Federal Bid

Last Updated on 18 Nov 2008 at 9 AM
Combined Synopsis/Solicitation
Fort harrison Montana

D--MTARNG Wireless Project

Solicitation ID W9124V08T0013
Posted Date 09 Sep 2008 at 9 PM
Archive Date 18 Nov 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7nk Uspfo Activity Mt Arng
Agency Department Of Defense
Location Fort harrison Montana United states 59636
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Proposals, warranty information and price quotations are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This acquisition is a total small business set-aside. The North American Industry Classification System (NAICS) codes is 238210 with small business size standards of $14M. STATEMENT OF WORK 1. SUMMARY MT ARNG is requesting proposals to engineer, furnish, install and test a capability to provide a secure Wireless solution in several buildings and ranges at Ft. Harrison, (Helena) MT. Must be compliant with the DOD Wireless Security Technical Implementation Guide (STIG) indoor and Mesh Wireless solution. Equipment must be Cisco in order to ensure full compatibility with the MTARNG Network. Anticipated Cisco Bill of Materials (BOM) located in Part 2.6. 2. WIRELESS SCOPE OF WORK 2.1. Cabling and Infrastructure The following cabling and infrastructure shall be provided by the contractor in order to support the installation of the wireless access points. This should include all labor, equipment, and material, including electrical wiring, connectors, and mounting hardware in support of the solution at the following locations: HAFRC: " 4 drops to grid location J17 (classrooms); assume Cat5e plenum runs no more than 300ft to the comm closet " 4 drops to grid location G18-G19 (assembly); assume Cat5e conduit runs no more than 300ft to the comm closet; one core penetration and seal through cinder block may be required BOQ1 " 8 drops in building; assume Cat5e plenum runs no more than 300ft to the comm closet BOQ2 " 8 drops in building; assume Cat5e plenum runs no more than 300ft to the comm closet Dormitory " 6 drops in building; assume Cat5e plenum runs no more than 300ft to the comm closet RTI " 7 drops in building; assume Cat5e plenum runs no more than 300ft to the comm closet Ranges (four total) " Supply and install mast to building and ground, attach AP to mast and ground; 1 conduit run of Shielded outdoor-rated Ethernet (CAT5e or better) cable with 0.2 to 0.35 in. (0.51 to 0.89 cm) diameter or as an option look at running 120VAC circuit directly to the AP with a service disconnect. Flag Hill " Supply and install one mast, height to be determined by the solution, with one concrete base with 120VAC circuit directly to the AP with a service disconnect. Antennae Mast " An antennae mast must be strong enough to support wind loads and weight of equipment of up to 8 wireless antennas. " Height must allow for clearance of signals to reach all destination end points " Electrical wiring from nearest accessible power to mast " Two (2) 120 volt 20 amp circuits with waterproof electrical connections at the height needed to accommodate the antennas. " One (1) 120 volt 20 amp waterproof connection at ground level " All construction must meet all applicable codes and regulations and pass an inspection by Fort Harrison Facility engineers 2.2. Wireless AP Install The wireless APs that are part of the BOM should be installed in the locations identified above This should include all labor, equipment, and material, including electrical wiring, connectors, and mounting hardware in support of the solution at the identified locations in the section above. " Install Mount seven (7) mesh and thirty-eight (38) indoor APs with contractor and AP provided mounting hardware and t-bar hangars. " Mount and align all antennas to APs " Connect APs to Cat5e cabling or AC power " Verify successful power on self test of each AP. 2.3. Wireless Installation and Configuration The contractor will install and configure the WLAN Controller and APs to support QOS features, voice and data VLAN parameters, and security. The following tasks should be performed: " Install and configure the two (2) WLAN controllers to manage all APs in the solution. " Configure all APs