Wireless Access Points
ID: W912TF24Q0018Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NN USPFO ACTIVITY NH ARNGCONCORD, NH, 03301-5607, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS (5810)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the New Hampshire Army National Guard, is seeking qualified small businesses to provide wireless access points and related services under solicitation number W912TF-24-Q-0018. The procurement includes the supply and installation of 40 Cisco Meraki indoor access points, licensing, a network security device, and associated deployment services, all aimed at enhancing communication capabilities at the Edward Cross Training Center in Pembroke, NH. This initiative is critical for ensuring robust and secure wireless connectivity, adhering to federal standards, and maintaining compatibility with existing infrastructure. Interested vendors must submit their quotes by the specified deadline, ensuring compliance with all outlined requirements, and can contact Richard Trafton at richard.c.trafton.civ@army.mil or Sean M Connolly at sean.m.connolly1.mil@army.mil for further information.

    Files
    Title
    Posted
    The document serves as an addendum to the FAR 52.212-2, outlining the evaluation criteria for quotes submitted under a government solicitation for commercial products and services. The government intends to award a Purchase Order to the quoter whose proposal is most advantageous, factoring in both price and additional criteria detailed in the solicitation. Evaluation consists of two main components: Price and Technical Acceptability. For pricing, all line items must be compliant with the solicitation, and prices should be deemed reasonable and balanced. In terms of technical evaluation, quotes are assessed based on how well they address the salient characteristics specified. Responses are categorized as Acceptable or Unacceptable. Acceptable responses must clearly indicate compliance with all line items, provide supporting documentation such as product data sheets, and include installation details as per the Statement of Work (SOW). Unacceptable responses fail to adequately demonstrate compliance or lack necessary documentation. This addendum underscores the importance of thorough and precise response submissions in federal contracting processes, ensuring that government needs are met effectively and efficiently.
    The document is a solicitation from the Department of Defense (DoD), specifically W912TF24Q0018, outlining various clauses related to government contracts, focusing on the procurement of commercial products and services. It includes references to numerous regulatory requirements, including compensation of former DoD officials, whistleblower rights, cybersecurity measures, and the use of domestic goods as per the Buy American Act. The structure consists of incorporated clauses, each with specific obligations and guidelines for contractors, such as ensuring compliance with safeguarding covered defense information and mandatory reporting in the Wide Area Workflow (WAWF) system for payment requests. Key points emphasize contractor responsibilities regarding unique item identification, the prohibition of certain telecommunications products, and various certifications related to small business status and legal compliance. The purpose of this solicitation is to ensure that contractors understand and comply with federal regulations while bidding for government contracts, emphasizing transparency, security, and adherence to domestic manufacturing standards.
    This memorandum outlines the process and justification for conducting sole source acquisitions under Simplified Acquisition Procedures (SAP) for contract values above the micro-purchase threshold but under the simplified acquisition threshold. The document specifies that a contracting officer can limit solicitations to a single source if it can be demonstrated that only one vendor can fulfill the government's requirements. In this instance, the Army National Guard is seeking Cisco brand Wireless Access Points for the Edward Cross Training Center, justifying that only Cisco products can ensure compatibility and operational integrity with the existing infrastructure, which would incur significant costs if replaced. The memorandum includes a statement of activities to remove competitive barriers for future acquisitions and confirms the need for a brand-name requirement to compel small business participation in the bidding process through the CHESS program. Ultimately, the offer will be awarded to the lowest-priced quote that meets technical standards and exhibits past performance capability. The summary reflects the necessity of Cisco products to maintain current communications systems while emphasizing compliance with federal procurement regulations.
    The Statement of Work (SOW) outlines the requirements for implementing a wireless solution at the Edward Cross Training Center (ECTC) for the New Hampshire Army National Guard (NHARNG). The awarded contractor will install 40 wireless access points (WAPs), ensuring high-speed internet coverage and supporting low voltage cable installations for data and voice. The project involves conducting a site assessment, adhering to specific installation standards including Category 6a cabling, and configuring network security according to government regulations. Key components include the installation of a security appliance for maintaining network security and flexibility to switch between cloud and local architecture. The wireless system will offer advanced management features like multi-site scalability, application prioritization, and detailed reporting functionalities. Compliance with federal standards, including FIPS 140-2, is mandatory, and the contractor is required to follow installation protocols while ensuring safety and security regulations are strictly adhered to. All work will be executed at ECTC in Pembroke, NH, during specified hours on weekdays, excluding federal holidays, emphasizing the project's significance in enhancing communications for the NHARNG.
