Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOURCES SOUGHT

D -- Operations Center and Conference Room Effort

Notice Date
7/14/2010
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design 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
WHCA2010-01
 
Archive Date
8/18/2010
 
Point of Contact
Jacqueline D Johnson, Phone: 618-229-9351, Virginia A McCann, Phone: 618-229-9720
 
E-Mail Address
jacqueline.johnson@disa.mil, Virginia.McCann@disa.mil
(jacqueline.johnson@disa.mil, Virginia.McCann@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
ISSUE DATE: July 14, 2010 DUE DATE FOR RESPONSES: Aug 3, 2010 SUBMIT RESPONSES TO: jacqueline.johnson@disa.mil (618)-229-9351 QUESTIONS DUE DATE: July 21, 2010 See below Section 5 entitled "REQUESTED CONTENT OF RESPONSES TO THIS SOURCES SOUGHT NOTICE" for submittal content instructions. SECTION 2. INTRODUCTION This is a Sources Sought notice. It is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information, for planning purposes, regarding: (1) the availability and capability of qualified sources to perform the work described below; and (2) the size classification of the available and capable sources relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method. The Primary NAICS code for this planned acquisition is 541512. As this is an integration acquisition, other NAICS Codes that may be required in support of the effort include but are not limited to: 541330, 541410, 236210, 238210, and 541420. Pursuant to 48 C.F.R. Part 10, the Government is conducting market research to: • Determine what sources exist that are capable of satisfying the Government's requirements as listed below, • Determine the capabilities of potential contractors or subcontractors, • Determine the size and status of potential sources, • Determine the potential staffing needs, and • Determine the level of competition. SECTION 3. BACKGROUND The Operations Center and Conference Room modernization project aims to design, develop, produce, and deploy a functionally improved work area design to fulfill requirements identified in a Statement of Requirements. Once implemented, requirements will enhance day-to-day operations, and to enable a higher degree of Command and Control (C2) Operations fidelity. The end state for this project is to have fully integrated Operations Center and Conference Room with the capabilities to push and pull information from remote locations. The purpose for this Sources Sought announcement is to conduct market research to identify parties having an interest in, and the resources to support this requirement. This document contains a list of specific technical and product delivery requirements necessary for successful performance of the work. Interested parties' responses regarding these requirements addressing their experience and capabilities will be used to determine the availability of potential businesses and their current capabilities. Interested parties whether contractor or sub-contractor are encouraged to respond to each requirement. The following section describes the specific task areas contemplated. DISA anticipates responses from interested parties with demonstrated understanding of each task area and ability to provide with or without subcontract all functional capabilities for each technical area. Qualified respondents will be notified of any subsequent solicitation. Note: The subject work is not currently being performed under an existing contract. SECTION 4. DRAFT SCOPE OF WORK AND TASK AREA DESCRIPTIONS SCOPE The Operations Center and supporting Conference/Briefing room located in the Special Missions Command (SMC), require design, engineering, and modernization. The upgrades shall improve the current working environment for the identified areas and produce atmospheres that enhance situational awareness throughout the Agency. Additionally, they will provide the DISA Facility Commander and Staff a means to disseminate information clearly, articulately, and in a professional manner from an alternate location. The scope of this project requires a modernization effort for interior renovations and new technology acquisitions and implementations. The goal of this modernization effort is to construct a more capable Operations Center with a technology integrated Conference/Briefing room. Products needed may include, but are not limited to, facility components, walls, ceilings, lighting, command console furniture, technology- integrated conference table, chairs, and storage solutions. Technology components needed may include, but are not limited to, remote Information Technology (IT) capabilities, secure video teleconferencing solutions, improvements to cable feeds for access to public newscasts, audio-visual (AV) displays, audio-video distribution systems, and visual management tools and systems which would create a more functional work area. PLACE