Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2009 FBO #2698
SOURCES SOUGHT

D -- United States Transportation Command (USTRANSCOM) and Information Technology Support of BRAC ADAL USTRANSCOM Facilities

Notice Date
4/14/2009
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
E200084
 
Archive Date
5/13/2009
 
Point of Contact
Lindsey J Mitchell, Phone: 6182299625, Arthur L Kruse,, Phone: 618-229-9773
 
E-Mail Address
lindsey.mitchell@disa.mil, arthur.kruse@disa.mil
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for United States Transportation Command (USTRANSCOM) and Information Technology Support of BRAC ADAL USTRANSCOM Facilities Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: PURPOSE: The purpose of this Request for Information (RFI) is to conduct market research which will be used to formulate an acquisition strategy to procure services relating to the design, installation (both equipment and cabling) and testing of A/V briefing and Video Teleconferencing (VTC) capabilities into various network operations centers, offices, conference rooms, and meeting rooms. As well as the purchase, installation, configuration, setup, and testing of identified command, control, communications, and computer (C4) systems and function support to USTRANSCOM/SDDC to include: installation and configuration of Voice systems to include secure and unsecure Voice over IP (VoSIP, VoIP) computer network support for Nonclassified Internet Protocol Network (NIPRNET) and Secure Internet Protocol Network (SIPRNET), and computer support administration (CSA) for NIPRNET and SIPRNET. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. TARGET AUDIENCE: In particular, only small businesses are requested to respond to this RFI to assist the USTRANSCOM in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition, either as prime contractors or as subcontractors. Sources Sought This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 541519. In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Historically Black Colleges and Universities/Minority Institutions, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable Small Businesses to provide the aforementioned service. Two or more qualified and capable small businesses must submit responses that demonstrate their qualifications to make a determination for a small business set-aside. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 541519 are requested to submit a response to the Contracting Officer within 14 calendar days of issuance of this RFI. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past three years or work that is on-going) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Requested Information: Interested vendors are requested to submit a maximum 6 page statement of their knowledge and capabilities to perform the following: a) The systems shall incorporate High-Definition (HD) projectors, flat-panel Liquid Crystal Displays (LCDs) with speaker systems, voice-lifting, integrated lighting controls, government furnished computers, DVD recorders, Blue-Ray players and program audio systems, secure and non-secure IP VTC capabilities, IP Tuners, network connections, equipment racks, control systems, touch-panels, microphones, audio mixers/conditioners/amplifiers/switchers, audio add-on, power sequencers, proper lighting with integrated controls for touch panel and wall mounted operation, large scale (64x64) fiber audio video matrix switchers, keyboard/video/mouse (KVM) solutions, table pop-up connectors/inserts, wall plates, and complete wiring of all AV and VTC systems as necessary to provide a professional AV solution. The contractor must be an authorized reseller and installer of all equipment used for the installation of this project. b) The contractor will purchase equipment, install, program, and make appropriate connections for secure and non-secure IP VTC systems. The preferred solution will be a dual coder-decoder (CODEC) configuration unless a suitable means of repopulating a single CODEC solution with the IP addresses and address books can be demonstrated. c) All software programming necessary to install the display and projection systems must be accomplished by a manufacturer certified programming technician. d) The installation and configuration of Voice systems to include secure and unsecure Voice over IP (VoSIP, VoIP) computer network support for Nonclassified Internet Protocol Network (NIPRNET) and Secure Internet Protocol Network (SIPRNET), e) The installation and configuration of Both CAT 6 and fiber patch cables. Responses Responses to this RFI are to be submitted by e-mail to Erica.Potthast@disa.mil and RECEIVED by COB 28 April 2009. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Points of Contact Contracting Officer: Arthur Kruse Phone: 618-229-9773 E-Mail: Arthur.kruse@disa.mil Contract Specialist: Erica Potthast Phone: 618-229-9248 E-Mail: Erica.Potthast@disa.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=077f89376d969c31ef35fc9ed2bdad7b&tab=core&_cview=1)
 
Record
SN01792914-W 20090416/090414223005-077f89376d969c31ef35fc9ed2bdad7b (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.