KEY WEST INFRASTUCTURE VOIP TRANSITION SOLUTION
ID: N7027224Q0020Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNCTAMS LANTNORFOLK, VA, 23511-2784, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)
Timeline
    Description

    The Department of Defense, through the Naval Computer and Telecommunications Area Master Station, is seeking proposals for a Voice Over Internet Protocol (VoIP) transition solution at Naval Air Station Key West, Florida. The project aims to replace existing Time Division Multiplexing (TDM) services for approximately 2,200 users across 149 buildings, requiring vendors to provide a comprehensive plan that includes installation, equipment, implementation costs, and a timeline for transition expected in FY25. This initiative is critical for enhancing military communication infrastructure, ensuring reliable telecommunication services for defense and emergency operations. Interested vendors must submit their proposals by September 23, 2024, with a performance period from September 27, 2024, to January 26, 2025; for further inquiries, contact Robert Joas at robert.p.joas.civ@us.navy.mil or Kathryn L Santos at kathryn.l.santos.civ@us.navy.mil.

    Files
    Title
    Posted
    The Naval Air Station Key West, Florida, seeks a Voice Over Internet Protocol (VoIP) solution to transition from existing Time Division Multiplexing (TDM) services. The project aims to support approximately 2,200 users across 149 buildings, primarily utilizing current infrastructure provided by AT&T. Interested telecommunication vendors must propose a fast, turnkey solution that includes a detailed plan covering installation, equipment, implementation costs, and timeline for a transition expected in FY25. The proposal must comply with Department of Defense (DoD) standards and include necessary system features, like emergency services (e.g., NG911), integrated security, and Managed Network Services. All equipment must be new and meet federal standards. Safety regulations, security veting, and project execution are emphasized, including regular updates and deliverables such as site survey reports and project documentation. The project underscores the importance of reliable communications for defense and emergency operations and highlights the collaboration between government and contractors to deliver efficient communication services. Overall, this VoIP initiative reflects a commitment to modernizing military communication infrastructure to enhance operational readiness and efficiency.
    The NAS Key West TDM-VOIP Site Survey outlines the requirements for a vendor to provide a comprehensive site survey report evaluating a viable VoIP solution for telephony users at Naval Air Station Key West. Key requirements include the delivery of reports in both Microsoft Word and Adobe PDF formats, encompassing detailed documentation such as layout and cabling drawings, engineering specifications, and external cable drawings. Vendors must ensure timely submission of electronic copies within 30 days of the site survey completion, including financial and implementation timeline reports, all while confirming that the U.S. Government retains unlimited rights to the materials. Additionally, documentation must illustrate the system configuration and logical network diagrams necessary for effective telephony service delivery. The evaluation factors stipulate clear pass/fail criteria based on adherence to these requirements, ensuring that contractors provide complete and compliant proposals. This document serves as a guideline for contractors bidding on the RFP, emphasizing the thoroughness and compliance required to meet governmental standards for telecommunication solutions.
    The document outlines a budgetary proposal related to a government RFP that details expenses for a project including travel, lodging, labor, and materials, although specific amounts are not itemized. The structure includes categories for Airfare, Lodging, Meals & Incidentals (M&I), Transportation, Labor, Travel, Overtime/Holiday (OT/HOLIDAY), and Material, with subtotals for travel-related costs and labor/material costs leading to a grand total. Each item is assigned a part number, description, quantity (Qty), unit of measure (UOM), and price, although these fields are currently populated with hyphens indicating missing data. The overall purpose of the document seems to facilitate the proposal process by providing a financial outline that aligns with federal and state/local funding guidelines, crucial for transparency and accountability in government expenditure. The comprehensive nature of the budget signifies its importance for future financial auditing and successful project execution.
    The Naval Computer and Telecommunications Area Master Station has issued a combined synopsis and solicitation for commercial items under solicitation number N7027224Q0020. This Request for Quotes (RFQ) outlines a requirement for services with a proposed performance period from September 27, 2024, to January 26, 2025. The government seeks a Firm-Fixed Price contract and emphasizes that the associated wage determination, WD 15-4583, must be adhered to for labor standards. Quoters are instructed to include detailed pricing, technical submissions, and past performance information alongside their proposals, which are due by September 23, 2024. The evaluation of offers will focus on technical capability and price, with the award made to the lowest-priced, technically acceptable offeror. The document mandates compliance with various Federal Acquisition Regulation (FAR) clauses and requires that all offerors incorporate representations and certifications. Additionally, it includes specific guidance on shipping costs and emphasizes that standard vendor terms will not be accepted. Overall, this RFQ reflects the structured procurement process within federal agencies, emphasizing transparency and competitive proposals for government contracts, while ensuring adherence to labor and regulatory standards.