OF PERFORMANCE. • Work is to be accomplished at Navy Support Facility (NSF) Thurmont, MD. • All Plans and Design work will be accomplished on government provided Secret Network PCs at Navy Support Facility (NSF) Thurmont, MD, or at an alternate DISA Facility located at the Anacostia Annex, DC. • Contractor will reside off base and drive to and from work. Any travel or time costs incurred gaining access to the actual worksite will not be paid by the government. • Installation services shall be performed Monday through Thursday (6am - 4pm). • The Contractor shall manage all travel arrangements and deliveries. Alternate Place of Performance - Contingency Only. Contractor employees may be required to work at home, another approved activity within the local travel area or at the contractor's facility in cases of unforeseen conditions or contingencies (e.g., pandemic conditions, exercises, etc.). Any equipment such as laptops or phones provided to Contractor personnel shall be returned at the termination of the engagement or at another time mutually agreeable to both parties. Contracting Officer Representative (COR)/Task Monitor (TM) approval is required. Contractor shall prepare all non-classified deliverables and other contract documentation utilizing contractor resources. When authorized by the Contracting Officer Representative (COR)/Task Monitor (TM), the contractor shall prepare all classified deliverables and other classified contract documentation utilizing contractor-owned classified resources. To the extent possible, the contractor shall use best efforts to provide the same level of support as stated in the SOW/PWS. In the event the services are impacted, reduced, compromised, etc., the Contracting Officer or the contractor may request an equitable adjustment. PERIOD OF PERFORMANCE The period of performance will be for the period of 180 days, following the contract award date. As directed by the COR/TM, the contractor shall continue performance in emergency or mission essential conditions. OBJECTIVE The objective of this procurement is to award a design-build contract that allows one entity (designer and builder) to provide architectural/engineering, technology schematics, and modernization activities to be conducted simultaneously. DELINEATION OF CONTRACTOR TASKS Contemplated task area descriptions follow: In pursuit of this effort, the DISA facility anticipates completion of the following tasks: The modernization effort is a turnkey approach. This SOW will identify the most feasible, productive, and efficient working environment based upon the identified requirements, as well as serve as a benchmark for the Implementation Phase against which the contractor's performance will be measured. The office equipment modernization effort may remove and demolish, modify, upgrade, or replace the existing equipment with an ergonomic work space which incorporates industry best practices that have proven successful in similar scenarios. The IT modernization may modify, upgrade or replace the existing equipment with leading edge technologies, while maintaining complete interoperability with legacy equipment, systems, protocols and interfaces. Solutions should allow for seamless integration of new technology in the future, i.e., provide an open, non-proprietary architecture through the judicious use of commercial off-the-shelf technology while maintaining interoperability with legacy and current systems. The ability to non-obtrusively monitor; test, and configure/reconfigure and provision telecommunications services from both local and remote operations centers is the future goal of this project. 1.0 Task 1 - Design Work Combine several partially completed designs with a list of design deficiencies, all provided as Government Furnished Information (GFI), and develop a completed set of designs that will meet the stated objectives. The contractor shall develop a design that will incorporate the following functions: • Develop a room that is functional for Senior Executive functions (Video Teleconferencing (VTC), Office Space) • Develop a conference room for up to 15 people with VTC connections • Capability to maintain classes, for up to 25 people • Design for Facility Operations. • Redesign furniture and layout to optimize space utilization and operational effectiveness. • The project will be accomplished within an area of approximately 40 x 40 foot. • Redesign and consolidate rack and/or cabinet locations within the space. 1.1 Construction Design The contractor shall provide a complete set of Architectural, Mechanical and Electrical designs for government review and acceptance at 100% design. These designs shall include Demolition plans. These designs shall comply with generally accepted industry standards in format and content. 