Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2008 FBO #2552
SOLICITATION NOTICE

D -- Operations and Maintenance of the Base Telecommunications System (BTS) at Beale AFB CA

Notice Date
11/19/2008
 
Notice Type
Presolicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 38 EIG/PK, 4064 Hilltop Road, Tinker AFB, Oklahoma, 73145-2713
 
ZIP Code
73145-2713
 
Solicitation Number
FA8773-09-R-0008
 
Archive Date
8/31/2009
 
Point of Contact
Jack Kevin Pursell,, Phone: (405) 734-9639
 
E-Mail Address
jack.pursell@tinker.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
SOLICITATION NUMBER: FA8773-09-R-0008 SBA Requirement Number: 0680/09/900233/01 DESCRIPTION: NOTE: This replaces the original synopsis for FA8773-08-R-0190 and the closing date remains the same. The 38th Engineering Installation Group/PKL, Contracting Division; has a requirement for non-personal services in support of the Base Telecommunications Systems (BTS) at Beale AFB CA. These services will include provisions for operation, maintenance and support services such as construction, equipment purchase and installation. Pre-Proposal Conference details will be provided within the solicitation, provision 5352.215-9001, Notice of Pre-Bid/Pre-Proposal. The proposed contract is for a base year of 6 months with four one-year options. Contractor shall perform operation and maintenance on the switching system(s), transmission equipment, ancillary equipment, customer premise equipment (CPE), and the inside and outside cable plant as well as execute work orders. The Dial Central Office Voice Switching System is a MSL-100 with E-Net Super-Node and software version SE06. The switching system is comprised of a DCO switch, RST-1 (Flight Line), RST-2 (Hospital), and RST-3 (Pave Paws) and located at Beale AFB CA, Buildings 2159, 1086, 5700, and 5760, respectively. The switching system is equipped with approximated 7,282 lines, 187 analog trunks, and 58 digital trunks interfaces and wired for 10,240 lines. The DCO has a Nortel SL-100 with SE06 software. The SL-100 switch has approximately 5472 assigned ports (analog/digital) and equipped with 6288 ports. The Billeting Switch Meridian 1 Option 61C with software version 23.19 is located in Building 2159 (C.O.). The switch is equipped with 440 lines, 16 universal trunks, 48 digital trunks interfaces, and wired for 600 lines. The Command Post is located in Building 1086. The Command Post has a SIEMENS AP4300 and HiPath 4000 Communication Server with V2.0 System Manager Server Software. The AP4300 switch is approximately equipped with 24 ports (digital). There are three SONET Networks on base that need to be covered in this contract. 1. Optera Metro 3400 (OC-12) located at DCO Bldg. 2159 and PAVE PAWS Compound Bldg. 5771. 2. Optera Metro 3500 (OC-48) Located at TCF Bldg. 2145 and Flight Line Bldg. 1086 with auxiliary equipment at PAVE PAWS Bldg. 5760, Clinic Bldg. 5800, LMR equipment Shelter Bldg. 26173, Bldg. 2145, and Bldg.1086. 3. Fujitsu Flashwave 4500 (OC-48) Located at DCO Bldg. 2159, Flight Line Bldg. 1086, PAVE PAWS Bldg. 5760, Clinic area Bldg. 5702, and TCF Bldg. 2145 with auxiliary equipment at Bldgs. 1025, 2159, 1086, 11051, 11103, 5760, 5771, 2145, 5764, and 5700. The contractor shall be responsible for the entire SONET Networks to include all auxiliary equipment that makes up the transport system. The Beale AFB CA Base Telecommunication System includes approximately 200 manholes and 300 handholes of various conduit capacities with a cable plant in excess of 1,000,000 feet. Foreign participation is permitted only at the subcontractor level. Copies of the solicitation will be provided to foreign firms only in order that they may pursue subcontracting opportunities. This acquisition is competitively set aside 100% for the Small Business Administration's 8(a) Business Development Program. For this acquisition, a concern will be considered small under North American Classification System (NAICS) code 517110 with Size Standard 1,500 employees. The Government will be using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial items, in this solicitation for the described supplies or services. An ESC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and recommendations to the Contracting Officer for resolution. In addition, AFFARS Clause 5352.201-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The ESC Ombudsman is the ESC Director, Commander's Staff, and can be contacted at: ESC/DS, Bldg 1606, 9 Eglin St, Hanscom AFB, MA 01731, Telephone 781-377-5106, Facsimile 781-377­4659; E-mail: ESC.Ombudsman@hanscom.af.mil. Telephone or verbal requests for the Request for Proposal (RFP) or questions will not be accepted or considered. The RFP will be paperless and will be released using the Federal Business Opportunities (FedBizOps) website at: http://www.fbo.gov only. The RFP will contain files in Microsoft Office and PDF formats. A registration page for the solicitation will be available at the solicitation Web page. All offerors who wish to participate in this solicitation must complete the registration page, which places them on the solicitation source list. Offerors should submit all questions or comments relative to the solicitation electronically only to the Contracting Officers listed above; no other format will be considered or accepted. All information pertaining to this acquisition, including technical (or other) questions and answers will be provided to/through the Contracting Officer ONLY to ensure equal distribution of information to interested parties via FedBizOps. All proposals must be submitted in accordance with the proposal preparation instructions contained within the solicitation. Vendors are required to be registered in Central Contractor Registration ( http://www.ccr.gov/
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e1d9edab0a286569a389e37e9dfb55f6&tab=core&_cview=1)
 
Place of Performance
Address: Beale AFB CA, Beale AFB, California, 95903, United States
Zip Code: 95903
 
Record
SN01707153-W 20081121/081119215359-e1d9edab0a286569a389e37e9dfb55f6 (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.