NOTES OF IMPORTANCE:
1. A solicitation does not exist for this requirement. This is only a sources sought notice, so please do not submit proposals. The Government does not intend to award a contract on the basis of this notice
2. If the Government decides to pursue a solicitation, portions of your sources sought notice response may be incorporated into the final solicitation. Respondents are discouraged from submitting any information deemed competition-sensitive or proprietary.
3. Respondents will not be reimbursed for any costs incurred in responding to this notice. Information submitted will not be returned to the respective respondents.
4. Oral submissions of information will not be considered in response to this notice
To assist the Government in developing a potential acquisition strategy, please provide the following information:
1. GENERAL INFORMATION:
a. Company's full name, business size, address, point of contact and telephone number.
2. CAPABILITIES: Please address the following regarding your capabilities in meeting the requirements contained in the attached "draft" SOR:
a. Please answer yes or no, if your company is capable of fulfilling this requirement. If your company can provide a product that will meet the minimum specifications listed in the attached SOR, please provide the product name, item number, and specifications.
3. If your company can meet this requirement please provide a yes or no response, to the following questions in regards to the non-manufacturer rule:
i. Please provide the socioeconomic status of your business?
ii. If your company is a small business will your company manufacturer the items? Please answer Yes or No.
iii. If your company is a small business and does not manufacturer the required items will your company purchase the required items from a small business manufacturer. Please answer Yes or No.
Responses: Responses to this notice shall be provided in writing via e-mail to SSgt Randal Rose (Contract Specialist) at [email protected] (334)953-6170 and Jeremy Kersey (Team Lead) at [email protected]@us.af.mil (334)953-3526. All responses shall be received no later than COB 4:30PM CST on Wednesday May 01, 2019.
Attachment 1-Statement of Requirements (SOR)
STATEMENT OF REQUIREMENT
42CES/CEF
Maxwell AFB AL 36112-6523
AF FORM 9# - F2X3C79079A002
SCOPE: This Statement of Work (SOW) defines the requirements for providing Maxwell-
Gunter Fire Emergency Services Flight with a contractor to complete work request.
1.0. BACKGROUND: Upgrade existing D-21 system to the Defense Information Assurance Certification and Accreditation Process (DIACAP) or Risk Management Framework (RMF) at building 929 Maxwell and at Maxwell-Gunter Bldg. 834.
2.0. REQUIREMENT: The Maxwell-Gunter Fire Department requires the contractor to install and repair by replace the existing Monaco D-21 client CPU with the DIACAP-ABLE option so that it can be put through the DIACAP or RMF with the multitude of security Technical Implementation Guide rules published by the Information Assurance Support Environment (IASE). Technician will harden our computers, create individual user accounts with strong password checks, install DoD approved anti-virus software, turn on audit logging, set permissions, create a backup image of the hard drive(s) in-case of failure, and set required security settings. The D-21 Emergency management System is a significant tool in meeting life safety goals. This service is to ensure minimal downtime/repairs costs, and failures cause by aging equipment, this includes technology upgrade for existing D-21 CPU equipment.
2.1. PHASE 1: While on-site technician will service the entire system. Install the latest technology and software updates ensure the D-21 system runs at optimal performance levels.
2.1.1. This core technology is safer and simpler to operate under emergency conditions and will reduce our overall cost of purchasing replacement parts.
2.2. Work Scope: Provide and install components to repair by replace D-21 client CPU's (C1) and rack mounts at the Fire Station (to meet DIACAP-able requirement)
2.2.1. Transfer existing licenses to the new CPU (new software dongles will be provided)
2.2.2. Old CPU dongle software key will be returned with the installing technician
2.2.3. New USB software dongle will be provided
2.2.4. Existing software dongle to be returned with the installing technician
2.2.5. One (1) KVMA single monitor extender
2.2.6. CPU will be de-commissioned
2.2.7. Required upgrade for DIACAP-able
2.2.8. D-21 primary system (S1) at ECC Bldg. 929
2.2.9. D-21 redundant system (S2) at Alt ECC Bldg. 834
2.2.10. D-21 client workstation (C1) at ECC Bldg. 929
2.2.11. Provide a copy of the DIACAP-able scan results once the DISA STIG's are applied for each server/workstation
2.2.12. Perform a backup of the database and providing to the base Test and verify the D-21 systems are synchronized
2.2.13. Validate the system performance after installation
2.2.14. Perform evaluation of the D-21 system and make recommendations for upgrades or changes
2.2.15. Provide operator and administrator training
2.2.16. At the conclusion of the project tehnician will provide forms, system drawings, and documentation to detail the work that has been completed
2.3 Technology Upgrades to S1 & S2 Provide and install one (1) repair by replace rack mount D-21 primary server (S1) at ECC Bldg. 929; to include:
2.3.1 Includes Win10 operating system
2.3.2 One (1) KVMA single monitor extender
2.3.4 Existing Software licenses will be transferred to the new CPU
2.3.5 Existing CPU will be decommissioned
2.4 Provide and install one (1) repair by replace tower D-21 redundant server (S2) at Alt ECC Bldg. 934; to include:
2.4.1 Includes Win10 operating system
2.4.2 Existing Software licenses will be transferred to the new CPU
2.4.3 Existing CPU will be decommissioned
2.4.4Does not include any troubleshooting, repairs, or changes to existing transceivers, fire alarm control panels or antennas
All requirements must be completed as to fully integrate with the existing Monaco D21 systems and equipment, while maintaining full functionality and be installed by an authorized technician.
3. PERFORMANCE CRITERIA
3.1. Proper user training on equipment is essential in order to ensure the system operates at its optimal level. The Operator and Administrator training instructs users how to navigate the system's user interface, provides instruction on interpreting the display information, and shows the user how to respond to any alarms or alert conditions. Operator training consists of up to 4 hours of refresher training to be provided while the installation technician is on-site. Contractor will do an operation demonstration of all upgrades that have been made to the D-21 Client.
3.2. Clearances. No Security clearances required.
3.3. Privacy Act. Any Privacy Act information obtained during work with Vendor will
be for official use only and not released to outside agencies without prior approval from the individuals.
4. GOVERNMENT FURNISHED PROPERTY AND SERVICES.
4.1. Technician will be allowed on site and be able to or special access needs
4.2. If escorts are required to controlled areas then they shall be provided by the base
4.3. Does not include any troubleshooting, repairs, or changes to existing transceivers, fire alarm control panels or antennas
4.4. The D-21 network is currently accessible at identified installation locations
5. QUANTITIES. N/A.