1.1.1 Heating Ventilating and Air Conditioning (HVAC) The contractor shall survey the existing HVAC system serving the construction area. The existing system shall be utilized with no expectation of modification. Any deficiencies found will be forwarded to the site facilities division for possible corrective action. Any modifications made to the system by the facilities division during the course of the project will be reflected in the 100% designs and the as-built designs. 1.1.2 Fire Systems The contractor shall survey the existing Building Fire Alarm system, the Sprinkler system, and the FM-200 Suppression System serving the construction area. The existing systems shall be utilized with no expectation of modification. Any deficiencies found will be forwarded to the site facilities division for possible corrective action. Any modifications made to the system by the facilities division during the course of the project will be reflected in the 100% designs and the as-built designs. 1.2 IT/AV/Communications Infrastructure Design The contractor shall provide a complete set of IT/AV/Communications Infrastructure Designs for government review and acceptance at the 100% design. These designs shall include cable and circuit identification as required by the DISA Facility Telecommunication Standards and Information Papers (to be provided as GFI). These designs shall comply with generally accepted industry standards in format and content. a. Equipment Cabinets. Equipment cabinets in the Tech Closet area will be provided as Government Furnished Equipment (GFE) and will be pre-installed in their intended locations.. 2.0 Task 2 - Operations Center Build the required infrastructure, technology and space configuration to provide a fully functional, 24x7 Operations Center, including secure and non-secure workstations to 4 work positions. 2.1 Technology Integrated Workstations Build an Operations area within the space to include technology integrated workstations and furniture. The following types of equipment will be integrated Keyboard Video Mouse (KVM) Switches Network Personal Computers (PCs) Monitors Universal Serial Bus (USB) Keyboard and Mouse Various types of Secure Telephones Voice Over Internet Protocol (VOIP) Phones (Secure and Non-Secure) Microphone w/mute Speakers Commercial Phones Fax machine (Unclass) Workstation Remoting Hardware Color Laser Printers Non-secure Digital Sender 2.2 Provide the following additional requirements: a. All Operations area computers will be Desktop models, which will route through a KVM Switch as required, and will fully support audio connections to individual working positions. b. All (4) four workstation positions require the capability to manipulate two or more separate computers with different security levels with one mouse and one keyboard. c. Design, procure and connect all computer systems in the operations center so they interface with the Display System. The connections must be standards-compliant and interface with all the computer video and audio systems without the use of a proprietary adapter. d. Install a printer/fax/copier/digital sender location. This may be split into multiple machines as needed. e. All computer monitors require the capability of displaying high-definition (HD) resolution of 1920 x 1080 in wide screen format. f. Existing (Desktop Tower) PCs will be provided as GFE, and will be reutilized. Any required hardware or software modifications required for proper integration will be identified and supplied by the contractor. Proposed PC modifications require approval by the government. 3.0 Task 3 - Conference Room Build the required infrastructure, technology and space configuration to provide a fully functional, 24x7 Conference room, including secure and non-secure workstations to 2 fully functional (remoted from OPS area) work positions, and 14 auxiliary positions. 3.1 Technology Integrated Conference Table Build a conference room within the space to include a technology integrated conference table, seating, and furniture to support the following required equipment: VOIP Phones (Secure and Non-Secure) Various types of Secure Telephones KVM Switches Monitors USB Keyboard and Mouse Microphone w/mute Speakers AMX Control Panel 3.2 Provide the following additional requirements: a. The Conference Table requires pop-up Work Area Outlets (WAOs) to support (at each seat position): 1) UNCLASS Network VOIP Phones, 2) UNCLASS Network connectivity and AC Power connections for laptop computers. b. The pop-up WAO's at the far ends of the Conference table requires Video Graphic Array (VGA) and Audio inputs to the Video Display System. These will be used for laptop inputs to the Video Display System for presentations. c. Install (2) two four-zone Light Emitting Diode (LED) clocks with programmable electronic labels on the front wall of the conference room. d. Install a motorized, (in ceiling) drop down video projector along with a motorized, (in ceiling) drop down projector screen for use in classroom operations. The projector will be capable of projecting any video source available to the Video Display System. 