Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOURCES SOUGHT

58 -- RFI for New Air Force Weather Agency Consolidated Network (ACN) to the new AFWA building currently under construction.

Notice Date
1/12/2007
 
Notice Type
Sources Sought
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFIAFWA7012A100
 
Response Due
1/22/2007
 
Archive Date
2/6/2007
 
Description
REQUEST FOR INFORMATION (RFI) ONLY FOR PLANNING PURPOSES. THERE IS NO SOLICITATION PACKAGE AVAILABLE. This is a request for information only as defined in FAR 15.201(e). The Government does not intend to award a contract from this announcement or to otherwise pay for the information solicited, but is seeking information on available sources capable of supporting the expansion/extension of the Air Force Weather Agency Consolidated Network (ACN) to the new AFWA building (Building 185) currently under construction. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The following information is requested to estimate the costs involved in providing an enterprise network solution to support requirements within the Air Force Weather Agency (AFWA) located on Offutt AFB, NE. Please limit page count to no more than 5 pages. Questions about and responses to this RFI should be submitted should be submitted electronically via e-mail and be addressed to both: gregg.sutcliffe@offutt.af.mil and lee.wisecup.ctr@afwa.af.mil. Responses are due not later than 22 January 2007, 4:30 p.m. Central Standard Time. AFWA is seeking information from vendors interested in providing a complete, total solution for all hardware, software, licenses, warranty, and management/technical services for the network expansion and extension efforts. Vendors are requested to provide GSA schedule pricing, identify the applicable GSA schedule, and identify any additional discounts. Due to existing infrastructure compatability issues, all parts must be Foundry or Cisco devices, or devices 100% compatible to Foundry or Cisco devices, and all pricing must be broken down to individual part numbers with descriptions. Informational pricing must be based on the network port density and functionality stated within the attached Excel spreadsheet on page 3. Pricing must be referenced per Line Item as defined by the spreadsheet on page 3. The attached drawings (on page 4) represent a high level network representation and should be utilized for reference only. All pricing should reference the Excel spreadsheet. Equipment proposed must be support a minimum growth capacity of 50%. All pricing should be broken down into the following seven categories: (1) Options, (2) Hardware Costs, (3) Software Costs, (4) Warranty and Maintenance, (5) Cost of Equipment Spares, (6)Follow-On Support Costs, (7) On-Site Support/Training Costs, (8)Required by Date. (1) Options: Provide both a stackable- and chassis-based solution and identify the pros and cons for both, to include items such as: power consumption per device (in kW) and per chassis (in kW); operating temperature per device and per chassis; features; port density; power supply redundancy; etc. (2) Hardware: Pricing must be based on the network port density and functionality stated within the attached Excel spreadsheet. Pricing must be referenced per Line Item as defined by the spreadsheet. All proposed Voice over Internet Protocol (VOIP) capable equipment must conform to, and be certified for Assured Services Voice Application Local Area Networking (ASVALAN) by the DOD Joint Interoperability Test Commands (JITC). (3) Software: Pricing for affiliated software must be referenced per Line Item as defined by the spreadsheet.(4) Warranty and Maintenance: A. Provide warranty period for all proposed hardware and software components. B. Provide costing for 3 yr maintenance contracts on all service for hardware and software components. Costing for maintenance contracts should be based on 7 day x 24 hour x 365 days a year. Identify minimum response time associated with maintenance contract. (5) Equipment Spares: Provide pricing for one of each specific piece of hardware (type of chassis, interface card, stackable switch, etc.), dependent upon the vendor equipment proposed. (6) Follow-On Support: Identify (in today's dollars) the costs for follow-on annual support and services for all hardware and software components, to include identified spare equipment. Identify this total costing in a single line item. (7) On-Site Support/Training: Include On-Site Support (in the proposal) and ensure a smooth transition during the equipment and software integration. Provide descriptions, pricing, and recommended classes to address available training packages by product. (8) Required By Date: Vendor must ensure all parts will be delivered by 31 May 2007.
 
Place of Performance
Address: 101 Washington Square - Bldg. 40, Offutt AFB, NE
Zip Code: 68113
Country: UNITED STATES
 
Record
SN01211036-W 20070114/070114190115 (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.