Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2019 SAM #6580
SOURCES SOUGHT

58 -- VoIP Mission Voice Communications System Expansion

Notice Date
12/3/2019 9:51:25 AM
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
FA9302 AFTC PZIE EDWARDS AFB CA 93524 USA
 
ZIP Code
93524
 
Solicitation Number
F1S0AE8261B101
 
Response Due
12/17/2019 5:00:00 PM
 
Archive Date
01/01/2020
 
Point of Contact
Jenna Jacobson, Phone: 661-277-2094, Barbara Newkirk, Phone: 661-277-7575
 
E-Mail Address
jenna.jacobson@us.af.mil, barbara.newkirk@us.af.mil
(jenna.jacobson@us.af.mil, barbara.newkirk@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
VoIP Mission Voice Communications System Expansion Sources Sought SynopsisThe Air Force Test Center (AFTC) is soliciting information and comments from industry on its ability to provide expansion to the current VoIP based Mission Voice Communication System owned by the 412th TW and 96th TW. The purpose of this expansion is to allow this system to support future flight test operations in an increased number of Mission Control Rooms (MCR). The proposed current expansion effort is projected to support up to 10 additional MCRs.The contractor shall provide all equipment and supplies necessary to seamlessly integrate with the existing Compunetix MVP system platform in order to maintain all of the current operational and functional capabilities of a fully homogenous VoIP based Mission Voice Communications System.All elements of the vendor’s proposed system expansion solution, including all proposed hardware and software, shall be 100% compliant with all form, fit, function, and operational capabilities of the current Compunetix MVP Mission Voice Communications System. Flight mission safety standards require complete and seamless functional and operational interoperability with the existing Compunetix MVP system without any deviation. Failure to comply with flight mission safety standards can result in unacceptable risks to personnel and flight test assets. All proposed vendor solutions shall therefore meet this 100% form, fit, function, and operational capabilities requirement without exception.Equipment List: CONTEX MVP All-In-One Client Workstation (Windows 10); 3 EA CONTEX MVP 14-Slot ATCA Chassis. (Includes redundant Control Blades, Shelf Manager, Power Entry Modules, and Fan Modules.) (Power shelf with 8 supplies.); 2 EA CONTEX MVP 6-Slot ATCA Chassis. (Includes redundant Control Blades, Shelf Manager, Power Entry Modules, and Fan Modules.) (Power shelf with 4 supplies.); 1 EA CONTEX MVP Redundant 2-slot ATCA chassis. Includes redundant Control/Media Blade, redundant Shelf Manager, redundant AC Power and Fan modules; 31 EA MVP Media Blade - Fully Populated; 9 EA CONTEX MVP Media redundancy Kit; 8 EA CONTEX MVP Y-Cable (requires existing media blade); 4 EA ATAC Front Blank/Baffle; 1 EA ATAC Rear Blank/Baffle; 1 EA CONTEX MVP Server PC; 8 EA CONTEX 2-Slot MVP Server PC; 31 EA CONTEX MVP KVM with cables; 16 EA CONTEX MVP 10/100/1000 Multi-Site Switch - 24 Port with Spanning Module and Cable; 28 EA CONTEX MVP 10/100/1000 Multi-Site Switch - 24 Port; 8 EA CONTEX MVP Multi-Site Network Switch Spanning Cable; 4 EA FlexPoint Gig-E UTP to Fiber, Multimode SC; 64 EA FlexPoint 14-Slot Chassis. Redundant Power; 6 EA Fiber Patch Cable, MM, 62.5/125, SC-SC, 15 meter; 26 EA MVP Expansion Rack, unpopulated w/ two 20A power strips; 16 EA MVP EMI Hardened Expansion Rack, unpopulated w/ two 20A power strips; 13 EA Compunetix KY over IP Interface - 2 port; 12 EA STE Interface Software; 24 EA STE Interface Driver (per unit); 24 EA Cable Kit to support 1 STE connection; 28 EA STE Audio Filter; 28 EA STE Shelf - holds up to 5 STE-RI or 4 STE-R Phones; 1 EA 16 Port Terminal Server for STE phones; 14 EA CONTEX MVP 4port Radio over IP control interface (4-STAR); 45 EA TDI-13II-POL (Red/Black GTX