    Lifecycle
    Title
    Type
    Wireless Access Points
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 100MB DISN VIRTUAL PRIVATE NETWORK (VPN) CONNECTION BETWEEN 51 LOVELL STREET, AYER, MA 01432/CCI AND 81 GRENIER STREET, HANSCOM AFB, MA 01731/CCI.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 100MB DISN Virtual Private Network (VPN) connection between two locations: 51 Lovell Street, Ayer, MA, and 81 Grenier Street, Hanscom AFB, MA. This procurement aims to enhance telecommunications capabilities, ensuring secure and efficient data transmission between the specified sites. The solicitation is categorized under the NAICS code 517111, focusing on wired telecommunications carriers, and will utilize a lowest price technically acceptable (LPTA) evaluation process for quotes. Interested vendors should direct inquiries to John Warner or Kevin Knowles via the provided email addresses, with all quotes due by the specified deadline outlined in the attached solicitation documents.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 10GB NON-SWITCHED, ETHERNET CIRCUIT REAWARD BETWEEN BLDG 173, SWITCH RM, 173 BUFFINGTON ROAD, PICATINNY ARSENAL, NJ 07806 AND BLDG 308, RM 203, 5450 CARLISLE PIKE, MECHANICSBURG, PA 17050.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 10GB non-switched Ethernet circuit between two locations: Building 173 at Picatinny Arsenal, NJ, and Building 308 in Mechanicsburg, PA. This procurement aims to enhance telecommunications infrastructure, ensuring reliable connectivity essential for military operations and coordination. The solicitation is structured as a request for quote (RFQ), with a focus on compliance with technical specifications and pricing for monthly recurring and non-recurring charges. Interested vendors should submit their quotes by the specified deadline, and for further inquiries, they can contact John Warner or Kevin Knowles via the provided email addresses.
    New England CERFP Collective Training Event, Colchester, VT
    Active
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting quotes for the New England CERFP Collective Training Event scheduled to take place in Colchester, Vermont, from November 18 to November 22, 2024. This procurement aims to secure training support services under the NAICS code 611519, focusing on emergency response and disaster planning, and is exclusively set aside for small businesses. Interested vendors must be registered in the System for Award Management (SAM) and are required to submit their quotes in three volumes, including technical, past performance, and pricing information, by the specified deadlines. For further inquiries, potential quoters can contact Darlene Howes at darlene.r.howes.civ@army.mil or Daniel Bibeau at daniel.s.bibeau.mil@army.mil, with questions due by September 24, 2024.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 10GB NON-SWITCHED, ETHERNET CIRCUIT REAWARD BETWEEN BLDG 173, SWITCH RM, 173 BUFFINGTON ROAD, PICATINNY ARSENAL, NJ 07806 AND BLDG 26-2, WALLACE SUITE RM, 700 ROBBINS STREET, PHILADELPHIA, PA 19111.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 10GB non-switched Ethernet circuit between two specified locations: BLDG 173 at Picatinny Arsenal, NJ, and BLDG 26-2 in Philadelphia, PA. This procurement aims to enhance telecommunications capabilities, ensuring reliable connectivity for military operations and related services. The solicitation is structured as a request for quote (RFQ) and will utilize a lowest price technically acceptable (LPTA) evaluation process. Interested vendors must submit their quotes, which should detail monthly and non-recurring charges, by the specified deadline, and can direct inquiries to John Warner or Kevin Knowles via their provided email addresses.
    L3 Harris Radio PRC 167 Dismount Kit & Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Washington Air National Guard at Fairchild AFB, WA, is seeking quotes for the procurement of L3Harris brand tactical radio systems and accessories under Solicitation Number W50S9D24Q5012. This Request for Quote (RFQ) aims to secure a Firm Fixed Price contract for essential communication equipment that meets NSA-approved Type 1 encryption standards, critical for secure military operations. The total estimated cost for the required items is approximately $61,528, emphasizing the importance of interoperability and security in military communications. Interested vendors must submit their quotes by September 23, 2024, at 4:00 PM PST, and are encouraged to direct any inquiries to Matthew R. Richard at matthew.richard@us.af.mil or Matthew J. Berube at matthew.berube@us.af.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 1GB ETHERNET DISN VIRTUAL PRIVATE NETWORK (VPN) SERVICE BETWEEN10903 NEW HAMPSHIRE AVE, SILVER SPRING, MD 20993 (SILVRSPR/CCI) AND 1668 PORTER STREET, FT DETRICK, MD 21702-5002 (FTDETRCK/CCI).
