Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2012 FBO #3826
MODIFICATION

R -- Command, Control, Communications & Computer Systems (C4)

Notice Date
5/14/2012
 
Notice Type
Modification/Amendment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
FA9401-C4-Support
 
Point of Contact
Heather L. Miller, Phone: 505-846-5719, Brian J. Clark, Phone: 505-846-5703
 
E-Mail Address
heather.miller@kirtland.af.mil, brian.clark@kirtland.af.mil
(heather.miller@kirtland.af.mil, brian.clark@kirtland.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT SYNOPSIS. This announcement serves as a Sources Sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation or proposal. DO NOT submit a quote or proposal in response to this synopsis. The Air Force Nuclear Weapons Center (AFNWC) / PKOC, Kirtland AFB, Albuquerque, NM, seeks potential business sources to perform non-personal services to manage, operates, and maintain Command, Control, Communications and Computer Systems (C4) Network Control Center, Mission Systems Maintenance, and Information. The AFNWC/PKOC reserves the right to determine if a SB set-aside is appropriate. Additionally, we reserve the right to determine if one of the targeted socio-economic is appropriate for a set-aside based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the AFNWC/PKOC to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the required services, described in the statement of need below. Firms responding to this announcement must be registered in the Central Contractor Registration (CCR) and should include company name, cage code, point of contact, address and indicate if it is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business. The Government reserves the right to consider the acquisition for the 8(a) program based upon responses received to this sources sought announcement. The proposed contract is anticipated to be a firm-fixed price contract with a base period and four, one-year option periods. The proposed contract award will be subject to FAR 52.222-41, Service Contract Act of 1965, to include collective Bargaining Agreements. The North American Industry Classification System (NAICS) code for this acquisition is 517110 (Wired Telecommunication Carrier), and the size standard for small business is 1,500 Employee. The Statement of Need for this requirement is as follows: The 377th Air Base Wing is the host organization for Kirtland Air Force Base. The Wing supports more than 100 tenant organizations; including Air Force Research Laboratory, Air Force Operational Test and Evaluation Center, 58th Special Operations Wing, New Mexico Air National Guard, Air Force Inspection Agency, Air Force Safety Center, Department of Energy, and Sandia National Laboratory. The 377 Communications Division manages, operates, and maintain Command, Control, Communications and Computer Systems (C4) Network Control Center, Mission Systems Maintenance, and Information Management for Kirtland AFB. The C4 services contract supports Kirtland AFB which relies on a large, diverse amount of communications and information services to support the research, development, test, operation, and evaluation of special weapons and sustain war-fighting operations. Specifically, it is serviced by two points of presence and four distinct telecommunications infrastructures (spanning over 82 square miles), which include voice communications and data networks Non-Secure Internet Protocol Router Network (NIPRNET), Secret Internet Protocol Router Network (SIPRNET), Defense Research and Engineering Network (DREN), and Joint Worldwide Intelligence Communication Systems (JWICS). With the exception of the facilities owned and operated by the Department of Energy, the contractor is responsible for supporting the information technology requirements for approximately 700+ buildings. Contract efforts encompasses approximately10,000 computer clients, and the Base network backbone (switches, routers); over 400 devices (99% Cisco equipment). Host a Dual Core Network with a Gigabit Backbone containing 16 Information Transfer Nodes (ITN), 471 End Building Nodes (EBN), with 628 network switches and 18K endpoints. As a future goal support of the Installation Plan (I Plan) to consolidated the enterprise help desk utilizing the Enterprise Service Desk Automated Data Exchange (ADX) Migration and centralize Information Technology Equipment Custodian (ITEC). Provides consolidated help desk support utilizing Remedy Action Request Systems for ticket generation. Utilize remote management techniques to resolve computer problem issues. Provides Time Compliance Technical Order management to receive process, schedule, ensure compliance and updates database. Utilizes the Enterprise Mission Assurance and Support System (eMASS) as the DoD certification and accreditation tool to execute DoD Information Assurance Certification and Accreditation Process (DIACAP). eMASS produces required DIACAP artifacts, automates IA control inheritance, meets DoD reciprocity requirements, and provides the foundation for the implementation of automated continuous monitoring. Provide services for the Service Catalog Information Technology Infrastructure Library (ITIL) which provide services that can be automated and executed by end users to support self help activities. Ensure all current network security tools and patches are implemented