    The document is a Contract Data Requirements List (CDRL) form, instructing vendors to submit a comprehensive site survey report for implementing Voice Over Internet Protocol (VoIP) solutions at Naval Air Station Key West. Required by the government, the report must align with the Performance Work Statement guidelines and encompasses electronic submissions in Microsoft Word and PDF formats. The vendor is responsible for timely delivery of the report, which becomes U.S. Government property upon submission. This includes provided documentation characterized by unlimited distribution rights for the government. The organized structure of the form outlines necessary contract identifiers, data item descriptions, delivery specifics, and the process of report preparation and approval. The significance lies in ensuring that the selected vendor meets specific technical and data handling requirements expected by the government, facilitating enhanced telecommunication services at the naval station.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for data items required under federal contracts. This document details the procedures for submitting and managing various types of technical data associated with contract performance. Key responsibilities include the vendor's delivery of electronic copies of required documentation, including internal building drawings and specifications, upon contract completion. The government retains ownership of all data generated, with rights to publication and distribution. Each data item outlines its specifics, including title, submission frequency, distribution requirements, and pricing categories based on the necessity and extent of data development beyond basic contractual obligations. The form serves as a structured method for government personnel and contractors to ensure compliance with data requirements, ensuring clarity in submission, approval processes, and the delineation of responsibilities. This CDRL is a critical component in managing the flow of essential information between contractors and government agencies, supporting effective project execution and compliance within the context of federal contracting regulations.
    The document outlines the DD Form 1423-1, a Contract Data Requirements List (CDRL) used by the Department of Defense. It specifies the requirements for contractors to deliver documentation related to contract performance, particularly concerning Outside Plant (OSP) drawings and specifications. Key points include the obligation to provide electronic copies of all relevant documents upon contract completion and specific OSP drawings within 30 days following a site survey. These documents must detail cabling, power drawings, and overall system configurations. All materials generated will be the property of the U.S. Government, ensuring unlimited rights over the documentation. Additionally, instructions for completing the form are provided, highlighting sections for contractor information, data item identification, and delivery requirements. The form categorizes data types, outlines the distribution of deliverables, and specifies how pricing should be estimated for data items. This CDRL is crucial for ensuring compliance and standardization in government contracts, serving as a framework for the submission and management of technical data required for federal projects. It underscores the importance of documentation and transparency in governmental contracting processes.
    The document outlines the requirements for the submission of "Financial and Timeline Reports" by a vendor contracted by the U.S. Government for services related to the NAS Key West project. Key points include the necessity for electronic documentation in Microsoft Word or Adobe PDF format that details costs associated with the solution's development, installation, and sustainment over five years. Reports must be submitted within 30 days post-site survey and can be included with the survey report or sent separately. All materials produced will be government property, and submission must include a cover letter detailing contents. The contractor is obligated to provide a detailed description of the proposed solution, inclusive of one-time and recurring costs, and invoicing details in Excel format. The document also contains administrative instructions for completing the DD Form 1423, specifying areas such as data item numbers, categories, required frequency of submissions, and addressee details. Overall, this document formally establishes expectations for deliverables under the contract, ensuring transparency and accountability for financial reporting and timelines.
    This government document outlines a Request for Specification Clarification related to contract N70272XXQXXXX. It includes a section for contractors to fill in their name, the specific item number, and the relevant paragraph or section before posing questions about the specifications. The intended purpose is to seek clarity on certain items or requirements of the contract from the contractor's perspective. The document emphasizes the importance of clear communication between the federal government and contractors to ensure mutual understanding of the specifications involved in the contract process. The inclusion of an attachment (Attachment J - 8) suggests additional relevant material, potentially providing more context or details necessary for answering forthcoming questions. Overall, it serves as a structured template to facilitate dialogue and clarification for RFPs in federal procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    LEC TELECOM JACKSONVILLE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Computer and Telecommunications Area Master Station Atlantic, is soliciting proposals for local exchange carrier services at Naval Air Station Jacksonville, Florida, with a performance period commencing on October 1, 2024. The procurement aims to ensure reliable telecommunications facilities, including voice, data, and image services, while adhering to stringent security and operational standards. This initiative is critical for maintaining effective communication infrastructure essential for Navy operations, with a focus on high reliability and rapid response to service disruptions. Interested vendors must submit their price quotes by September 20, 2024, and can direct inquiries to Robert Joas at robert.p.joas.civ@us.navy.mil or Kathryn L Santos at kathryn.l.santos.civ@us.navy.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.
