, Warranty Service Plan information for warranty and support on all components "The as-built network diagram "Specific changes made to each product from their out-of-box state "Results of show config from the router and all switches "Troubleshooting aids "Unique configurations "Troubleshooting guidance for those unique configurations "Test results "Recommendations "Templates for future enhancements "Templates for ordering "Templates for upgrade 2.5.Knowledge Transfer and Orientation On the job training will be required for local personnel on configuration of all components of the wireless solution including the controllers, indoor and mesh APs, and the management software. 2.6Anticipated Cisco Bill of Material ProductDescriptionQuantity AIR-WLC4402-50-K9 AIR-WLC4402-50-K94400 Series WLAN Controller for up to 50 Lightweight APs2 AIR-PWR-CORD-NAAIR Line Cord North America2 Included: SWLC4400K9-32Cisco Unified WLAN Controller SW Release 3.22 Included: SWLC4400K9-32-ERWLAN Controller Emergency SW for 44002 AIRWLC4400FIPSKIT=FIPS Kit WLC 4400 Spare2 CON-SNT-WC440250SMARTNET 8X5XNBD 4402-50 WLAN Controller2 WCS-STANDARD-K9 WCS-STANDARD-K9WCS Top Level SKU for AP capacity options.1 WCS-APLOC-100Option Of WCS-Standard-K9 100 APs Location. License Only.1 CON-SAU-WCSAL1CSW APP SUPP + UPGR WCS Location License for 100 APs1 CON-SAU-WCSSTDK9SW APP SUPP + UPGR WCS Top Level SKU for AP capacity option1 SSC-FIPS SSC-FIPSSoft Bundle for SSC and FIPS Drivers50 AIR-SC5.0-XP2KSW Client 5.x wired and wireless devices50 AIR-SC5.0-XP2K-L1Specified seat count up to 25050 CON-SAS-AIRSC50XSW APP SUPP SW Client 5.x wired and wireless devices50 CON-SAS-AIR5XL1SW APP SUPP Specified seat count up to 25050 AIR-SSCFIPS-DRV3eti driver for Cisco Secure Services Client (SSC) FIPS50 AIR-SSCFIPS-DRV-L1Specified seat count up to 25050 SP-PRODUCTS-TERMSBuyer Acceptance of SolutionsPlus Terms and Conditions50 CON-SAS-SSCFIPSSW APP SUPP 3eti driver for Secure Services Client50 CON-SAS-SCFDL1SW APP SUPP Specified seat count up to 25050 AIR-LAP1522AG-A-K9 AIR-LAP1522AG-A-K9802.11a,b/g Outdoor Mesh AP, FCC Cfg7 AIR-1520-BATT-6AH1520 Series Battery Backup System7 AIR-ANT2480V-N2400-2483.5 MHz, 8.0 dBi Omni Ant. with N Connect21 AIR-ANT5180V-N4900-5850 MHz, 8.0 dBi Omni with N Connect2 AIR-ANT58G10SSA-NAironet 5.8 GHz 9.5 dBi Sector Antenna5 Included: SWLAP1520-IOS-K91520 Series AP Software Image - IOS7 CON-SNT-LAP152AASMARTNET 8X5XNBD 802.11a,b/g Outdoor Mesh AP, FCC Cfg7 AIR-ACCPMK1500=Aironet 1500 Pole Mount Kit7 AIR-CORD-R3P-40NA=1520 Series AC Power Cord, 40 ft. N. Amer Plug7 AIR-LAP1252AG-A-K9 AIR-LAP1252AG-A-K9802.11a/g/n-d2.0 2.4/5-GHz Mod Unified AP; 6 RP-TNC; FCC38 AIR-PWRINJ4Power Injector - 1250 Series38 AIR-PWR-CORD-NAAIR Line Cord North America38 AIR-CONCAB1200Console Cable for 1130, 1200, 1230, 1240, 521, 12505 S125RK9W-12410JACisco 1250 Series IOS WIRELESS LAN LWAPP RECOVERY38 CON-SNT-LAP1252ASMARTNET 8X5XNBD 802.11a/g/n-d2.0 2.4/5-GHz Mod Unified A38 512A-BHCErico 512A with BHC mounting clip; Box of 501 AIR-ANT2430V-R=2.4-GHz 3 dBi Triple Omni Antenna 3 RP-TNC; Spare38 AIR-ANT5140V-R=5-GHz 4 dBi Triple Omni Antenna 3 RP-TNC; Spare38 3.QUALITY CONTROL PLAN AND KEY PERSONNEL 3.1.Engineering Resources and Expertise Certain skilled experienced professional and/or technical personnel are essential for accomplishing the work to be performed. Key personnel are all individuals who will be supporting this requirement in a primary capacity, to include full and part-time personnel. These personnel should be certified in Cisco wireless, and the Company should be a Cisco Gold partner that holds certifications for specialization in Cisco wireless. The Contractor shall provide a project manager who will be responsible for the performance of the work. The name of this person, and an alternate who will act for the contractor when the manager is absent, shall be designated in writing to the COTR. The project manager should utilize a company registered ISO 9001:2000 plan and hold a PMP certification from the Project Management Institute (PMI). PMI methodologies should be followed for all aspects of the service engagement. 