4.0 Task 4 - Secure VTC Develop, procure and install a Multi-Classification capable Secure Video Conference (SVTC) System controllable from the conference room head table. A majority of the system engineering, programming, and equipment for the SVTC system will be provided by the DISA/CMS team. This project requires overarching design and integration of the resources and equipment provided by the DISA/CMS Team. 5.0 Task 5 - Video and Audio Distribution System Develop, procure and install a Video Display System with switching capabilities to provide optimal C2 operations for the DISA facility. A majority of the system engineering, programming, and equipment for the Video and Audio Distribution System will be provided by the DISA/CMS team. This project requires overarching design and integration of the resources and equipment provided by the DISA/CMS Team. 6.0 Task 6 - Control System Develop, procure and install a control system that will interact with the Matrix Switch, SVTC System, and the Video and Audio Distribution System. A majority of the system engineering, programming, and equipment for the Control System will be provided by the DISA/CMS team. This project requires overarching design and integration of the resources provided by the DISA/CMS Team. 7.0 Task 7 - IT/AV/Communications Infrastructure Develop, procure and install an IT/AV/Communications Infrastructure capable of supporting multiple classifications of voice and data networks, secure and non-secure analog and digital (VoIP) telephone systems, and other commercial communication systems. 7.1 Cabling a. The copper network cables shall be shielded CAT 6A b. The specified fiber cabling is Multi-mode 50 micron XG (Laser enhanced) and Single-Mode 62.5 micron cables. c. All cables require labeling in accordance with the DISA Facility Policies. 7.2 De-installation / Abatement of Unused Cables and Infrastructure Identification of cabling and infrastructure pathways shall be documented, tagged, and identified for de-installation. Contractor personnel shall accomplish the abandoned infrastructure de-installation with no impact on telecommunication services. 8.0 Task 8 - Facilities Modifications/Upgrades The Contractor shall design, procure and install facilities modifications and upgrades to meet the specifications developed in Task 1. Specific requirements are also listed below. 8.1 Power a. The contractor shall identify the current power capacity and future power expansion load for the supplied equipment cabinets and the construction area. b. The contractor shall redesign the electrical grid for additional load requirements, allowing at least 20% reserve for future additions/modifications. Signed AC Engineering design must pass NSF Thurmont approval. c. The contractor shall identify equipment and circuits requiring emergency or non-emergency power. Signed AC Engineering design must pass NSF Thurmont approval. 8.2 Lighting and Lighting Control The contractor shall design, procure and install overhead room lighting in the designated Operations area, Conference room and Tech Closet. The contractor shall also include a lighting control system capable of control by the AMX control system. AMX programming of the lighting control system will be accomplished by the DISA/CMS Team with overarching integration by the contractor. 8.3 Structure 8.3.1 Walls The contractor shall install sound proofing walls that will absorb white noise. 8.3.2 Storage The contractor shall install storage space for office supplies, books, replacement parts, communications equipment and satchels. The contractor shall install a GSA approved 2-drawer safe for storage of documents/equipment at multiple classification levels. This security container is provided as GFE. 8.3.3 Ceiling The contractor shall ensure the design of the ceiling allows access to HVAC equipment for service and repair. The contractor shall ensure the design of ceiling allows access to overhead cable trays for service, repair, and the capability of adding or abating cables. 8.3.4 Flooring System The contractor shall ensure existing flooring systems are capable of supporting the increased loads of the furniture, the safe, the equipment cabinets, walls, storage systems, and personnel to support a fully manned operational status. The contractor shall upgrade any deficient areas. The contractor shall ensure the design of the flooring tiles allows access to under floor cable trays for service, repair, and the capability of adding or abating cables. 