Installation Services

PACAF VOIP Tech Refresh

Summary: After the closing date of GSA RFQ 1518799, it was determined that CLINS 0009 and 0010 as broken out in the attached Statement of Objective (SOO), were inadvertently left off of the RFQ quotation document. Further review also showed that shipping and travel costs were not specifically addressed in the solicitation or attachments, though delivery and installation services are the main proponent of this requirement. As such, the attached RFQ document has been updated to reflect these additions as they should be included in the offerors quotes. Actual travel costs will be reimbursed in accordance with GSA Per-Diem and Joint Travel Regulations, but should be quoted as an estimate based on the locations as broken out in the SOO and anticipated level of effort for this requirement. Finally, Open Market items, supplies or services, (that is, required items that do not directly fall under these specific GSA schedules) will be accepted under this requirement, but should be labeled as such in the offerors quotations. All quotations will be due No Later Than Thursday Sept 16th at 1500 HST. Quotations can be emailed to the POC below, but should be submitted on GSA ebuy. Due to limitations under the 2GIT BPAS for services, RFQ1507794 has been moved under these schedules as it was determined to be predominantly a service requirement after consultation with GSA. PACAF A3/6 requires the purchase and delivery of Business 7000 UCS Servers that will serve as tech refreshes for PACAF’s Main Operating Bases. The sites include Misawa AB, Japan; Kunsan AB, South Korea; Andersen AB, Guam; JBER, AK; and Diego Garcia, British Territory. Cisco Business 7000 UCS Servers and Cisco Business 6000 UCS Servers are the standardized network components for the NIPRNET/ SIPRNET infrastructure that supports the Air Force component of PACAF. In order to avoid unnecessary delay in fulfilling the Government’s requirements and experiencing duplication of costs as stated herein, the requested hardware and licenses is of the only brand that will satisfy the Government’s requirements at this time. Ten (10)PACAF VoIP systems and ten (10) PACAF Voice over Secure Internet Protocol (VoSIP) systems currently operate on call management servers (Cisco Unified Communication Manager (CUCM) version 11.5) on their Non-secure Internet Protocol Router Network (NIPRNet) and Secure Internet Protocol Router Network (SIPRNet). The purpose of this project is to upgrade those call management systems and voicemail systems to the latest Defense Information Systems Agency (DISA) Joint Interoperability Test Command (JITC)-certified release (CUCM version 12.5 or equal). The contractor shall migrate the configurations and licenses from the existing systems including the scheduled backups. The upgraded system shall be tested and verified by the contractor and PACAF. Throughout the installation of the VoIP and VoSIP version upgrade, the contractor shall follow the latest version of the Department of Defense Local Session Controller (LSC) Deployment Guide, DISA JITC APL System Under Test (SUT), DISA JITC APL Desktop Review (DTR) documentation, and all applicable DISA VVOIP STIGs. Due to this upgrade being for a Command and Control (C2) system the contractor shall ensure full online redundancy is implemented for the call management servers. VoIP Sites: JBPHH, JBER, Eielson, Andersen, Yokota, Misawa, Kadena, Osan, Kunsan, and Diego Garcia. VoSIP sites: JBPHH, JBER, Eielson, Andersen, Yokota, Kadena, Misawa, Osan, Kunsan, and Diego Garcia. VoIP telephones shall include all applicable Commercial-Off-The-Shelf (COTS) products that comply with AFI 33-200, Information Assurance. Refer to Request for Quote Package for details of the items, the Statement of Objective for technical and delivery requirements, and the Q&A and PLM MFRs for additional information.

Vehicle: IT 70

RFP release date: 9/14/2021

Proposal due date: 9/17/2021

Related Attachments:

Read more

Joint Service Provider (JSP) Video Tele-Conference (VTC)

Summary: Defense Information System Agency (DISA)/Joint Service Provider (JSP) Video Tele-Conference (VTC) and Cable Services Division (JP64) to establish a BPA to fill a repetitive need for AV/VTC Hardware and Installation services.

Vehicle: IT 70

RFP release date: 7/22/2021

Proposal due date: 8/13/2021

Related Attachments:

Read more

UHF/VHF Truck Radio Removal and Installation Services

Summary: Sources sought for UHF/VHF Truck Radio Removal and Installation Services. PLEASE NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT SYNOPIS ISSUED ONLY TO CONDUCT A MARKET RESEARCH STUDY FOR AN ANTICIPATED REQUIREMENT. This is a sources sought announcement seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. This is not a request for quotation or proposal. This notice is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. If a Request for Proposal is issued for this requirement it will not be issued under this number. This synopsis is issued for the sole purpose of conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10. The designated North American Industry Classification System (NAICS) Code is 811213: Communication Equipment Repair and Maintenance, with a size standard in millions of dollars: $11.0. The Hawaii Air National Guard (HIANG) is conducting market research based on the following: Remove two (2) each PRC-117 and associated cables Remove one (1) each Power Inverter and associated cables Remove one (1) each LMR Motorola Radio System and associated cables Remove one (1) each Harris/Motorola Radio Speakers and associated cables Remove two (2) each Harris keypads and mounts and associated cables Remove one (1) each truck rack located in the bed of the truck Remove two (2) each antennas and associated cables Remove one (1) each safety light and associated cables. Install all above parts into new vehicle with the following exceptions: a. Fabricate center top dash mounting system for dual control heads in a manner that can be reverted back to factory specifications for a 2017 Chevy 2500HD crew cab b. Government will provide two new antennas, antenna mounts. New antenna/antenna mounts shall be mounted to the vehicle in a manner that will not disrupt transmit/receive capabilities. c. Install government procured, Motorola APX6500, LMR radio system installed with ergonomic mounting system. d. Install contractor procured Laptop station (RAM No-DrillLaptop Mount (Mfr Part Number RAM-VB-193-SW1) “or equal”) in an ergonomic manner to maintain the ability to utilize Harris 10511-1300 keypads and Motorola APX6500 radio system. Location of service will determined if vendor has capabilities to perform at their respective location, otherwise Place of Performance shall be at 360 Mamala Bay Drive, JBPH-H, Hawaii 96853.

Vehicle: IT 70

RFP release date: 7/13/2021

Proposal due date: 7/20/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com