Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
SOLICITATION NOTICE

D -- System Consolidation

Notice Date
6/13/2011
 
Notice Type
Presolicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8217-11-R-061311
 
Archive Date
6/13/2012
 
Point of Contact
Anthony Monsivais, Phone: 8017771440
 
E-Mail Address
anthony.monsivais@hill.af.mil
(anthony.monsivais@hill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This RFI is intended to identify interesed parties for the following: Please submit a Rough Order of Magnitude/estimated costs and top level, best practice solution ideas. Also please note that this RFI is regarding system consolidation, NOT a personnel consolidation or relocation. This RFI is related to FA8217-11-R-CALLCTR posted on March 3, 2011. 1. Objective: The objective of this Task Order is to Engineer, Furnish, Install, and Test (EFI&T) an Enterprise solution to consolidate all ACC (Air Combat Command) telephone operator functions into two regional call centers (East Coast Call Center located at Langley AFB VA and West coast Call Center located at Beale AFB CA). Offeror shall provide all hardware, software, licensing and training required for the use of the system. The overall objective is to upgrade the existing T-Metrics infrastructure at both call centers required for operator consolidation. 1.1. The host call centers will be used to remotely handle telephone calls for thirteen bases divided between call centers. A key requirement for centralization within ACC is a completely redundant enterprise architecture model where each call center is fully backed-up by the other call center in a COOP fashion. We have identified Beale and Langley for perspective locations. 2. Background: ACC has thirteen bases with operator functions provided under individual contracts. The objective is to improve system reliability and interoperability by implementing a common platform throughout ACC and reduce/eliminate telephone operator positions to reduce total cost of ownership while improving maintainability. Operator services to be centralized include but are not limited to Directory Assistance, Operator assistance, base locator services, morale call services, conferencing, precedence calls and command and control support, senior level support and local information, records maintenance. Due to Air Force restructuring missions, the government retains the right to remove any specific base from this task order. 3. Program Technical Requirement: The solution will integrate with other CITS network management tools and voice network management tools at the enterprise level. It shall be able to share database information with AHAMS, performance monitoring and alarms, security monitoring, and account management data with the CITS Network Management Systems, TMS and AHAMS. The system shall be open and flexible for quick, end-to-end implementation by integrating easily with third-party call center technologies, such as ACDs, CTI middleware, and enterprise resource planning systems, or other third-party applications and hardware. The solution must be able to process operator call data for all Air Force voice systems supporting telephone operator consoles and systems within its region. This includes, but is not limited to, the Nortel MSL-100/CS-2100, Nortel Meridian 1, and Avaya S8700 voice systems. It is important that the solution selected is vendor independent to allow flexibility in major voice system acquisitions. The system must also be capable of supporting IP-based switching systems and IP end points that are JITC certified. 3.1. Place of Performance: Multiple sites 3.1.1. Beale AFB CA. West Coast Call Center (Baseline) 3.1.1.1. Nellis AFB NV (Creech AFB NV) 3.1.1.2. Davis Monthan AFB AZ 3.1.1.3. Ellsworth AFB SD 3.1.1.4. Holloman AFB NM 3.1.1.5. Mountain Home AFB ID 3.1.2. Langley AFB VA. East Coast Center (Baseline) 3.1.2.1. Moody AFB GA 3.1.2.2. Offutt AFB NE 3.1.2.3. Seymour Johnson AFB NC 3.1.2.4. Shaw AFB SC 3.1.2.5. Dyess AFB TX 3.1.2.6. Tyndall AFB FL 3.2. This is a turn-key effort wherein the contractor shall provide all labor and equipment required for successful completion of this task order. The Contractor shall engineer, furnish, install, and test newly installed equipment to OEM, industry and/or AF specifications with the appropriate vendor pass through licenses. Contractor shall provide all hardware, software and licensing required for the use of the system. 3.2.1. Any request or justification for change shall be made to the Contracting Officer in writing and must be approved by the government. 3.2.2 Solution(s) shall be on the JITC certified approved product list or waived by the Office of the Secretary of Defense (OSD). Products currently on JITC testing schedule will be considered. All equipment or system installations shall be at the latest JITC certified software version. 3.2.3. Reserved 3.2.4. Request for delays must be coordinated and submitted per Service Delivery Summary paragraph 6. 3.3. Contractor shall provide a preliminary schedule within 2 weeks (14 calendar days) of award with a final schedule required seven calendar days prior to any on-site work. (DI-MISC-81650) (CDRL A001) 3.4. Project Execution. (DI-MGMT-80227) (CDRL A002) 3.4.1. The Contractor shall coordinate with the 500 CBSS/GBLF and identified site POC a minimum of five business days prior to arrival on-site. 3.4.2. Prior to any on-site work, the Contractor shall provide the Multi-Function Team (MFT) a project coordination call to review all planned efforts and data collection requirements in support of project implementation. 