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1GB Ethernet DISN Virtual Private Network (VPN) service connecting two locations: 10903 New Hampshire Ave, Silver Spring, MD, and 1668 Porter Street, Ft. Detrick, MD. This procurement aims to enhance telecommunications capabilities, ensuring secure and efficient data transmission between the specified sites. The selected contractor will be evaluated based on the lowest price technically acceptable (LPTA) criteria, with all quotes required to detail monthly recurring and non-recurring charges. Interested vendors should direct inquiries to John Warner or Kevin Knowles via the provided email addresses, with proposals due by the specified deadline outlined in the attached solicitation documents.
    Field Assistance Service (FAS) has a requirement for a CISCO Catalyst 8300 Router (Gateway Server)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for a CISCO Catalyst 8300 Router to fulfill a requirement for the Field Assistance Service (FAS) Program Management Office. This procurement aims to replace an outdated Automated Call Distribution (ACD) Gateway Server that is no longer approved for use and has reached its End of Life, ensuring compliance with Joint Interoperability Test, Evaluation, and Certification (JITIC) standards. The new router is critical for supporting approximately 80 helpdesk calls annually related to Air Force and Department of Defense combat software systems. Interested vendors, particularly those certified as Woman-Owned Small Businesses, must submit their quotes by September 20, 2024, with delivery required by September 30, 2024. For further inquiries, vendors can contact Dione A. Davis at dione.davis@us.af.mil or Adam T. Golden at adam.golden.1@us.af.mil.
    IDS and AFNET Fiber for the Hawaii Air National Guard
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting quotes for the installation of Intrusion Detection Systems (IDS) and fiber optic lines for the Hawaii Air National Guard, with a focus on the 150th Electromagnetic Warfare Squadron in Kauai and the 109th EWS at Joint Base Pearl Harbor-Hickam in Honolulu. The procurement aims to enhance security measures and communication infrastructure at military facilities, ensuring compliance with federal security standards and operational readiness. Interested vendors must submit their proposals, including price quotes and technical approaches, by 10:00 a.m. Hawaii Standard Time on September 27, 2024, with inquiries directed to Jonathan Weber at jonathan.weber.14@us.af.mil. This opportunity is set aside for small businesses, reflecting the government's commitment to supporting small business participation in federal contracting.
    RIANG 282CBCS CCTV System
    Active
    Dept Of Defense
    The Department of Defense, through the Rhode Island Air National Guard, is seeking proposals from qualified small businesses for the installation of a Closed Circuit Television (CCTV) system at the 282d Combat Communications Squadron in North Smithfield, Rhode Island. The project requires the provision of a firm-fixed-price contract for a CCTV system that includes 6-8 PTZ cameras and 2 fixed cameras, with specifications for high-resolution capabilities, low-light operation, and 24/7 monitoring and recording. This procurement is critical for enhancing security infrastructure and ensuring compliance with NDAA regulations. Interested parties must submit their proposals by 5:00 pm EST on September 23, 2024, and can direct inquiries to MSgt Sandra Yazidjian at sandra.e.yazidjian.mil@army.mil. The estimated budget for this project ranges from $15,000 to $20,000, with a desired completion timeline of 90 days post-order receipt.
    99 FSS Security Cameras
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition and installation of security cameras at Nellis Air Force Base, Nevada, under the solicitation number F3G3MH4235AC01. This procurement is designated as a Total Small Business Set-Aside and requires vendors to provide all necessary materials and services, including the installation of 35 surveillance cameras in various locations within the Warrior Fitness Center, ensuring comprehensive coverage for facility safety. Interested parties must submit their electronic quotes by 25 September 2024, at 1000 PDT, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, vendors can contact Justin Woosley at justin.woosley@us.af.mil or Agatha Keith Morrison at agatha.morrison@us.af.mil.