9.0 Task 9- Develop a Final Turn-over packet The Final Project Turnover packet will consist of a comprehensive collection of formatted reports, data and diagrams collected and presented in tabbed or sectioned binder(s) or folder(s) to include all formal documentation standards and information papers that apply to this project; layouts and floor plans; circuit and cable matrices; performance results, lists of materials and a softcopy compact disk (CD) containing all previously listed documents.. 10.0 Task 10 - Accreditation The contractor shall provide all documentation, packages and coordination required to update the existing accreditations and certifications for each network, system or facility requiring them. Separate documents and procedures cover the accreditations and certifications for each network, system, and facility involved in this project. Several networks require accreditations and certifications via DoD Information Assurance Certification and Accreditation Process (DIACAP). Others are covered by Director of Central Intelligence Document (DCID) 6/9 and also DCID 6/3. The facility accreditation and certification also falls under DCID 6/9. The CMS SVTC Network accreditation package will be completed by the DISA/CMS Team with assistance by the prime contractor. Further information on this classified network shall be provided upon contract award. 11.0 Task 11 - Planning The contractor shall provide Project plans, schedules, logistics Support plans and demolition plans as outlined below. 11.1 Project Plan The contractor shall provide to the Government a Project Plan within 30 days of the completion of the initial Site Survey. This project plan shall include: a master schedule in Microsoft Project that details major tasks, sub-tasks, estimated time for completion, resources, a risk identification matrix, risk mitigation plans, a cost tracking/reporting section, a detailed bill of materials and an engineering analysis report which will include current and planned load capacities for Electrical. 11.2 Project Schedule The contractor shall use the GFI provided Work Breakdown Structure (WBS) as the basis for the creation of the Contractor's project schedule. 11.3 Logistics Support Plan The contractor shall develop a Logistics Support plan. The support plan will incorporate DISA Facility Information Systems Division approved Dell platforms and equipment and follow existing logistics support already in place. The support plan will cover all technical and operations manual delivery, will address warranty delivery, will detail coordination activities for equipment deliveries and acceptance by the customer, and will detail the activities needed for the required removals of any equipment from the DISA facility Property Book. 11.4 Demolition Plan A demolition plan will be provided to detail the plans and procedures to remove debris from the work area. 12.0 Task 12 - Other work 12.1 Training The contractor shall develop and conduct required onsite and Computer based training (CBT) courses. 12.2 Test and Evaluation Testing of all installed infrastructure is required in order to insure a healthy and robust telecommunication infrastructure capable of supporting the DISA Facility telecommunication services. The contractor shall conduct infrastructure technical testing to validate system performance. The contractor shall furnish all test equipment, documentation, and personnel training required for testing. The contractor shall provide a technical test plan to the DISA Facility QA prior to the test for approval. The test plan shall include a Requirements Correlation Matrix (RCM) identifying how each requirement shall be validated. The contractor shall provide personnel, test equipment, and other necessary test resources needed to conduct system technical testing. Conformance testing shall comply with American National Standards Institute/Telecommunications Industry Association/Electronic Industries Alliance (ANSI/TIA/EIA) standards. 12.3 Meeting Attendance The contractor shall support Technical Information Exchange meetings as necessary to discuss activities along with formal status and review meetings. SECURITY All new systems must be located within secure facilities that are properly safeguarded and are maintained by appropriate cleared personnel. The contractor shall ensure the equipment being installed within these facilities must be coordinated and inspected by the DISA Facility Certified TEMPEST Technical Authority. The complete system must also be certified and accredited by the DISA Facility Information Assurance Manager. Information Security All documents pertaining to the creation of the project designs, the final designs, and the project Turnover package (including the CDs) shall be classified as "SECRET" beginning at project start. The contractor will develop engineering drawings using government furnished AutoCAD 2010, Microsoft Visio 2007, or other Government approved software. Physical Security All locations where equipment is installed and safeguarded will be in accordance with DoD Instruction 5200.1-R, Information