SOURCES SOUGHT
D -- Unified Capabilities - Enterprise Voice
- Notice Date
- 2/20/2024 11:02:19 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- FA8726 AFLCMC HNK C3IN HANSCOM AFB MA 01731-2100 USA
- ZIP Code
- 01731-2100
- Solicitation Number
- DAF_UC_Enterprise_Voice_Feb2024
- Response Due
- 2/26/2024 11:00:00 AM
- Archive Date
- 03/12/2024
- Point of Contact
- Erin VanCise, Kristina Flynn
- E-Mail Address
-
erin.vancise@us.af.mil, Kristina.Flynn@us.af.mil
(erin.vancise@us.af.mil, Kristina.Flynn@us.af.mil)
- Description
- 20 Feb 24 UPDATE:� RFI Questions and Answers have been posted for all interested vendors to review. 1. Introduction This RFI is an update to the previous Sources Sought notifications �Request for Information - Unified Capabilities for USAF� published on 22 May 2023 and �Request for Information for AFLCMC/HNI Unified Capabilities (UC)� posted on 13 Mar 23, both on SAM.gov. A significant reduction in scope has since occurred, as identified below, driving further market research to identify the current marketplace and encourage Small Business participation. The Government encourages all vendors to review this updated RFI for potential interest. 2. Background The Department of the Air Force (DAF), Air Force Cycle Management Center (AFLCMC), Command, Control, Communications, Intelligence, and Networks Directorate (HN), Enterprise Information Technology and Cyber Infrastructure Division (HNI), Program Management Office (PMO) is issuing this Request for Information (RFI) to identify potential vendors to perform the requirements identified in the attached draft Statement of Objectives (SOO). The DAF is eliminating the use of Time-Division Multiplexing (TDM) voice technology across all locations.� Local telephony infrastructure at the DAF�s worldwide facilities is being upgraded from TDM to Internet Protocol (IP), and Primary Rate Interface (PRI) trunks are being replaced with Session Initiation Protocol (SIP) trunks.� As part of this telephony modernization, the DAF seeks to centralize portions of its telephony infrastructure that is utilized to support phone calls from hard phones and other devices into an �Enterprise Voice� solution that minimizes the infrastructure deployed and maintained at each base. The DAF requirement is to obtain Enterprise Voice as a service, with hardware, infrastructure, and maintenance as a contractor owned, contractor operated (COCO) solution. The previous RFI�s identified the anticipated scope of this requirement to include upgrading to an Enterprise Voice solution for both hard phones and soft phones. This scope has been reduced to now only include the Enterprise solution for hard phones. The Government intends to utilize NAICS 541519, Other Computer Related Services, with a small business size standard of $34M, for this requirement. 3. RFI Purpose The purpose of this RFI is two-fold: ��������������� 1. To gauge industry capability, particularly seeking interested Small Businesses, and the potential solutions that could be implemented to meet this requirement. See Attachment 1, RFI Questions, for specific details to include within RFI responses. ��������������� 2. To obtain industry feedback on the following draft RFQ documents attached to this RFI: ������������������������������� a. Attachment 2, DRAFT Statement of Objectives (SOO) ������������������������������� b. Attachment 3, DRAFT Evaluation Process ������������������������������� c. Attachment 4, DRAFT Small Business Participation Commitment Document (SBPCD) 4. Response Format The Government requests written responses to this RFI in a Microsoft Word document not to exceed (NTE) 15 pages in length (cover page not included). Page size is to be 8.5� x 11.0� with 1� margins. Text should be Times New Roman, no smaller than 12 point font. Respondents should identify the following information on the cover page of its submission: Company Name, Address, and Point of Contact CAGE Code NAICS Code, size of pursuant business Large Business or Small Business designation Company Ownership: Domestic or Foreign (indicate country of ownership) GSA Schedule(s)/GWAC(s)/Other Ordering Vehicles held that could be applicable to this requirement The company name should appear clearly on every page of the submittal and proprietary information must be clearly marked. To the maximum extent possible, please provide non-proprietary information. Please identify any information that might be identified as Controlled Unclassified Information (CUI) or proprietary and ensure it is transferred through an appropriate medium. No classified information shall be submitted. Any questions regarding this RFI must be submitted via email on the Q&A Template at Attachment 5 within 5 business days of this posting to the Contracting Officer at erin.vancise@us.af.mil and the Contracts Specialist at kristina.flynn@us.af.mil. All questions and their answers will be posted with this RFI for all interested parties to access. 5. Disclaimer This is an RFI, as defined in Federal Acquisition Regulation (FAR) 15.201(e). Any information submitted by respondents to this request is strictly voluntary. This is not a Request for Proposal (RFP), Request for Quotation (RFQ), or Invitation for Bid (IFB); nor does its issuance obligate or restrict the U.S. Government to issue an RFP, RFQ, or IFB in the future. The U.S. Government does not intend to award a contract or order based on responses from this RFI. Not responding to this RFI does not preclude participation in any future RFP, RFQ, or IFB, if any are issued. Respondents are advised the U.S. Government shall not pay for any information provided, the use of such information, the preparation of such information, travel expenses, nor any administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested parties� expense. Information received from this RFI will be used for acquisition planning and market research purposes; an acquisition strategy has not yet been approved for this requirement. As such, any response submitted to this RFI constitutes consent for that submission to be reviewed by military personnel, Government civilians, and Government support contractors, such as Deloitte Consulting LLP, Isobar Public Sector, Oasis Systems, Applied Research Solutions (ARS), Aegis, Abacus Technology Corporation, Insight Public Sector, and QuanTech Services, among others. The responses may be forwarded to other Government entities in consideration for applicability to other programs. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. All DoD contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information. The U.S. Government shall not be liable for damages related to proprietary information that is not properly identified. Proprietary information will be safeguarded in accordance with the applicable U.S. Government regulations. Respondents are advised that the Government is under no obligation to provide feedback with respect to any information submitted. Issuance of this RFI does not obligate or restrict the U.S. Government to an eventual acquisition approach.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/69cc1858611d4f209ffeda594844302c/view)
- Record
- SN06971183-F 20240222/240220230048 (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 |