Upgrade

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

EAC Program – Application Cybersecurity Enterprise Services BPA

Summary: This announcement is a sources sought/request for information (RFI). This not a request for quote (RFQ)/request for proposal (RFP) and a formal solicitation is not available at this time. Enterprise Applications Cybersecurity (EAC) Program is responsible for ensuring that IT assets under the purview of EBS are in compliance with Federal and Agency policies. As the portfolio of assets continues to grow, EBS must be able to scale its cybersecurity capabilities to meet the needs of its customers. A flexible BPA is needed to provide a full range of cybersecurity services to assist EBS in carrying out its IT security oversight responsibilities. The Contractors will be responsible for providing subject matter expertise support in project management, technical and functional support, data integration and migration management, and upgrade support. The Internal Revenue Service is issuing an Request for Information (RFI)/Sources Sought on behalf of The Department of Treasury, Enterprise Business Solution. Interested contractors may submit a capability statement to demonstrate their ability to fulfill the task areas outlined in the RFI.

Vehicle: IT 70

RFP release date: 9/13/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more

Human Research Info System (HuRIS) Programming Support and Maintenance Services

Summary: The purpose of the requirement is to provide the Intramural Research Program (IRP) of the National Institute on Drug Abuse (NIDA) continued development and support services for the Human Research Information System (HuRIS) to include addressing new requirements and for the expansion, upgrade, and maintenance of the involved informatics and mobile health (mHealth) solutions. A constellation of applications critical in achieving NIDA, IRP’s mission including desktop, web-based, and mobile solutions have been developed and maintained by the Biomedical Informatics Section (BIS) at the IRP. HuRIS implemented at the NIDA-IRP is established as the official mechanism for performing all the major clinical functions at the IRP including data entry, data collection, data storage, retrieval and analysis of data as related to both the informational and transactional systems. These systems include the automated patient charts, the laboratory analysis data and various other scientific and psychological assessment and/or questionnaire data. Please see the attached RFQ and included attachments for full requirements including submission details and evaluation criteria.

Vehicle: IT 70

RFP release date: 9/10/2021

Proposal due date: 9/17/2021

Related Attachments:

Read more

Cisco ISE Software Services

Summary: The requires support to design, install, configure, and train for a network Cisco Identity Service Engine (ISE) software upgrade from v2.0 to v3.0.0 for Hurlburt Field, Florida. The existing routers, switches, firewalls, wireless networks and wireless LAN controllers (WLC) shall be used as part of this solution. This Statement of Work (SOW) outlines engineering services to install and configure existing government-owned Cisco ISE on the existing government-owned hardware with a level of understanding in accordance with industry best practices and DoD security requirements. 2. Requirements/Existing Equipment. The engineering and operations teams plan to use Cisco-based ISE software for a network solution that will provide security at the network edge. Layer 2/3 routing and switching infrastructure exists at the access and distribution layers. A high-density wireless LAN solution is also in place. Requirements: – Wired devices to switches will be required to use 802.1x certificates. – All devices connected to wireless access points (WAP) will require 802.1x certificates. – Non Transport Layer Security (TLS) devices may use MAC Address Bypass (MAB) authentication in place of 802.1x certificates. – Terminal Access Controller Access-Control System (TACACS) is required for network devices. – Common Access Card (CAC) usage is required on wired devices. Assist with client posture and profiles, if necessary, according to best practices. Existing Network Equipment: – Approximately 60 Cisco network switches – 3560, 3850, 9200, 9300, 9500, N9K – 145 Cisco WAPs – 9120-AXI, AIR-3702, AIR-3800 – Three Cisco 9800 WLCs – 5 Cisco routers – ASR4331, ASR1001-X – ASA devices Cisco – ASA1010, FPR2110, – Forcepoint SideWinder firewall (VMware) – Approximately 5,000 Apple iPads (aka Electronic Flight Books [EFB]) controlled by a mobile device manager (MDM) – Approximately 100 Dell and HP laptops and desktops 3. The Government will be responsible for and provide the following: – Documentation/network topology as needed. – Device configuration as needed. – Access to equipment, server(s), located in a secure area – Proper power feeds to all equipment from UPS or separate electrical outlet within the required range of the equipment. – Necessary path cables. – Access to existing network infrastructure associated with Guest Wireless Network. – Internet circuits are terminated and functioning properly. 4. The vendor/contractor engineering team will be responsible for and provide the following: – Device configuration on up to 5 of each type of hardware (see above) with configuration guides to the remaining devices. – Coordination of the implementation of the software installation to limit downtime during transition to the new gear and design. – Successful testing: o TACACS configuration o 802.1x TLS EAPoL on switches (5 switches + 3 WLCs) o 802.1x TLS (wireless) on WLC o 802.1x User/Password o Windows User Authentication (wired) deployment via Group Policy Objective (GPO) and CAC o Windows User Authentication (Wi-Fi) deployment via GPO and CAC o Mobile device Authentication (Wi-Fi) deployment via MDM platform o LAN Printer Authentication (wired) Manual certificate deployment o Templates for the above – Training up to 16 hours to include: o Management Console o Administrative functions o Best practices o Reporting o Documentation of new configurations o Walk through of configurations o Basic troubleshooting information – Creation of as-built documentation with updated diagrams and build information to include system design files, IP addressing, device names, and software versions. 5. Project schedule will be provided within ten (10) days of receipt of purchase order or signed contract. This schedule includes client milestones, design, configuration, on-site work, and customer training and is based on the assumptions listed above.

