3 OSS Secondary Crash Net
ID: FA500024Q1000Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5000 673 CONS LGCJBER, AK, 99506-2501, USA

NAICS

Telephone Apparatus Manufacturing (334210)

PSC

IT AND TELECOM - NETWORK: ANALOG VOICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G20)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a secondary crash net system for the 3 OSS at Joint Base Elmendorf-Richardson (JBER) in Alaska. The procurement includes a VoIP Emergency Conferencing system, installation services, and training, with a focus on compliance with the Department of Defense's Information Network Approved Products List. This system is critical for enhancing communication capabilities during emergency situations at the military base. Interested vendors must submit their quotes via email by September 20, 2024, and direct any questions to the primary contacts, Sean Leigh and Beau Burton, at the provided email addresses or phone numbers.

    Files
    Title
    Posted
    This document is a federal solicitation (FA500024Q1000), outlining clauses relevant to government contractors, particularly in the defense sector. It includes various clauses that govern contractor responsibilities, such as the requirement to inform employees about whistleblower rights, guidelines on compensation for former Department of Defense (DoD) officials, and the prohibition of certain telecommunications equipment and services from specified countries. Key clauses emphasize compliance with the Buy American Act, item unique identification requirements, and electronic payment submissions via the Wide Area Workflow system. The document also details specific certifications and representations that contractors must provide, including details about their business structure, previous legal compliance, and certifications related to child labor regulations. Overall, the purpose of the document is to set forth the critical terms and conditions that potential contractors must adhere to when responding to this request for proposals (RFP), ensuring compliance with federal regulations while promoting transparency and ethical practices in government contracting.
    The document outlines the requirements for a procurement by Joint Base Elmendorf-Richardson, focusing on a VOiP Emergency Conferencing System (UCCS) compliant with the DoD's Information Network Approved Products List. Key items requested include a VOiP system able to support 20 SIP sessions, a rack-mounted UPS with power distribution, a user interface console with a 15” screen, emergency phones with indicator lights, a VOiP gateway, a network switch, and installation and training services. All bids must meet specific criteria listed by the Department of Defense, emphasizing adherence to approved products to ensure functionality and security. This procurement is essential for establishing effective communication capabilities in emergency situations at the military base.
    The document outlines a pricing schedule for a Request for Proposal (RFP) related to a Secondary Crash Net system for a federal agency, specifically for a project at Joint Base Elmendorf-Richardson (JBER) in Alaska. It details various components to be supplied, including a VoIP Emergency Conferencing system, a Rack Mount UPS, a User Interface Console, emergency phones, a VoIP gateway, a network switch, along with installation and training services. Shipping costs to JBER must be included in the unit prices. Additionally, vendors are invited to offer extended pricing options, and a deadline for the quote's validity is required. The document also collects mandatory information such as business size classification, delivery date, net payment terms, and the vendor's DUNS number. It emphasizes that the individual signing the document must be an official signatory and that their signature denotes agreement to the RFP's terms and conditions. This document is part of standard federal procurement processes aimed at obtaining bids for necessary equipment and services to enhance operational capabilities at federal facilities.
    The document outlines a combined synopsis and solicitation for the procurement of commercial products related to a secondary crash net, classified under RFQ FA500024Q1000. This solicitation is set as a total small business set-aside under NAICS code 334210 and targets businesses with fewer than 1,250 employees. Quotations are solicited without the issuance of a formal written solicitation, and vendors are required to complete a pricing schedule and comply with all solicitation requirements. Quotes must be submitted via email by September 20, 2024, with questions directed to specified points of contact by September 18, 2024. The government intends to award a single contract based on the lowest price of technically acceptable offers. The contract stipulates delivery to Joint Base Elmendorf-Richardson, requiring installation and training. Regulations and clauses from FAR and DOD sources govern the procurement process, emphasizing that quotes are not binding offers but can lead to contract formation upon award, contingent on the contractor's agreement to all terms. The document serves as a clear invitation for qualified vendors to participate in supplying essential safety equipment while ensuring compliance with procurement guidelines.
    Lifecycle
    Title
    Type
    3 OSS Secondary Crash Net
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    JBER Kodiak Child Development Center Intercom Replacement and Installation
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the replacement and installation of a new intercom system at the Kodiak Child Development Center located on Joint Base Elmendorf-Richardson (JBER) in Alaska. The project requires contractors to provide all necessary materials, labor, and equipment to ensure compliance with the Statement of Work (SOW) and price schedule, with a focus on enhancing communication capabilities within the facility. This procurement is critical for maintaining safety protocols and operational efficiency, as the existing system is inoperable and affects daily operations and emergency procedures. Interested contractors must submit their proposals by 2:00 PM Alaska Standard Time on September 23, 2024, and are encouraged to attend a pre-proposal site visit on September 17, 2024, with prior clearance required for base access. For inquiries, contact John F. Gosh at john.gosh@us.af.mil or Beau Burton at beau.burton@us.af.mil.
    VOIP Training
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a VOIP training contract focused on Cisco Unified Call Manager (CUCM) at Eielson Air Force Base in Alaska. The training aims to equip ten government technicians with the necessary skills to administer and maintain the CUCM VoIP enclave, ensuring they are prepared for Cisco certification testing. This initiative is crucial for enhancing operational readiness and minimizing downtime in voice communications systems. The contract, valued at $16,000,000, is set to commence from October 1, 2024, to October 14, 2024, with quotes due by 10:00 AM AKST on September 24, 2024. Interested parties can direct inquiries to James Cameron at james.cameron.15@us.af.mil or Nicholas Johnson at nicholas.johnson.83@us.af.mil.