Security Program. All Top Secret SCI equipment or material installed will be in compliance with DCID 6/9, Physical Security Standards for Sensitive Compartmented Information Facilities (SCIFs). All processing equipment in secure facilities will be installed in accordance with National Security Telecommunications and Information Systems Security Advisory Memorandum (NSTISSAM) TEMPEST 2/95, Red/Black Installation Guide and National Security Telecommunications and Information Systems Security Advisory Instruction (NSTISSI) 7003, Protective Distribution Systems (PDS). a. Physical room structure must be returned to SCIF physical standards in accordance with DCID 6/9, Physical Security Standards for Sensitive Compartmented Information Facilities (SCIFs). Of particular note, if any additional pipe or pathway is introduced into the SCIF space, the path must have a non-conductive break; any penetrations into the area will need to be sealed. b. All current security system hardware will remain in place during the demolition/renovation phase. The contractor shall keep the PM, Facility Security, and SMC informed if this is not possible or will present a problem. c. The SCIF space will be secure at the end of the workday during the construction phase. The contractor shall keep the PM, Facility Security, and SMC informed if this is not possible or will present a problem. d. All communications systems must be installed in accordance with NSTISSAM TEMPEST 2/95, Red/Black Installation Guide. Personnel Security All new systems must be properly safeguarded and maintained by appropriate cleared personnel. System installation shall be accomplished in accordance with the DISA Facility security guidelines, to include: (a) use of appropriately cleared personnel, (b) adherence to screening procedures and (c) follow all published Agency Standard Operating Procedures. The nature of the work may require onsite contractor personnel to maintain a current Top Secret/ Sensitive Compartmentalized Information (SCI) clearance and have had a Single Scope Background Investigation (SSBI) accomplished within the last 36 months upon entry into the agency. Onsite contractors and offsite contractors working on designs (facility or system designs) may also be cleared for Presidential Support Duty (PSD). Additionally, in accordance with DODI 5210.87, Selection of DoD Military and Civilian Personnel and Contractor Employees for Assignment to Presidential Support Activities (PSAs), all personnel assigned on a permanent or full-time basis must possess: a. U.S. citizenship. b. High degree of maturity, discretion, and trustworthiness. c. Unquestionable loyalty to the United States. d. Satisfactory past and present duty performance. Interim clearances will not be accepted. The following criterion disqualifies personnel for employment under this contract: a. Conviction by court-martial or imposition of punishment for a serious offense under Article 15 of the Uniform Code of Military Justice (UCMJ). b. Administrative separation instead of court-martial. c. Frequent arrests by law enforcement agencies, including driving while intoxicated, which indicate irresponsibility or disrespect for the law. d. Conviction of a serious offense under State or Federal law. e. Use of any non-prescription narcotic, psychoactive substance (other than marijuana), or dangerous drug to include illegal or improper use, possession, transfer, sale, or addiction to any narcotic, psychoactive substance, or other dangerous drugs (including abuse of prescription drugs) within 10 years of assignment to Presidential support duties. The following criteria may (at the government's discretion) disqualify personnel for employment under this contract: a. Acts that may tend to indicate poor judgment, unreliability, or untrustworthiness, or lack of suitability for Presidential support duties. b. Imposition of punishment under Article 15, UCMJ for a minor offense. c. Immediate family is citizens of another country. Immediate family under this Instruction includes spouse, offspring, living parents, brothers, sisters, or other relatives or persons to whom the individual is closely linked by affection or obligation. It must be determined that family members are not subject to physical, mental, or other forms of duress by a foreign power and who do not advocate or practice acts of force or violence to prevent others from exercising their rights under the constitution or laws of the United States or any State or subdivision thereof. d. Any use of marijuana by active duty military personnel, or current use by civilian personnel or contractor employee, or under the auspices of the "delayed enlistment program." e. An individual who has experimented with marijuana may be nominated for Presidential support duties provided the individual has indicated the intent not to use marijuana or any other