3.4.3. Upon arrival at the site, the Contractor shall conduct a project in-brief with selected members. Contractor shall support and respond to questions regarding issues pertaining to this Task Order. 3.4.4. The Contractor shall identify by name a Provisioning Project Owner (PPO), who will be a prime NETCENTS contractor's employee, responsible as the single point of contact from award to site acceptance with regard to system implementation. The PPO must remain onsite as necessary to assure performance of project. 3.4.5. Testing and Acceptance. The contractor shall identify and provide approved industry and OEM procedures that outline, sequence, and indicate qualifications for system acceptance, i.e. 24-hour burn-in, etc. The testing shall ensure the cabling is fully functional and meets the user requirements. All work shall be accomplished IAW 96th Communications Squadron Systems Wire and Cable Specifications, dated October 2009. The QAP shall be on-hand during the entire testing procedure. Equipment acceptance will be per industry/OEM installation and testing standards, provided the installation testing is successfully accomplished and passed. (DI-QCIC-80511, CDRL A003) 3.4.5.1. Test results shall be reviewed upon test completion and the MFT or QAP member will sign the system test acceptance upon complete satisfaction that the system has passed all the required test procedures. 3.4.5.2. Site acceptance/project completion will be considered as accepted/completed per the Services Summary, paragraph 5 and the successful testing of the installation. 3.4.6. ONLY a QAP shall authorize site acceptance (receipt of a Task Order Manager approved site acceptance form or AF Form 1261, with a QAP signature) showing the site agrees that all testing, implementation and training was successful. Site acceptance is required prior to final invoice. Site acceptance form or AF Form 1261 is required to be submitted as an attachment to the final invoice via Wide Area Work Flow with a shipment number ending with a "Z". 3.5. Delays associated with working on an active military installation are at the Contractor's risk. 3.6. Remote access, if required, must be coordinated with the Multi Function Team. 3.7. Routine work efforts performed under the auspices of this Task Order shall be performed during normal installation operating hours with exception to the cutover. Cutovers and any other service affecting actions must be pre-approved by the government and scheduled during maintenance windows at each site. 3.8. The Contractor shall be responsible for supervision of all contract personnel and performance of all contractor related functions. 3.9. All personnel identified to support this requirement must be trained and/or certified on the systems being installed. Personnel identified to support this requirement must be able to provide training certification upon government request. 3.10. All network topologies in the Air Force are considered both sensitive and proprietary. 3.11. Safety. No personnel presenting potential threats to the health, safety, security, general well being, or operational mission of the installation and its population shall be employed by the contractor during the execution of this Task Order. 3.12. Security Clearance. All contracted personnel shall comply with established security procedures for entering an installation and its facilities, including special security procedures for entry to restricted or controlled areas. The Contractor shall obtain necessary badges or documents required for entry to restricted or controlled areas, if applicable, to meet the requirements of this PWS. The Contractor shall coordinate with the site POC to obtain and return temporary badges and vehicle registrations. 3.13. A System Installation Plan (SIP)/Project Support Agreement (PSA) is required for this task order within 60 days of award or 30 days prior to implementation, whichever is sooner. System must be installed with little or no disruption to existing services. Any disruption of service must be coordinated with the MFT. (DI-MGMT-80033A) (CDRL A004) 3.14. Contractor shall be responsible for storage, staging and deployment of any equipment and materials provided as part of this task order. Contractor shall be responsible for the removal and disposal of only items installed/replaced under this installation and shall comply with all applicable industry rules and regulations. Any equipment removal and/or disposal shall be coordinated with a designated official at the host base communications squadron. 3.15. The Contractor shall have ultimate responsibility for the successful deployment and cutover to the new infrastructure. Any work deemed non-compliant shall immediately be re-worked at the contractor's expense. This task shall include all necessary work required to connect to the existing infrastructure providing a fully functional network solution. 3.16. Warranty period shall begin upon site acceptance, reference paragraph 3.4.6. of this PWS. The Contractor shall provide warranty services for workmanship deficiencies and equipment provided or installed as described and in accordance with paragraph 3.4 of the basic NETCENTS contract for a period of 1 year. 3.16.1 Contractor support shall include all OEM software patches and vulnerability fix solutions as provided by the OEM that occur during the course of the warranty period at no additional cost to the government. 