    3MUNS ISU Workshop
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide customized expandable ISU style workshops, with delivery to Joint Base Elmendorf-Richardson (JBER), Alaska. The procurement involves two units designed for use in austere environments, featuring specifications such as a single 463L pallet footprint, a weight capacity of 10,000 lbs, expandable side walls, and integrated systems for electrical connections and air conditioning. This initiative is crucial for ensuring the operational readiness and maintenance of sensitive military equipment under various weather conditions. Interested vendors must submit their quotes by 18 September 2024, and inquiries can be directed to Joseph Ford at joseph.ford.21@us.af.mil or Mr. Daniel Swoyer at daniel.swoyer.1@us.af.mil.
    Inspect and Certify Indoor Fall Protection Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to inspect and certify indoor fall protection equipment at Joint Base Elmendorf-Richardson (JBER) in Alaska. The contractor will be responsible for providing management, tools, supplies, equipment, and labor necessary for the inspection, testing, repair, and certification of hangar fall protection systems, ensuring compliance with ANSI Z359 standards and OSHA regulations. This procurement is critical for maintaining safety and operational integrity within the hangar environment, emphasizing the importance of regulatory adherence and effective communication throughout the contract's lifecycle. Proposals are due by 12:00 p.m. Alaska Time on September 19, 2024, and interested parties should contact Martin Khan at Martin.khan@us.af.mil or 907-551-0247 for further details.
    Bead Breaker
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a 3MXS Bead Breaker, essential for the maintenance of aircraft wheel assemblies at Joint Base Elmendorf-Richardson (JBER) in Alaska. This equipment is critical for rapidly disassembling aircraft wheels and tire assemblies, specifically for C-17, E-3, and F-22 aircraft, and must meet specific technical requirements including a 60,000 lb capacity and compatibility with wheels up to 22 inches in size. Interested vendors are required to submit their quotes by September 20, 2024, and must ensure compliance with federal procurement guidelines, including maintaining current registrations in the System for Award Management (SAM). For further inquiries, vendors can contact William Gentry at william.gentry.8@us.af.mil or SSgt Jake P Montalbano at jake.montalbano@us.af.mil.
    CCTV System Upgrade and VICADS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the upgrade of the Closed-Circuit Television (CCTV) system at Eielson Air Force Base in Alaska. The procurement aims to enhance surveillance capabilities in accordance with the Non-Nuclear Intrusion Detection System (IDS) Equipment Approval Memorandum, requiring specific equipment as detailed in the associated documentation. This upgrade is critical for ensuring comprehensive monitoring and security at federal sites, aligning with government objectives to improve public safety and regulatory compliance. Interested vendors, particularly small businesses, must submit inquiries by September 19, 2024, and note that funding for the contract is contingent upon the availability of appropriated funds. For further information, contact 1st Lt Julieth Collazos at julieth.collazos.1@us.af.mil or SSgt Marta Burke at marta.burke@us.af.mil.
    VeEX Ethernet Test Equipment
    Active
    Dept Of Defense
    The Department of Defense, through the 673d Contracting Squadron at Joint Base Elmendorf-Richardson, Alaska, is soliciting quotes for the procurement of VeEX Ethernet Test Equipment under the Request for Quote (RFQ) FA500024Q0083. This acquisition specifically requires brand name VeEX products, including advanced Ethernet test devices and associated cables, to enhance network testing capabilities essential for military operations. The procurement emphasizes the importance of technical specifications and compatibility with existing systems, ensuring reliability in telecommunications and data communications. Interested vendors must submit their quotes by 2:00 PM AKDT on September 23, 2024, and can contact John F. Gosh or Jason P. Topick for further information.
    LeMay VTC CISCO WebEx Software/Hardware
    Active
    Dept Of Defense
    The Department of the Air Force is seeking quotes for the procurement of CISCO WebEx software and hardware to enhance video-teleconferencing capabilities at Maxwell Air Force Base in Montgomery, Alabama. The requirement includes the design, installation, and customer technical support for a distributed multipoint video-conferencing platform that must support secure communications across three designated rooms, utilizing new equipment from CISCO and other manufacturers. This initiative underscores the importance of modernizing communication technologies within secure environments, ensuring compliance with USAF and DoD security standards. Quotes are due by September 20, 2024, and must be submitted via email to SSgt Tyrel Tinsley and Ms. Kimberly Knott, with the contract awarded based on the lowest priced acceptable quote.
    JBER H5 Fitness Testing Equipment
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking quotes for the procurement of fitness testing equipment to enhance the Hangar 5 Fitness Center at Joint Base Elmendorf-Richardson (JBER) in Alaska. This requirement includes a variety of equipment necessary for conducting physical fitness assessments across multiple branches of service, including the Air Force and Army. The procurement is a total small business set-aside under NAICS code 339920, emphasizing the importance of quality athletic and sporting equipment for military readiness and personnel health. Interested vendors must submit their quotes, including a pricing schedule and technical specifications, by 2:00 PM Alaska Standard Time on September 24, 2024, and can direct inquiries to SrA Stephany Briceno at stephany.briceno@us.af.mil.
    7 LRS Bldg 7004 Vindicator
    Active
    Dept Of Defense
    The Department of Defense, specifically the 7th Logistics Readiness Squadron at Dyess Air Force Base, Texas, is seeking a contractor to install a Honeywell Vindicator Intrusion Detection System in Building 7004, Room 136. The procurement includes the installation of the system, necessary cabling and conduit, training for personnel, and subsequent testing to ensure operational effectiveness. This system is crucial for maintaining security standards at the base, as it is the approved alarm system for the Air Force, necessitating certified installation and training. Interested vendors must submit their quotes via email by September 20, 2024, with the contract evaluation focusing on brand-name compliance and overall value, while ensuring adherence to small business participation requirements. For further inquiries, contact Madison Duarte at madison.duarte.1@us.af.mil or call 325-696-2215.