according to information gathered during the planning phase including voice, data, FIPS and WPA2 security features. " Configure guest access wireless VLAN separate from the internal secure wireless VLAN " Install and configure in FIPS mode with the Cisco Secure client on no more than (5) GFE computers and verify SSO and CAC capability. " Install and configure WCS wireless management software on MT ARNG provided server 2.4. Documentation As part of the solution documentation identifying the overall configuration, version information, individual component configuration, and geographic data will be provided by the contractor. This documentation should include but not limited to: " Complete and present final installation documents, training documents, testing documents, configuration documents, drawings, site hardware, software, licensing, versioning inventory, warranty " Document Network Diagrams " Document Power Diagrams " Support Services, Warranty Service Plan information for warranty and support on all components " The as-built network diagram " Specific changes made to each product from their out-of-box state " Results of show config from the router and all switches " Troubleshooting aids " Unique configurations " Troubleshooting guidance for those unique configurations " Test results " Recommendations " Templates for future enhancements " Templates for ordering " Templates for upgrade 2.5. Knowledge Transfer and Orientation On the job training will be required for local personnel on configuration of all components of the wireless solution including the controllers, indoor and mesh APs, and the management software. 2.6 Anticipated Cisco Bill of Material Product Description Quantity AIR-WLC4402-50-K9 AIR-WLC4402-50-K9 4400 Series WLAN Controller for up to 50 Lightweight APs 2 AIR-PWR-CORD-NA AIR Line Cord North America 2 Included: SWLC4400K9-32 Cisco Unified WLAN Controller SW Release 3.2 2 Included: SWLC4400K9-32-ER WLAN Controller Emergency SW for 4400 2 AIRWLC4400FIPSKIT= FIPS Kit WLC 4400 Spare 2 CON-SNT-WC440250 SMARTNET 8X5XNBD 4402-50 WLAN Controller 2 WCS-STANDARD-K9 WCS-STANDARD-K9 WCS Top Level SKU for AP capacity options. 1 WCS-APLOC-100 Option Of WCS-Standard-K9 100 APs Location. License Only. 1 CON-SAU-WCSAL1C SW APP SUPP + UPGR WCS Location License for 100 APs 1 CON-SAU-WCSSTDK9 SW APP SUPP + UPGR WCS Top Level SKU for AP capacity option 1 SSC-FIPS SSC-FIPS Soft Bundle for SSC and FIPS Drivers 50 AIR-SC5.0-XP2K SW Client 5.x wired and wireless devices 50 AIR-SC5.0-XP2K-L1 Specified seat count up to 250 50 CON-SAS-AIRSC50X SW APP SUPP SW Client 5.x wired and wireless devices 50 CON-SAS-AIR5XL1 SW APP SUPP Specified seat count up to 250 50 AIR-SSCFIPS-DRV 3eti driver for Cisco Secure Services Client (SSC) FIPS 50 AIR-SSCFIPS-DRV-L1 Specified seat count up to 250 50 SP-PRODUCTS-TERMS Buyer Acceptance of SolutionsPlus Terms and Conditions 50 CON-SAS-SSCFIPS SW APP SUPP 3eti driver for Secure Services Client 50 CON-SAS-SCFDL1 SW APP SUPP Specified seat count up to 250 50 AIR-LAP1522AG-A-K9 AIR-LAP1522AG-A-K9 802.11a,b/g Outdoor Mesh AP, FCC Cfg 7 AIR-1520-BATT-6AH 1520 Series Battery Backup System 7 AIR-ANT2480V-N 2400-2483.5 MHz, 8.0 dBi Omni Ant. with N Connect 21 AIR-ANT5180V-N 4900-5850 MHz, 8.0 dBi Omni with N Connect 2 AIR-ANT58G10SSA-N Aironet 5.8 GHz 9.5 dBi Sector Antenna 5 Included: SWLAP1520-IOS-K9 1520 Series AP Software Image - IOS 7 CON-SNT-LAP152AA SMARTNET 8X5XNBD 802.11a,b/g Outdoor Mesh AP, FCC Cfg 7 AIR-ACCPMK1500= Aironet 1500 Pole Mount Kit 7 AIR-CORD-R3P-40NA= 1520 Series AC Power Cord, 40 ft. N. Amer Plug 7 AIR-LAP1252AG-A-K9 AIR-LAP1252AG-A-K9 802.11a/g/n-d2.0 2.4/5-GHz Mod Unified AP; 6 RP-TNC; FCC 38 AIR-PWRINJ4 Power Injector - 1250 Series 38 AIR-PWR-CORD-NA AIR Line Cord North America 38 AIR-CONCAB1200 Console Cable for 1130, 1200, 1230, 1240, 521, 1250 5 S125RK9W-12410JA Cisco 1250 Series IOS WIRELESS LAN LWAPP RECOVERY 38 CON-SNT-LAP1252A SMARTNET 8X5XNBD 802.11a/g/n-d2.0 2.4/5-GHz Mod Unified A 38 512A-BHC Erico 512A with BHC mounting clip; Box of 50 1 AIR-ANT2430V-R= 2.4-GHz 3 dBi Triple Omni Antenna 3 RP-TNC; Spare 38 AIR-ANT5140V-R= 5-GHz 4 dBi Triple Omni Antenna 3 RP-TNC; Spare 38 3. QUALITY