Vehicle: IT 70

RFP release date: 8/31/2021

Proposal due date: 9/10/2021

Related Attachments:

Read more

Patrick SFB Ethernet Upgrade

Summary: Patrick SFB ethernet speed upgrade for the EISP MPLS secure network. AVPN – E – 10m, Shared, Optical Access Interface, 10m Access Speed, PTABFLAK Site Code, 1225 Jupiter St, Patrick AFB, FL, CCBHFLMA LEC SWC, COCOFLCC POP. Service not to exceed one year

Vehicle: IT 70

RFP release date: 8/31/2021

Proposal due date: 9/2/2021

Related Attachments:

Read more

National Defense University (NDU) AV Technology and Audio System Upgrade

Summary: This is an RFI to determine a path forward to solicitation. Please read all attached documents before responding to this RFI. There is a questionnaire that should be provided with any responses.

Vehicle: IT 70

RFP release date: 8/27/2021

Proposal due date: 9/1/2021

Related Attachments:

Read more

CCTV Upgrades

Summary: Closed Circuit Television Vision (CCTV) Upgrade and Expansion Project for the National Computer Forensics Institute. This RFQ is for CCTV upgrades and expansion in accordance with the attached statement of requirements (SOR).

Vehicle: PSS

RFP release date: 8/20/2021

Proposal due date: 9/3/2021

Related Attachments:

Read more

GSA R8 Utah Full Facility Maintenance Services

Summary: The purpose of this FBO Notice is to announce Industry Day for upcoming contracts in Region 8 Facilities across Utah. General Services Administration is seeking viable qualified Contractors that have performed or have the capability to perform a Full Facility of Services for a Multitude of Buildings across Utah. Industry Day Information: INDUSTRY DAY PRE-REGISTRATION REQUIRED The General Services Administration (GSA) will hold an industry day event to seek Small Business capable of providing services in Ogden, Provo and Salt Lake City Utah for Full facility Services. GSA will be presenting on Tuesday, August 31, 2021 on upcoming requirements for Utah procurements to include Custodial, Facilities Engineering (Enhanced Operation and Maintenance), Landscaping and Snow Removal. This event will be held virtually via Zoom The purpose of these events is to discuss the possibilities for small business participation, acquisition plans/strategies, answer questions, and receive industry input. NOTE: You MUST submit registration for these events. Limited to 3 attendees per company. Attendance does not guarantee consideration for solicitation or contract award. Follow-Up Questions & Answers (Q&A) and other information may be posted at a later date on the Federal Business Opportunities (www.FBO.gov) website, at the discretion of the Contracting Officer. Information Requested: Contractors capable of performing as a prime contractor that meet the requirements stated below are encouraged to submit a PDF capability statements no more than five pages in length. Capability statements must include the following information. Company Information: Name, address, business size, duns. Company status: *Company size and applicable socioeconomic status Affiliate information: parent company, joint venture partners, and potential teaming partners. Schedule Contract: Schedule contract number, SINS Past Experience: Provide summaries for one to three similar projects (as described) above that demonstrate the small business firm’s past experience. SBU Form: Provide a Signed SBU form with your Capability Statements – Due to the information provided as part of the industry day you will not be admitted to the Industry day Zoom call without a signed SBU form. Questions: Provide any questions prior to the event that GSA will be able to address during the Industry day. Interested firms having the capabilities necessary to meet or exceed the stated requirements are encouraged to submit responses addressing each of the criteria (1-5) as stated above. All responses are due by August 26, 2021 and shall be submitted to R8rspteam@gsa.gov. Description of Contracting Vehicles being discussed Facilities Engineering – Concept requiring contractors to respond to the multidisciplinary demands in a dynamic work environment to achieve joint long and short-term performance using System thinking and Program Strategy objectives in partnership with GSA all while performing services to include, but not limited to: electrical systems and equipment, including high voltage power distribution equipment and systems, power poles; mechanical, plumbing, energy management control systems, and heating, ventilation, and air conditioning systems and equipment; fire protection and life safety systems and equipment; architectural and structural systems, fixtures, and equipment; service call desk operations to include record keeping using a national computerized maintenance management system (NCMMS) as well as other administrative functions; maintenance of dock levelers; domestic water equipment and systems; water treatment equipment and systems; sanitary sewage equipment and systems, storm drainage equipment and systems; reporting of elevator problems and service calls to the elevator contractor and Contracting Officer’s Representative; roofs and roofing systems; additional services may be ordered at the discretion of the Government for work relating to the operations, maintenance and repair or upgrade of federal buildings located in the states listed above. Custodial and Related Services will include complete standard and above standard custodial services that are, but not limited to: general cleaning, pest control, interior/exterior window washing, solid waste management, trash and recycling (commingled/single-stream and paper) services, pandemic cleaning based on current CDC Guidelines, quality control, reporting and service call desk operations to include record keeping using a national computerized maintenance management system (NCMMS) as well as other administrative functions. Additional services may be ordered at the discretion of the Government for custodial and related services work. Landscaping, Waste Management and Recycling and Related Services will include complete standard and above standard landscaping, grounds maintenance and snow removal services that are, but not limited to: general landscaping/exterior services, grounds maintenance, sustainable purchasing, solid waste and recycling management, integrated pest management, service calls, quality control, reporting and service call desk operations to include record keeping using a national computerized maintenance management system (NCMMS) as well as other administrative functions. Additional services may be ordered at the discretion of the Government for landscaping, waste management and recycling and related services work. Blanket Purchase Agreements (BPA) on GSA Schedule is an agreement established by a government buyer with a Schedule contractor to fill repetitive needs for supplies or services (FAR 8.405-3). BPAs make it easier for the contractor and buyer to fill recurring needs with the customer’s specific requirements in mind, while using the buyer’s full buying power by taking advantage of quantity discounts, saving administrative time, and reducing paperwork. Procurement Method GSA anticipates competing this requirement based on the responses gained for industry. If you are interested in learning the requirements to get on GSA MAS Facilities Maintenance and Management – 561210FAC , more information can be found at the Multiple Award Schedule Roadmap. https://www.gsa.gov/buying-selling/purchasing-programs/gsa-schedules/selling-through-schedules/guide-to-preparing-a-schedule-offer The sources sought notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. A Contracting Officer’s determination will be made to set any projects aside, resulting from this notice, for small or disadvantaged businesses from the qualified sources submitted from this request; therefore, all interested firms are encouraged to submit a response. All firms responding to this sources sought notice are advised that their response to this notice will not be considered for award. All interested parties will be required to respond separately to any solicitations posted as a result of the sources sought notice.

