Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
DOCUMENT

D -- Intent to Sole Source Notice for ATT Wireless Services - Attachment

Notice Date
7/22/2016
 
Notice Type
Attachment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of Veterans Affairs;Birmingham VA Medical Center;700 South 19th Street;Birmingham AL 35233
 
ZIP Code
35233
 
Solicitation Number
VA24716N0876
 
Response Due
7/28/2016
 
Archive Date
9/26/2016
 
Point of Contact
Connie Ganier
 
E-Mail Address
3-8101
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Network Contracting Office 7, hereby provides notice of its intent to award a sole-source, firm fixed contract to AT&T CORP., 3033 Chain Bridge Rd, Oakton, VA 22185. Funding will be less than $1 Million. The contract is expected to be awarded under FAR 6.302-1. A justification and Approval for Limited Sources Justification has been prepared. The Contract will consist of Wireless internet services to include Circuit Provisioning Call Center Support, NOC Support, Installation and Turn up, Repair and Maintenance of Network, Repair and Maintenance of vendor circuits for the following requirements. Requirements 1.Connection will be Free to Guest (FTG) with the Acceptable Use Policy (AUP). 2.Clients capable of auto-authentication will do so and bypass the (AUP) page. 3.Circuits may be obtained via the vendor by submitting through the Networx contract process through a VA DAR in Washington, DC. 4.All circuits must provide a public, static IPV4 address for the NMD to use. 5.All circuits must provide an ethernet connection to the NMD. 6.The circuits will be provided by the vendor Federal Solution and the SLA will be covered under the Networx contract. The vendor shall install (utilizing the vendor badged employees and/or sub-contractors at their sole discretion) the defined network equipment. 7.There will be no connection between the HSIA Network and the sites back office systems. 8.The vendor shall assign and provide introductions of the account manager responsible for post-install account management including issue escalation, training assistance, and assistance with change requests. 9.The vendors standard 24x7x365 Call center contact information must be provided 10.Ticketing visibility must be through a resource center application. 11. The vendor will provide free of charge standard collateral with instructions to use the service and toll-free contact information to reach agency guest supporting Technical Service Center (TSC). 12.The vendor's system must work with multiple users simultaneously for common VPN clients and configurations. 13.The Gateway incorporates a stateful firewall. a.Pre-authentication, Guests are blocked from accessing any Internet addresses not in the established Walled Garden. HTTP access will be redirected to the integrated captive portal functionality. b.Guests will normally be using private RFC 1918 addresses their devices will not be directly accessible from the Internet. c.If public IPV4 IP space is used does block certain ports based on historical malitious activities. i.Blocked in-bound and out-bound: 8998 UDP, 1433 TCP/UDP, 1434 TCP/UDP, 8181 TCP/UDP ii.Blocked in-bound only: 135 TCP, 137 TCP/UDP, 138 TCP/UDP, 139 TCP/UDP, 445 TCP/UDP iii.This list is subject to change. Current Wireless Equipment Installed DescriptionMfr. Part NumberQTY HP Proliant G6 NMD - Network Management Device 8 HP ProLiant DL320 G6 - Xeon E5502 1.86 GHz (4 GB of RAM)505682-001 1 HP Smart Array P212/Zero Memory Controller - storage controller (RAID)CPD-505682-0011 HP HBA SAS/SATA 4X1LN CABLE KITCPR-452130-B211 HP DL320/ML330 G6 ILO2 PORT KIT514206-B211 HP 250GB 7.2K PLUG MDL SATACPR-458926-B212 HP ProLiant Essentials Lights-Out Advanced Pack 302281-B21 1 CDW Hardware Install ServerCTS-HWINSTALLSERVER1 Rack Mount Kits for HP Proliant G6 NMD 5 NMD Mounting Kit - 3U kit that converts 2 post rack to 4 post rack4POST-4UKIT1 NMD Mounting Kit - 2U kit that converts 2 post rack to 4 post rack3UKIT-0092 HP-G6 Rack Mounts - Spare Kit 1UKIT-0092 Uninterruptable Power Supplies 20 APC Smart -UPS, 750VA, 120V, 480W, 