Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SOURCES SOUGHT

D -- Audio Visual O&M Service - DRAFT Performance Work Statement

Notice Date
5/25/2017
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-17-R-0002
 
Archive Date
6/23/2017
 
Point of Contact
Ramon Negron-Cancel, Phone: 402-294-4098, Theresa Bryant, Phone: 402-294-7304
 
E-Mail Address
ramon.negron_cancel.2@us.af.mil, Theresa.Bryant@us.af.mil
(ramon.negron_cancel.2@us.af.mil, Theresa.Bryant@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a DRAFT performance work statement (PWS). Vendors are encouraged to comment on the PWS. SOURCES SOUGHT ANNOUNCEMENT FOR AUDIO/VISUAL OPERATIONS AND MAINTENANCE CONTRACT A. INTRODUCTION 1. This is a Sources Sought synopsis being conducted pursuant to FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. 2. This is an initial step in the planning process for the Audio/Visual Operations and Maintenance contract. 3. The 55th Contracting Squadron at Offutt Air Force Base, Nebraska, seeks potential sources to manage, operate, and maintain a robust infrastructure, supporting centralized control capabilities of all conference room displays, audio capabilities, and video teleconferencing within the Audio/Visual Control Room (AVCR) for the United States Strategic Command (USSTRATCOM) headquarters. 4. The North American Industrial Classification Systems (NAICS) is 541513, Computer Facilities Management Services, which has a small business size standard of $27.5M. B. REQUIREMENTS 1. Objective: The objective is to administer, configure, and operate systems supporting the conference rooms and collaboration spaces, including ensuring the ability to display six or more simultaneous images and accept audio from any available source. When located within a SCIF, these rooms will have UNCLASSIFIED, SECRET, JWICS, Distributed Continuity Integrated Network-TOP SECRET (DCIN-TS), and TOP SECRET/SCI LAN VTC (JWICS Desktop) VTC capabilities along with UNCLASSIFIED and SECRET collaboration tool capabilities. The rooms will also have UNCLASSIFIED and TOP SECRET/SCI audio conferencing capabilities and have the ability to control local room and A/V resources via a touch panel interface. The touch panel will control displays, cameras, VTC, Blu-ray, Commercial Access Television (CATV), microphone muting, speaker volume, and will allow for the selection of internal and external sources of audio and video. Each room will be connected to the Audio/Video Control Room (AVCR) and this connectivity will allow each room to optionally transmit and receive A/V sources with other Conference Rooms, workspaces, and external locations. As well as supporting the rooms' Digital Signage displaying room classification and time zone clocks. 2. Period of Performance: It is anticipated that the contract period will be a base period of one year and four one-year option periods plus a six-month extension of services (if required). 3. Security: The contractor shall provide personnel with clearances commensurate with the DD 254, Department of Defense Contract Security Classification Specification. The Contractor must possess at least a Top Secret/Sensitive Compartmented Information (TS/SCI) and Top Secret/Nuclear Command and Control (NC2) Security Clearance for operations in around TS /SCI and TS/NC2 facilities. C. INFORMATION AND INSTRUCTIONS: 1. All businesses capable of providing these services are invited to respond. Any information provided to the government as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. Respondents are requested to submit capability packages electronically, as described below. i. Capability packages shall be one electronic copy. Capability package files should be in MS Office format (Word, Excel or PowerPoint) or Adobe pdf format, and should not exceed 5 MB on one email, to pass through the Offutt LAN. All packages should contain UNCLASSIFIED material only. ii. Capability packages should not exceed 20 pages, each single side counting one page, 8.5 x 11 inch, with one-inch margins, and font no smaller than 10 point Times New Roman. Capability packages must be received no later than 9:00 am (Central) on June 8, 2017. iii. Capability package responses shall be sent via email to ramon.negron_cancel.2@us.af.mil 2. Respondents must include the following information within their statement of capability packages: i. Company Information: Your company's name, address, a point of contact with email address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), business size, and security clearance level, GSA contracts (if applicable). Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. ii. Small Business: Small business respondents to this announcement should indicate whether the respondent is a small business, 8(a) concern, veteran- owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at FAR 52.226-2). D. CAPABILITY PACKAGE AND EVALUATION: The Government will identify competitive firms by evaluating the capabilities packages using the following evaluation criteria. Potential offers should be specific in referring to capabilities in the technical areas stated below. The following is considered mandatory in meeting the requirements of the audio/visual operations and maintenance contract: 1. Provide personnel with Top Secret/SCI/NC2 Security Clearance. 