Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2015 FBO #5053
MODIFICATION

D -- Base Telecommunications Services

Notice Date
9/22/2015
 
Notice Type
Modification/Amendment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA4484-15-R-0032
 
Archive Date
9/25/2015
 
Point of Contact
Ronald Thompson, Phone: 6097544651, Luelmer Brown, Phone: (609)754-4709
 
E-Mail Address
ronald.thompson.9@us.af.mil, luelmer.brown@us.af.mil
(ronald.thompson.9@us.af.mil, luelmer.brown@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS NOTICE The Contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision and other items and services for Voice/Transport, unless specified in this contract as Government Furnished Property (GFP). Work under this PWS will support the mission of 87th Communications Squadron and the Joint Base McGuire-Dix-Lakehurst NJ by providing Voice/Transport and Unified Capabilities (UC) services. The Contractor shall perform Operation and Maintenance (O&M) and other services required to ensure the Voice and Converged IP (Internet Protocol) Architecture is available 24 hours per day, 7 days per week. The Voice/Transport consists of the legacy telephone systems, Voice over Internet Protocol (VOIP) systems, the outside plant (OSP) and inside plant (ISP) systems, transmission systems and all associated equipment described in Appendix 5.2. The Contractor shall operate and maintain all Voice/Transport equipment and systems in accordance with (IAW) the original equipment manufacturer's technical manuals and specifications, Department of Defense (DoD) and US Air Force (AF) policy and regulations, and applicable federal, state, and local laws and regulations. This is a commercial acquisition. This solicitation notice is a request for proposal and is issued as a 100% 8(a) Set-aside under the Standard Industrial Classification code 4813, NAICS code 517110 and the related small business size standard $15 million. The contract will be a Firm-Fixed Price contract. The proposed performance period is a base period from 1 January 2016 to 31 December 2016 and four (4) one year options. A pre-proposal conference and site visit are scheduled for 2 October 2015. If you are planning to attend the site visit and in order to ensure access to JB MDL, coordination with the 87th Contracting Squadron (87 CONS) is mandatory not later than 29 September 2015. All potential sources must obtain a DUNS number and register in the System for Award Management (SAM) in order to transact business with the Department of Defense (DOD). Failure to obtain a DUNS number and register in the SAM may result in the delay of award of contract or possible award to the next otherwise successful offeror who is registered in the SAM at the time of award. Solicitation will be issued on or about 23 September 2015. The offer due date will be stated in the solicitation. The entire solicitation will be made available only on the Electronic Posting System (EPS Website) at http://www.fbo.gov. The solicitation can be accessed by following the links on the EPS website to: USAF Offices, Air Mobility Command, 87 CONS. Once the solicitation is posted, it is incumbent upon the interested parties to review the website frequently for any updates/amendments to this solicitation. All prospective offerors interested in submitting a proposal on this solicitation must have a commercial and government entity code (CAGE code). All responsible sources may submit a proposal, which will be considered by the agency. The RFP will be paperless and be released using the Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov/. The RFP will contain files in Microsoft Office 2010 and PDF formats. Questions about this solicitation should be emailed to SSgt Ronald Thompson at ronald.thompson.9@us.af.mil. Telephone or verbal requests for the Request for Proposal (RFP) or questions will not be accepted or considered. he 87th Contracting Squadron has a requirement for non-personal services for operation and maintenance of the Base Telecommunications Systems (BTS) at Joint Base McGuire-Dix-Lakehurst NJ. Pre-Proposal Conference details will be provided within the solicitation, provision 5352.215-90001, Notice of Pre-Bid/Pre-Proposal. The proposed contract is for a base period of 12 months with four one-year options and a six month extension of services option. Contractor shall perform O&M on the switching system(s), transmission equipment, ancillary equipment, customer premise equipment (CPE), and the inside and outside cable plant as well as execute work orders. The Dial Central Office Voice Switching Systems are: MCGUIRE: The DCO switch is a NORTEL MSL-100 SuperNode-XA09, software SD000009 with a CS1000 and AS5300 located in Building 1901 at MCGUIRE ANNEX NJ. The DCO switching is comprised of the following cabinets and modules, approximately assigned 7,294 lines, and equipped for 8,689 ports; DIX: The DCO switch is a NORTEL MSL-100 Super Node, software SE06 and located in Building 5321 on Dix, NJ. The DCO switching is comprised of the following cabinets and modules, approximately assigned 7014 lines, and equipped for 8177 ports; LAKEHURST: The DCO switch is an Avaya Definity G3R/S8710, with Comm. manager 4.x and is located in Hanger 1 on Lakehurst ANNEX, NJ. An Expansion Port Network (EPN) is remote located in Bldg. 355. The DCO switching is comprised of the following cards, approximately assigned 2881 lines, and equipped for 5128 ports. Fire Station Bldg. 688 Nortel CS1000. This acquisition is competitively set aside 100% for 8(A) business concerns, and a concern will be considered small under North American Classification System (NAICS) code 517110 with Size Standard 1,500 employees. Telephone or verbal requests for the Request for Proposal (RFP) or questions will not be accepted or considered. The RFP will be paperless and be released using the Federal Business Opportunities (FedBizOps) website at https://www.fbo.gov/. The RFP will contain files in Microsoft Office 2010 and PDF formats. All potential sources must obtain a DUNS number and register in the System for Award Management (SAM) in order to transact business with the Department of Defense (DOD). Failure to obtain a DUNS number and register in the SAM may result in the delay of award of contract or possible award to the next otherwise successful offeror who is registered in the SAM at the time of award. Offerors should submit all questions or comments relative to the solicitation electronically only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-15-R-0032/listing.html)
 
Place of Performance
Address: Joint Base McGuire-Dix-Lakehurst, Joint Base MDL, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN03897951-W 20150924/150922235604-626a1ffd0173a8f8a110bb90b15c29d3 (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.