Vehicle: PSS

RFP release date: 8/19/2021

Proposal due date: 8/26/2021

Related Attachments:

Read more

AF Unify HiPath to OpenScape Dispatch System Upgrade Market Research

Summary: On behalf of the Air Force, GSA is conducting market research related to the subject requirement. To see the description of the requirement and any attachments, please copy and paste the below URL into a new browser. Only responses via the URL will be accepted! URL: https://feedback.gsa.gov/jfe/form/SV_cYmGXVye9St2p5Y Note: If the link does not work, please clear your browser history/cache and then copy and paste URL into a new browser. All inquiries in regards to this RFI should be sent to: rfi@research.gsa.gov Please include the RFQ number. Phone inquiries will not be accepted

Vehicle: IT 70

RFP release date: 8/16/2021

Proposal due date: 8/19/2021

Related Attachments:

Read more

Command Post C2 Console Upgrade

Summary: Please see attached Statement of Works (SOW) to upgrade the console at Malmstrom AFB, MT. We are seeking sources sought as we form our acquisition strategy. Would any of the attached work statements be sufficient to provide a quote? What if any additional information would be required? OVERVIEW: Engineer, Furnish, Install, and Test (EFI&T) an Advanced Console System (ACS) for the 341 Missile Wing Command Post. This will be a complete turn-key installation by Contractor. 1. SCOPE This Statement of Work (SOW) defines the 341 MW, MALMSTROM AFB Command Post requirements to purchase and have installed an Advanced Console System to support integrated IP-telephone and radio communications from the 341 MW Primary and Alternate Command Posts. This system will be fully integrated and will be installed on the premise of the 341 MW Command Post, MALMSTROM AFB. The work required consists of a site visit/survey, design, planning, installation, system set-up, testing, cut-over, controller (customer) training, and complete documentation of all hardware and software components for the proposed system. In addition, it will consist of labor and parts and a maintenance warranty for one (1) full year beginning at system acceptance/cut-over. This SOW requires a site visit/engineering survey to determine/refine system requirements. As a minimum, console communications shall be touch screen technology and the phone lines shall be multi-line capable with DSN capability and access to immediate and priority precedence. Further, the system itself and all components that comprise the system will be Joint Interoperability Testing Command (JITC) certified as a Local Session Controller (LSC) and have Multilevel Precedence and Preemption (MLPP) capability IAW DoD Instruction 8100.3. The console system will be part of an enterprise setup and must be able to connect to other AFGSC bases for survivability purposes with little to no cost for such capability.

Vehicle: IT 70

RFP release date: 8/10/2021

Proposal due date: 8/18/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com