3.2.Quality Control Plan The contractor should have a documented quality control assurance process and describe that approach to ensure successful implementation of the wireless solution. 4. CONTRACTOR INVOICES / PAYMENT 4-1.The Contractor shall invoice for services against the respective contract line item (CLIN). Each invoice shall include the CLIN number, service/maintenance date, type and number of equipment serviced, and any additional repairs/parts expense. The Contractor is encouraged to submit invoices within seven days of the completed service. 5. ENTRY TO FORT HARRISON 5-1. Fort Harrison, Helena, Montana is a closed Fort. Contractor personnel while working on the installation may obtain a temporary visitors pass at the Front Gate; each individual must have an accepted form of photo identification. Warranty period shall be confirmed to be one year after acceptance. FOB - Destination. The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this announcement and are available at www.arnet.gov: 52.212-1, Instructions to Offerors--Commercial Items; 52.212-3, Offeror Representations and Certifications--Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; 52.214-34 Submission of Offers in the English Language; 52.214-35, Submission of Offers in U.S. Currency, 52.219-6; Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52,232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.244-6, Subcontracts for Commercial Items and Commercial Components; and 52.245-2, Government Property (Fixed-Price Contracts). Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Offerors may visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Proposals will be reviewed to determine which one represents the greatest value, price and other factors considered. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the best value to the Montana National Guard in terms of the following evaluation criteria: 1. Ability to meet the technical requirements. Provide examples of as-built drawings and documentation from two projects of similar complexity. 2. Resumes of personnel. Provide resumes of Project Manager and Technicians proposed for use under this contract.3. Warranty and Price. The evaluation criteria are listed in descending order of importance. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. Proposal submission requirements follow: Due to the abbreviated timeframe, electronic/email quotations shall be accepted no later than 1:00 p.m., Mountain Standard Time, September 25, 2008, and be clearly marked with Request For Quotation Number W9124VT0014. Offerors are hereby notified that if your quotation is not received by the date and time and at the location specified in this announcement that it will be considered late. Offers may also submit a hard copy to the USPFO for Montana, ATTN: CPT Lende, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789. Offers by telephone transmitted facsimile (fax) will not be accepted. If you have any questions, please contact CPT Chris Lende at 406-324-3403 or email christopher.lende@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=28d3caafca0cce6fbac161c911b43570&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Montana 1956 Mt Majo Street, P.O. Box 4789 Fort Harrison MT<br />
Zip Code: 59636-4789<br />
 
Record
SN01679655-W 20080925/080923221807-28d3caafca0cce6fbac161c911b43570 (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.