3.16.2 The Contractor shall provide written procedures and required information for warranty services prior to cutover in the site acceptance form or as an attachment to the site acceptance form. This information shall include, but is not limited to written confirmation of the warranty period and phone numbers and contact information/procedures for technical support, troubleshooting assistance, and replacement of faulty cards/equipment. Contractor shall notify site and Hill AFB Program Manager 90 days prior to warranty expiration. 3.17. Configuration Management information shall be provided to 500 CBSS/GBLF and each site awarded as part of this task order in common format. The contractor shall provide as-built documentation including, but not limited to, drawings and diagrams of the solution identifying specific cards in a chassis/shelf. The as-built documentation shall also include any bayface layout drawings, power drawings/specifications, floor plans and engineering specifications generated in support of the installation of the system. Documentation shall also include an equipment listing with serial/model numbers, and manufacturer specifications. (DI-CMAN-81516) (CDRL A005) 3.18. Training shall be provided via On the Job Training by the Contractor and Contractor shall ensure base personnel demonstrate a clear knowledge of the new system configuration and operating capability prior to site acceptance and final invoice. (DI-SESS-81521B-T) (CDRL A006) 3.19. Performance of Services During Crisis Declared by the National Command Authority or Overseas Combatant Commander. Services covered by this task are determined to be non-mission essential for performance during crises according to DoDI 3020.37. However, in the event of a crisis, or a significant emergency is declared, the Contracting Officer will contact the contractor to notify them of the situation and any possible changes to responsibilities. Upon notification, the contractor shall perform special event services due to contingencies, natural disasters, including facility operation on an extended basis up to 24 hours per day, etc, as required. In the event of verbal notification, written confirmation of such notification will be provided within 5 calendar days. If addition costs are incurred under this paragraph the contractor shall have up to 30 calendar days to request equitable contract price adjustment. 4. Technical Requirements: 4.1. Baseline. The objective of this Task Order is to Engineer, Furnish, Install, and Test (EFI&T) an Enterprise solution to consolidate all ACC (Air Combat Command) telephone operator functions into two regional call centers (East Coast Call Center proposed location to be at Langley AFB VA and West coast Call Center proposed location to be at Beale AFB CA). Offeror shall provide all hardware, software, licensing and training required for the use of the system. The overall objective is to provide the design and infrastructure required to upgrade the existing T-Metrics infrastructure and Langley AFB and Beale AFB to support command-wide operator consolidation. Operator call processing for each call center shall be rerouted to the new infrastructure as part of the baseline requirement. The thirteen remaining ACC sites shall be priced as options. 4.1.1. The Contractor shall complete the DoD Information Assurance Certification and Accreditation Process (DIACAP) for a Type accreditation and ensure that the system meets the criteria in DoDI 8500.01E. The contractor will be responsible for loading all information into EITDR to ensure an ATO/ATC is issued. 4.1.2. The Contractor shall implement network IA for the components provided under this task in accordance with all applicable MILDEP and DoD Regulations as applicable to the site. The Contractor shall follow applicable DISA Security and Technical Implementation Guides (STIGs). 4.1.3. The Contractor shall coordinate with the Government on all IA settings prior to implementing the IA settings. The Contractor shall provide network and security configurations; system and equipment warranties; software upgrades; and required DIACAP documentation. The Contractor, in coordination with the Government IA Representative and IA Engineering personnel, shall determine specific IA requirements to be configured prior to the implementation of upgrade components. The Contractor shall perform all recommended IA configurations of components. Note: Cutovers and any other service affecting actions must be pre-approved by the government and scheduled during maintenance windows. 4.2. Spares. All critical spares should be identified and included as part of the baseline. 5. Deliverables: In addition to delivery of technical requirements identified in paragraph 4, the contractor shall deliver all CDRLs IAW DD Form 1423. 6. Service Summary: Performance Objective - Schedule is met with no slippage PWS Paragraph - 3.5, 3.13 Performance Threshold - Schedule is provided in Microsoft Project and Government is notified within 3 business days on all schedule changes Performance Objective - Government is notified on all anticipated delays or deviations PWS Paragraph - 3.2.5 Performance Threshold - Email notifiation is provided to Government within 24 hours of any project impact delay or deviation Performace Objective - Resources are applied to complete task with no rework PWS Paragraph - 3.4.5 Performance Threshold - Project is completed as scheduled and operates without a major failure (greater than 25% of system capability) for 15 consecutive calendar days after acceptance with no rework.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8217-11-R-061311/listing.html)
 
Place of Performance
Address: See Above., United States
 
Record
SN02470814-W 20110615/110613234133-45659261e903c0dd992435becb61862e (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.