across all base systems. Maintain all computer security issues and maintain ability to monitor, detect, analyze, summarize report, control, isolate, contain, recover and correct vulnerabilities. Services may be required to ensure compliance with activation of exercise of contingency plans, Command Cyber Readiness Inspection (CCRI), Unit Compliance Inspection (UCI) and Nuclear Assurant Inspection (NSI). Sole maintainer of the base telephone switch with 5 Remote Switching Terminals (RST). Our Telephone Instrumentation has a wired capacity of 30K, with 22K in use and 10,000 subscribers to voicemail. This infrastructure supports the 21,000 users and 50+ tenant organizations throughout the base covering more than 52,000 acres; enterprise IT services, communications architecture, test and evaluation, and network management services; 24x7 Operation & Maintenance support for the entire Base's voice and data infrastructure. Responsible for supporting the telephone backbone, customer end points and hosting more than 100 applications, servers, and databases The contractor shall provide full telephone service to include; Base telephone switch (MSL-100), E-911 capable, Voicemail (2,300 accounts), over 17,500 lines and 3,700 circuits, Fiber & copper cable, over 400 buildings, over 200 manholes, Single/Multi-line digital/analog/Integrated Services Digital Network phones. The contractor maintains the Interactive Voice Response System that supports the base automated switchboard services. The contractor maintains the Automated Health and Morale System to regulate the calls from family members to deployed Team Kirtland personnel. Provides troubleshooting, repair, preventive maintenance, installation and removal of all Land Mobile Radio equipment and UHF/VHF/HF radios, antenna couplers, remote control equipment and Public Address equipment. Contractor provides guidance and assistance in the design, creation and final operation capability of the Air Force Sustainment and Integration Center (STIC) - Supported build of STIC with network expansion. Provide call center support, network switch and equipment maintenance, patch management and forensics, system certification and accreditation reviews, and video teleconferencing. Provide Base Informational Transfer Center (BITC) services to include receiving, processing, distributing, and dispatching official mail, accountable mail, administrative communications, forms, publications, and parcels for all base-supported activities. Provider shall provide publications management, forms management, master publications library, electronic publishing, Staff Assistance Visits (SAVs), customer service, and writing and grammar training for 377ABW associate units. Provider shall provide technical guidance to 377 ABW and associate units in the management, development, coordination and approval of specialized and standard recurring and nonrecurring publications. Interested businesses should provide the following information: A. Company name, mailing address, cage code, DUNS number, point of contact (POC), POC telephone number and e- mail address. B. Business size status (i.e. 8(a), HUBZone, Woman/Women Owned or Service Disabled Veteran-Owned, small business, large business, etc.). C. Capability of providing qualified and experienced personnel, with appropriate clearances, if required. D. Past Performance. Do you have past performance as a prime contractor or subcontractor on a service contract for similar Command, Control, Communications and Computer Systems (C4) requirements? If so, please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to this Statement of Need for Kirtland AFB Command, Control, Communications, & Computer Systems (C4). If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. E. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a five-year multiyear contract at one or more locations, in the event there are difficulties with invoice payments? Do you have an approved accounting system in place to adequately track expenditures? F. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of service would you perform. Responses are limited to not more than 10 pages. The government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided by industry to the Government is voluntary. Responses are due no later than 4:00 PM (MST) on 29 May 2012 via e-mail. Questions and responses should be addressed to the Primary POC Ms. Heather Miller, via email, to heather.miller@kirtland.af.mil. Alternate POC is Mr. Brian J. Clark, Contracting Officer, brian.clark@kirtland.af.mil. Contracting Office Address: AFNWC/PKOC Contracting Division 2000 Wyoming Blvd SE Bldg 20604, Room D-17 Kirtland AFB, New Mexico 87117-5606 United States Place of Performance: Kirtland AFB, New Mexico 87117 United States Primary Point of Contact: Heather Miller, Contract Specialist heather.miller@kirtland.af.mil Phone: (505) 846 5719 Fax: (505) 846 5744 Secondary Point of Contact: Brian J. Clark Contracting Officer brian.clark@kirtland.af.mil Phone: (505) 846 5703 Fax: (505) 846 5744
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/FA9401-C4-Support /listing.html)
 
Place of Performance
Address: Kirtland AFB, NM, Kirtland, New Mexico, 87111, United States
Zip Code: 87111
 
Record
SN02747788-W 20120516/120515000923-2f1bb24dc6bfd876a0471b08ed260431 (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.