console includes 13" touch display and SDAP with power adapter); 264 EA TDI-13II (Red/Black GTX console includes 13" touch display and SDAP with power adapter); 99 EA CDI-13II (Red/Black GTX console includes 13" touch display and SDAP with power adapter); 2 EA TRI-D6II (Dual 6 inch Red/Black Rackmount Touch Screen Console with Power Supply); 105 EA SDI-12 (12.1 inch GT Desk Instrument - VoIP or Telephony including one handset and AC power supply); 35 EA TDI-13-POL (GTX console includes 13" touch display and DAP with power adapter); 15 EA TRI-D6 (Dual 6 inch Rackmount Touch Screen Console); 20 EA CDI-22II (Red/Black GTX console includes 22" All-in-One computer with touch display and SDAP with power adapter, jackbox with 10' cable and external loudspeaker); 4 EA TDI-17II (Red/Black Touch display Instrument with 17" Touch Display, Ext. Loudspeaker, Jackbox, 100VAC Power Supply, and GT Software.); 1 EA SDI-7 7" GTX Desk Instrument - VoIP Only including handset and AC power supply; 1 EA Lightweight Headset Top Dual Channel (Stereo), Noise Cancelling with TA6 disconnect; 847 EA Headset Base Polarized 6 wire, PTS, TA6 disconnect, 15' cord; 847 EA Footswitch; 632 EA Adit-600 Chassis w/ 2-T1 & Pwr Supply; 13 EA Adit-600 Rack Mount Kit (for 2 Adit); 7 EA Adit-600 Install Kit (Amph cable, Breakout, ext.; 2 EA Adit-600 4-w E&M module (4 ch/card); 46 EA Adit-600 FXO Module (8 ch/card); 6 EA Adit-600 FXS Module (8 ch/card); 1 EA 48 Port IP Multicast Voice Recorder; 1 EA 14-Slot MVP Base Spares Kit. (Includes Shelf Power Entry Module, Fan Module, Control Blade, (2) DSP Modules, T1 RTM, Power Supply, Managed Network Switch, Server PC, and KVM.); 2 EA 6-Slot MVP Base Spares Kit. Includes Shelf Power Entry Module, Fan Module, Control Blade, (2) DSP Modules, T1 RTM, Power Supply, Managed Network Switch, Server PC and KVM.; 1 EA Redundant 2-Slot MVP Base Spares Kit. Includes Shelf Power Entry Module, Fan Module, Media Blade, Managed Network Switch, Server PC and KVM.; 2 EA Redundant 2-Slot MVP power Entry Module; 1 EA Redundant 2-Slot MVP Fan Module; 1 EAAll work shall comply with government and commercial standards, whichever is more stringent. The North American Industry Classification System (NAICS) number for this effort is 334290. Please indicate your firms’ small business status.THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense.All interested parties who believe that they can meet the requirements are invited to submit in writing the complete information describing their capability and qualifications to provide the aforementioned equipment. Please include your company name, point of contact, address, telephone number, Duns & Bradstreet Unique Numbering System (DUNS) number, and Commercial and Government Entity (CAGE) code. Potential offerors must be registered at sam.gov to be eligible for contract award or payment from any Department of Defense activity. Information on registration and annual confirmation requirements may be obtained at www.sam.gov.All information furnished shall be in writing and must contain sufficient detail to allow the government representative to evaluate and determine if it can meet the requirement. Responses must be received no later than (NLT) 5:00 PM., PDT, Dec 17, 2019. Responses should be submitted to: Contract Specialist Jenna Jacobson (AFTC/PZIEA), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524. The contractual point of contact is Jenna Jacobson, (661) 277-2094, E-mail: jenna.jacobson@us.af.mil. Telephone requests to be placed on a mailing list will not be honored. Facsimile responses are acceptable and must be received on or before the closing date.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3393206523b449e4a55691affd053039/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05508053-F 20191205/191204050245 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.