2. Provide personnel with extensive (≥ 8 years) demonstrated relevant experience and/or education in the following: • Experience in complex audio/visual distribution systems; • Experience in enterprise VTC solutions (ISDN and IP based) to include bridging, gateways, gatekeepers, border controllers, and management systems; • Experience with systems at multiple classifications (Secret, Top Secret, Top Secret/SCI); • Experience in room control systems; • Skills in writing control system software code and graphical user interfaces to control and administer complex multi-classification operational environments • Familiar with CATV (both satellite and terrestrial) systems • Investigating and solving problems or resolving conflicts related to audio visual • Serving as the senior expert advisor to personnel in his/her area of professional responsibility • Experience with Cisco Management Suites and all Cisco VTC systems, Cisco Multipoint Control Units and Gateways. • Experience in large scale audio solutions, including but not limited to theater design, large venue multi input multi output systems. • Certifications in AV Control Systems, AV Design or equivalent • Operating and maintaining complex audio/visual distribution systems • Knowledge of audio/visual distribution systems • Skill in operating and maintaining audio/visual distribution systems • Operate and maintain enterprise VTC solutions • Knowledge of enterprise VTC systems • Skill in ISDN and IP based solutions including bridging, gatekeepers, gateways • Skill in Cisco Telepresence Management Suite • Operate and maintain room control systems • Knowledge of room control systems • Skill in programming room control systems using Crestron Simpl, Simpl+, AMX Netlinx Studio • Skill in programming in complex multi-classification environments • Performs complex systems development, design work & digital systems engineering • VTC Endpoint Operations (Secure/Unsecure) - Conference Room Systems • VTC infrastructure knowledge (MCU, Gatekeepers, Gateways, Crypto equipment) • In-depth IP & ISDN knowledge (High speed serial circuits) pertaining VTCs • Video Routing (Matrix switching, Advance System Operations) • Audio System knowledge (Digital Signal Processor operations/configuration) • Control System knowledge (Touch panel Programming/certification) • VTC (System Specific) Certifications 3. Provide personnel with (≥ 2 years) demonstrated relevant experience in the following: • VTC Endpoint Operations (Secure/Unsecure) - Conference Room Systems • VTC infrastructure knowledge (MCU, Gatekeepers, Gateways, Crypto equipment) • Basic knowledge of IP/ISDN networks (High speed serial circuits) pertaining VTCs • Video Routing (Matrix switching, System Flow knowledge) • Audio System knowledge (Digital Signal Processor knowledge) • Experienced in AV Room Control Systems utilizing multiple security classification (Secret, Top Secret, Top Secret/SCI) for a military operational environment utilizing AMX, Crestron or equivalent touch screen controllers, to control room classification levels, AV source distribution, and VTC sessions • Experienced in complex Audio Visual (AV) Display and Distribution systems with multiple security classifications (Secret, Top Secret, Top Secret/SCI), utilizing high definition displays and AV Switches to route AV sources to local and remote displays. 4. Possesses expertise and experience providing on-site end user support for mission-critical and mission-essential A/V systems/services operated and maintained by the AVCR Technical Support Team. Designing and maintaining standards for the Tier 1; interfacing with DISA to coordinate engineering of Tier 1 to Tier 0 interface connections; addressing interoperability issues and requirements; planning, coordinating, and managing, Collation VTCs, Video Teleconferencing Over Internet Protocol (VTCoIP), SVTCoIP routing to the Department of Defense Information Network (DoDIN); and addressing routing issues. 5. Possesses expertise and experience administering, configuring, and operating digital interfaces in each conference room, collaboration space, and the auditorium, for consistent look and feel for operators, to include ensuring that each interface has a "help" button in order to reach the AVCR team for support. E. GOVERNMENT RESPONSIBILITY: This Sources Sought Notice is for commercial services IAW FAR Part 12. This sources sought should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. Questions on this synopsis shall be submitted via email to only the contract specialist. Discussions will not be conducted telephonically. CONTACT: Ramón Negrón-Cancel, Contract Specialist, Ramon.Negron_Cancel.2@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/FA4600-17-R-0002/listing.html)
 
Place of Performance
Address: Offutt Air Force Base, NE, Offutt AFB, Nebraska, 68113-2107, United States
Zip Code: 68113-2107
 
Record
SN04522509-W 20170527/170526000722-c7052500e7a3d26413d1dca50855bef1 (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.