Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2005 FBO #1299
SOURCES SOUGHT

D -- Restoration of Telecomunications Infrastructure

Notice Date
6/15/2005
 
Notice Type
Sources Sought
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
Reference-Number-N0020405166
 
Response Due
6/27/2005
 
Archive Date
12/1/2005
 
Small Business Set-Aside
8a Competitive
 
Description
This sources sought is a mechanism for obtaining feedback from potential candidates with regard to the requirements surrounding an upcoming procurement. It is a market research tool being used to determine potential sources capable of meeting the stated requirement. The Government is not obligated to and will not compensate interested parties for any information received from potential sources as a result of this notice. This is not a request for proposal and in no way obligates the Government to award any contract. The Fleet & Industrial Supply Center, Jacksonville has a requirement for the restoration of the telecommunications infrastructure onboard Naval Air Station Pensacola, Corry Station, Saufley and Whiting Field. The anticipated start date is approximately 01 August 2005 until completion. The North American Classification System (NAICS) Code is 517910 with a size standard of $12.5 million. The effort described herein will be 100% set-aside for firms eligible under the 8(a) program. This effort will encompass the engineering, redesign and installation of the communications infrastructure for an estimated 800 buildings/projects and must be completed under very stringent timeframes. Work shall include 375 Digital Telephone Systems (DTS) and Inside Plant (ISP)/Outside Plant (OSP) work to include cable installation to support Legacy, Navy-Marine Corps Intranet (NMCI) networks, Video and Voice communications. The DTS system is an Electronic Key Telephone Systems (EKTS), that includes current and manufacturer discontinued systems from Comdial (DXP, DSP-PLUS, FXII, DSU), TIE (ONYX) as well as Systems from AVAYA, Nortel and NEC. Experience evidenced by manufacturer certification with these systems is required, plus a minimum of two years experience for each technician. A full-time Registered Communications Distribution Designer is required and will perform on-site for the entire period of performance. Contractor must also be an authorized Reseller, Installer or Distributor of the required communications equipment. The contractor must be able to provide engineering, installation, programming and maintenance of Joint Interoperability Test Command (JITC) and Information Assurance (IA) approved digital telephone systems. All work shall be performed in compliance with current telecommunications regulations. The contractor should possess a thorough knowledge of the NCTAMS Installation specifications for ISP, OSP and DTS and Navy Facilities Engineering Command ?Unified Facilities Guide Specifications? in addition to regulations specific to the respective military installation and the building and permitting processes for the region. The contractor is expected to encounter hazardous material conditions. The contractor must have a dedicated facility located within 10 miles of NAS Pensacola for receipt, handling, storage and staging of the required components and material. The contractor will be responsible for the procurement of all required materials/components and will be required to maintain substantial quantities of inventory in support of established timelines. The material is estimated at $15 million. A $5 million dollar Performance Bond is required. Contractor must have ability to support surge and provide for surge labor requirements within 72 hours of notification. All personnel will be required to go through the badge and ID process and must have the appropriate security clearances for entry to classified facilities. Interested parties should provide a capabilities package demonstrating the ability to perform the Governments requirement as stated above and should also address the following: Knowledge & Understanding of engineering, redesign and installation of the communications infrastructure to include knowledge and understanding of ISP, OSP, DTS and NMCI systems operations. Address technical personnel to include certifications, specialized experience and specialized certifications. Address capability to provide a facility within 10 miles of NAS Pensacola and a dedicated facility for warehousing and inventory storage. Include your companies current Facility Clearance Level and the number of staff cleared up to Top Secret level. All responses must specify, on the cover page; company name, Cage Code, 8(a) certification data, and two points of contact (email and phone numbers). Include pertinent information on completed contracts for similar efforts and the dollar amounts associated with each. Questions pertaining to this notice may be mailed or emailed to the contracting officer or contract specialist at: Bethany.germann@navy.mil or the contract specialist at anne.ditch@navy.mil. Mailing address is FISC Jacksonville, P.O. Box 97, Naval Air Station, Jacksonville, FL 32212. Responses to this notice must be received by this office no later than 1:00 pm., 27 June 2005. Electronic responses shall be in MICROSOFT Word format (readable) at the established deadline.
 
Place of Performance
Address: Naval Air Station, Pensacola, FL
Zip Code: 32508
Country: United States
 
Record
SN00830541-W 20050617/050615212430 (fbodaily.com)
 
Source
FedBizOpps.gov 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.