Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2013 FBO #4249
SOLICITATION NOTICE

D -- Presolicitation Notice for Information Management Communications Systems(IMCS) III

Notice Date
7/11/2013
 
Notice Type
Presolicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
ACC-APG - Fort Huachuca, ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS-13-R-0004
 
Response Due
8/12/2013
 
Archive Date
9/9/2013
 
Point of Contact
KIMBERLY JOHNSON, 520-538-3573
 
E-Mail Address
ACC-APG - Fort Huachuca
(k.johnsonriggins@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
In accordance with FAR 5.204, this is a pre-solicitation notice for the U.S. Army Contracting Command (ACC) Aberdeen Proving Ground (APG), Huachuca Division, in support of the Network Enterprise Technology Command (NETCOM) Information Management Communications Systems III (IMCS III) acquisition. This acquisition is for non-personal Administrative Telephone Services (ATS) and Information Technology (IT) support services consisting of unified capabilities, wired telecommunications, voice, video, and data services for state-side Network Enterprise Centers (NECs) communication systems. NECs are responsible for executing and implementing Command, Control, Communications, Computers, and Information Management (C4IM) common-user policies, standards, architectures, programs, plans and budgets for communications and communications support, visual information, information assurance (IA), and automation support. This is a notice of intent and does not constitute a solicitation or obligate the Government to award a contract. No response to this notice is required. Support services for this acquisition will provide all qualified personnel, equipment other than Government furnished equipment, tools, materials, vehicles, management, and other items and services necessary to operate and maintain NEC classified and unclassified communication systems at various locations throughout the United States. Required support and services will include the following: Administrative Telephone Services (ATS) such as Switchboard Console Operations; Inside Plant (to include Tier I and II support); Customer Services (Telephone); Outside Plant (Cable), Cable Audits; Information Technology Services (ITS) such as: Network Administration, installation and engineering, and System Maintenance(classified and unclassified); Help Desk Assistance; hardware and software installation, hardware and software troubleshooting; web master support; Video Teleconferencing (VTC) support to include establishing and scheduling of VTCs (classified and unclassified); Technical Control Facility (TCF) operations and maintenance (O&M) to include the TCF matrix switch); Voice Over Internet Protocol (VoIP/VoSIP) (classified and unclassified); Configuration Management of the installation infrastructure to include creating and updating drawings using Computer-Aided Drawing (CAD) engineering support; Radio Systems which includes: Land Mobile Radio (LMR) Network Management, Towers, and Control System (Master Controller) Management. The contractor shall also be required to provide materials, overtime, travel and per diem, and training in support of requirements as needed. Operations and Maintenance (O&M) will include all actions taken by the contractor to operate and maintain equipment and systems in a serviceable condition or to restore to a serviceable condition to include purchasing of commercially available parts, inspection, periodic testing, adjustment, repair preventative maintenance, and other routine work to optimize the life expectancy of the telephone systems. Individual task orders shall specify requirements in detail and provide any pertinent information relative to each site. It is anticipated this solicitation will result in the award of an estimated five (5) to seven (7) firm fixed price/cost reimburseable hybrid multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contracts with a one-year base ordering period and four (4) one-year ordering option periods. The North American Industry Classification System Code (NAICS) for this acquisition is 517110, Wired Telecommunications Carriers. This acquisition will be conducted as a competitive total Small Business set-aside and will be awarded under FAR Part 15. The Request for Proposal (RFP) will be posted to the Army single Face to Industry (ASFI) and FedBizOpps websites late July 2013 to early August 2013. Proposals will be due 30 days after release of the RFP. Offerors will not be reimbursed for any costs associated with proposal preparation. Questions may be addressed ONLY by email to carlos.j.reed.civ@mail.mil and kimberly.s.johnson-riggins.civ@mail.mil. All prospective offerors are responsible for retrieving updated information via ASFI or FedBizOpps, to include but not limited to: industry questions and responses and, once posted, the solicitation with attachments and any amendments thereto. No telephone or written requests for the solicitation package will be accepted. Prospective offerors are encouraged to ensure registration in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. SAM registration must be completed to be considered eligible for award. Representations and Certifications must also be updated via SAM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7196ffac15561da1d2fae1801875e316)
 
Place of Performance
Address: ACC-APG - Fort Huachuca ITEC4 Contracting, Bldg. 61801, Room 3212 Fort Huachuca AZ
Zip Code: 85613-5000
 
Record
SN03114418-W 20130713/130711235747-7196ffac15561da1d2fae1801875e316 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.