narcotic, dangerous drugs, or psychoactive substances in the future. The contracted entity and each individual approved for employment at the DISA Facility are responsible for notifying the DISA Facility security personnel of any change to the above status that may disqualify the individual for employment at the DISA Facility. A minimum of one completed the DISA Facility Security Screening Questionnaire will be required for each person identified for work on this project. Once approved for employment under this contract, personnel will be required to sign briefing forms and a nondisclosure statement (SF 312). The Contractor shall comply with the DISA Facility Instruction 2-202, Control of Access to the DISA Facility Facilities. The Contractor shall be subject to all required physical access rules and regulations while working at a Government installation. The DISA Facility will provide necessary, available and reasonable access to personnel. All persons requiring access to NSF Thurmont will be required to sign an additional Contractor Security Brief, complete a USSS SF 1888 security screening form and sign an additional Non-Disclosure Agreement. SECTION 5. REQUESTED CONTENT OF RESPONSES TO THIS SOURCES SOUGHT NOTICE Interested parties who consider themselves qualified to perform or subcontract the above-listed services are invited to submit a response to this Sources Sought Notice. PAGE LIMIT: Responses shall not exceed 20 pages in length double-spaced with font size twelve or larger. Responses shall clearly: 1. Identify Name, Address, and Point of Contact; 2. Identify Size Standard under each applicable NAICS code. 3. Identify all applicable classifications for your organization, such as: a. Small Business b. Woman-owned business c. 8(a) business d. Large business e. Small disadvantaged business f. HUB Zone business g. SDVOB business h. Non-profit 4. Describe technical capabilities and relevant experience, resources, equipment, and manufacturing processes to perform the work described above by Task Area; 5. Describe possible labor categories, descriptions, and rates you might expect to utilize within each Task Area. (This can be provided as an addendum); 6. Demonstrate understanding of and/or provide examples of successful projects performed that included the following technical skills: a. Capability of designing, developing, producing, and deploying a functionally improved work area design. b. Capability of integrating a conference room with a Secure Video Teleconference System. c. Capability of integrating PC equipment with multiple classifications (to include unclassified and SCI capable networks) into consolidated workstation areas. d. Capability of designing, developing, producing, and deploying a classified and unclassified network and communications infrastructure. e. Capability of providing facility modifications to include walls, ceiling, and flooring. f. Capability of providing electrical design and installation to include lighting control systems and cabinet power systems. g. Capability of providing custom design, production and installation of conference tables and workstations (millwork). h. Capability of providing cleared employees at the required clearance levels. i. Knowledge and experience work with AMX Control Systems 7. Provide answers to the following questions: a. How long have you been in business? b. How many employees do you have? c. Have you integrated similar communications, Secure VTC, and network equipment? d. What are your payment terms? e. Have you ever performed on government contracts? f. Do you have available manpower currently cleared for Presidential Support Duty (PSD)? If so, how many can be available for work on this project? g. Do you have TS cleared - SCI capable manpower that can be quickly submitted for PSD? If so, how many can be available for work on this project? h. Do you have cleared manpower at a Secret or below level, capable of supporting this project in an off-site capacity or when escorted onsite? If so, how many can be available for work on this project? Additional documentation such as industry certifications and previous performance may be appended. SECTION 6. NOTES PARTICIPATION IN THE MARKET RESEARCH IN NO WAY INFLUENCES THE SOURCE SELECTION FOR THESE SERVICES. This Sources Sought Notice is not to be construed as a commitment on the part of the Government to award a contract nor does the Government intend to pay for any information or responses submitted as the result of this Sources Sought Notice. As a result of this Market Research, DISA may issue a solicitation at FedBizOpps.gov. Please review this website in the future to locate the related solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/WHCA2010-01/listing.html)
 
Record
SN02205222-W 20100716/100714234655-d861f151f0e971aa2b6e4f9a11b9fe45 (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.