CONTROL PLAN AND KEY PERSONNEL 3.1. Engineering Resources and Expertise Certain skilled experienced professional and/or technical personnel are essential for accomplishing the work to be performed. Key personnel are all individuals who will be supporting this requirement in a primary capacity, to include full and part-time personnel. These personnel should be certified in Cisco wireless, and the Company should be a Cisco Gold partner that holds certifications for specialization in Cisco wireless. The Contractor shall provide a project manager who will be responsible for the performance of the work. The name of this person, and an alternate who will act for the contractor when the manager is absent, shall be designated in writing to the COTR. The project manager should utilize a company registered ISO 9001:2000 plan and hold a PMP certification from the Project Management Institute (PMI). PMI methodologies should be followed for all aspects of the service engagement. 3.2. Quality Control Plan The contractor should have a documented quality control assurance process and describe that approach to ensure successful implementation of the wireless solution. 4. CONTRACTOR INVOICES / PAYMENT 4-1. The Contractor shall invoice for services against the respective contract line item (CLIN). Each invoice shall include the CLIN number, service/maintenance date, type and number of equipment serviced, and any additional repairs/parts expense. The Contractor is encouraged to submit invoices within seven days of the completed service. 5. ENTRY TO FORT HARRISON 5-1. Fort Harrison, Helena, Montana is a closed Fort. Contractor personnel while working on the installation may obtain a temporary visitors pass at the Front Gate; each individual must have an accepted form of photo identification. Warranty period shall be confirmed to be one year after acceptance. FOB - Destination. The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this announcement and are available at www.arnet.gov: 52.212-1, Instructions to Offerors--Commercial Items; 52.212-3, Offeror Representations and Certifications--Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; 52.214-34 Submission of Offers in the English Language; 52.214-35, Submission of Offers in U.S. Currency, 52.219-6; Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52,232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.244-6, Subcontracts for Commercial Items and Commercial Components; and 52.245-2, Government Property (Fixed-Price Contracts). Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Offerors may visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Proposals will be reviewed to determine which one represents the greatest value, price and other factors considered. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the best value to the Montana National Guard in terms of the following evaluation criteria: 1. Ability to meet the technical requirements. Provide examples of as-built drawings and documentation from two projects of similar complexity. 2. Resumes of personnel. Provide resumes of Project Manager and Technicians proposed for use under this contract.3. Warranty and Price. The evaluation criteria are listed in descending order of importance. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. Proposal submission requirements follow: All quotations shall be submitted in an original and one copy for receipt no later than 4:00 p.m., Mountain Standard Time, September 19, 2008, and be clearly marked with Request For Quotation Number W9124VT0013. Offerors are hereby notified that if your quotation is not received by the date and time and at the location specified in this announcement that it will be considered late. Offers must be submitted by hard copy to the USPFO for Montana, ATTN: CPT Lende, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789. Offers by telephone transmitted facsimile (fax) will not be accepted. If you have any questions, please contact CPT Chris Lende at 406-324-3403 or email [email protected] .
Bid Protests Not Available

Similar Past Bids

Fort harrison Montana 23 Sep 2008 at 3 PM
Fort belvoir Virginia 28 Sep 2007 at 4 AM
Fort belvoir Virginia 11 Sep 2007 at 4 AM