459 joules, USB + Serial Port,6 outputs, RM2USUA750RM2U 20 Ethernet & Fiber Switches 210 Cisco Switches 20 Cisco Catalyst 3560X-24P-S (24 10/100/1000 PoE ports + 2 10 Gig ports)WS-C3560X-24P-S20 Cisco 6509 Core Switching Bundle 18 Catalyst Chassis+Fan Tray+Sup720-10G; IP Base ONLY incl. VSSVS-C6509E-S720-10G1 Cisco CAT6000-VSS720 IOS IP BASE LAN ONLYSV33IBL-12233SXI1 Cat 6500 Supervisor 720 with 2 ports 10GbE and MSFC3 PFC3CVS-S720-10G-3C1 Catalyst 6500 Multilayer Switch Feature Card (MSFC) IIIVS-F6K-MSFC31 Catalyst 6500 Sup 720-10G Policy Feature Card 3CVS-F6K-PFC3C1 Catalyst 6500 Supervisor 720 with 2 10GbE portsVS-S720-10G1 SP adapter for SUP720 and SUP720-10GCF-ADAPTER-SP1 Catalyst 6500 Compact Flash Memory 1GBMEM-C6K-CPTFL1GB1 Bootflash for SUP720-64MB-RPBF-S720-64MB-RP1 Catalyst 6509-E Chassis Fan TrayWS-C6509-E-FAN1 Cat6500 6000W AC Power SupplyWS-CAC-6000W2 Cisco Catalyst 6000POWER CORD 250VAC 16A Straight Blade Nema 6-20 CAB-AC-2500W-US14 Cisco WS-X6748-SFP - 48 port SFP card for Cisco Catalyst 6500WS-X6748-SFP1 Cat6500 48-port 10/100/1000 GE Mod: fabric enabled, RJ-45WS-X6748-GE-TX=1 Cisco Switch Accessories 67 Cisco Multimode Fiber SFP 10/100/1000GLC-SX-MM47 C3KX-NM-1G Catalyst 3K-X 1G Network Module C3KX-NM-1G20 WLAN Controllers 2 Cisco WLAN Controllers 1 Cisco Wireless Service Module (WiSM) - supports 300 Lightweight Access PointsWS-SVC-WISM-1-K91 Cisco WCS 18 Cisco WCS Base Licenses 2 Cisco WCS Base - Supports deployment of Cisco WCS on a single serverWCS-STANDARD-K91 Cisco WCS License - supports 500 Lightweight Access PointsWCS-APBASE-5001 Cisco WCS Base - Software Application Support 5 WCS Software Application Support Licenses (500 Aps)CON-SAU-WCSAB5C5 HP Proliant Server for Cisco's WCS 2 HP ProLiant DL320 G6 Performance - Xeon E5630 2.53 GHzCDW Part:20378521 Red Hat Enterprise Linux - StandardRED-LINUX1 802.11 Access Points 432 Cisco 1100 Series Access Points 216 Cisco Aironet 1142 LWAPP - 802.11 a/g/nAIR-LAP1142N-A-K9 216 Miscellaneous 2014 Cat5 Ethernet Cables 475 2 ft. Cat5 Ethernet Patch Cable (black)2' patch Cable215 3 ft. Cat5 Ethernet Patch Cable (black)3' patch Cable215 CAT5e Spool Box Blue 1000 ft, 4 pairs, 24AWG solid, (plenum rated)TTW-C5E4PL1000B45 Multimode Fiber Patch Cables 42 1M LC/SCBELKIN F2F202L7-01M42 Miscellaneous Telephony / Wall Plate / Filters 450 Leviton 625A2 surface mount jack, biscuit block, Ivory4625A-241i215 Leviton QuickPort GigaMax RJ45 Keystone Jack CAT5e5G108-RL5 (Blue)215 Black Box Gigabase CAT5E 24 port Patch Panel BLA-JPM902A-R4 (CDW#726259)20 Miscellaneous Racks or Mounting 20 SPM4Side Panel Mount 4U20 Miscellaneous Power 20 This procurement is being conducted in accordance with FAR 6.302-1, only one responsible mandatory source and no other supplies or services will satisfy the agency requirements. Contract is firm fixed price and the NAICS Code is 517110. Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit an offer; however, only services meeting the Department of Veterans Affairs requirements will be considered for award. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine that a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Information concerning SAM registered requirements may be viewed via the Internet at https://www.uscontractorregistration.com/ by calling the SAM Registration Center at 1-877-332-8277. Interested parties are encouraged to furnish information. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Contract Specialist by email at connie.ganier@va.gov. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BiVAMC521/BiVAMC521/VA24716N0876/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-16-N-0876 VA247-16-N-0876_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2891691&FileName=VA247-16-N-0876-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2891691&FileName=VA247-16-N-0876-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Birmingham VA Medical Center;700 S. 19th Street;Birmingham, AL
Zip Code: 35233
 
Record
SN04193571-W 20160724/160722234939-9229d89e280ca98b1b06db68c49ad9eb (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.