    Session Initiation Protocol (SIP) Circuit Single Source Notice
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Session Initiation Protocol (SIP) trunks to replace existing Primary Rate Interface trunks at Altus Air Force Base in Oklahoma. The procurement aims to facilitate commercial local and long-distance calls for the base, with the intent to award the contract to AT&T, the only source capable of providing the necessary fiber optic infrastructure. Interested vendors are required to submit a capability statement by September 27, 2023, at 11:00 AM CST, detailing their technical and cost capabilities, with submissions directed to the primary contacts, Katharine Lewis and Kelsey L. Brightbill, via email. The contract is set to commence on October 1, 2024, and will include a five-year period for the contractor to engineer, furnish, install, and test the required services, ensuring compliance with federal standards and regulations.
    IT NETWORK MATERIALS AND SUPPLIES
    Active
    Dept Of Defense
    The Department of the Navy, specifically the Naval Computer and Telecommunications Area Master Station, Atlantic, is seeking quotes for IT network materials and supplies under the solicitation N7027224Q0024. The procurement includes a variety of telephone accessories and network infrastructure hardware necessary to meet specific mission requirements, emphasizing compliance with the Trade Agreements Act (TAA). This initiative aims to enhance communication and IT infrastructure within government operations, reflecting a priority on operational efficiency and adherence to security regulations. Interested vendors must submit their quotes, including pricing and technical descriptions, by September 20, 2024, and can direct inquiries to Rashel Hauber at rashel.i.hauber.civ@us.navy.mil or Kathryn L Santos at kathryn.l.santos.civ@us.navy.mil.
    8 KVH One TracNet H60 VSAT with Static Ip and Airtime Svcs
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLC Bahrain, is seeking proposals for the procurement of the 8 KVH One TracNet H60 VSAT system, which includes static IP and airtime services. This solicitation aims to enhance satellite telecommunications capabilities, which are critical for effective communication and operational support in military operations. The place of performance for this contract will be in Juffair, Bahrain, and interested vendors can reach out to Edith Fuentes at edilberta.y.fuentes.ln@us.navy.mil or by phone at 97317853790, or Adams Diaz at adams.a.diaz.civ@us.navy.mil or 3184394219 for further details. The solicitation is currently open, and interested parties should ensure they meet all requirements outlined in the solicitation documents.
    Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program. This procurement aims to provide academic support services for the Joint Interoperability & Data Link Training Center (JID-TC), focusing on enhancing training and development for data link interoperability within the U.S. military and allied nations. The selected contractor will be responsible for delivering instructional support, maintaining curriculum, and enhancing operational capabilities related to Tactical Data Link (TDL) systems, with a performance period extending from December 2024 through December 2025. Proposals are due by September 23, 2024, with inquiries accepted until September 10, 2024. Interested parties should submit their proposals via email to Kevin Brennan at kevin.m.brennan21.civ@us.navy.mil, and must acknowledge the amendments to the solicitation as outlined in the attached documents.
    3 OSS Secondary Crash Net
    Active
    Dept Of Defense
    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.
    PROVIDE, INSTALL, AND MAINTAIN A OTU-4(111.809GB) BETWEEN BLDG: 20449,ROOM: 100A 2051 WYOMING BLVD SOUTHEAST, KIRTLAND AFB, NM 87117-5660 (KTLNDAFB/RD1) AND BLDG: 1052,ROOM: 101 HUNTERS ROAD, INDIAN SPRINGS, CREECH AFB, NV 89018 (CRECHAFB/RD8)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an OTU-4 telecommunications system between Kirtland Air Force Base in New Mexico and Creech Air Force Base in Nevada. This procurement aims to establish a reliable telecommunications link, which is critical for operational communications and data transfer between the two military installations. The solicitation is categorized under the NAICS code 517111 for Wired Telecommunications Carriers, and the evaluation will follow a lowest price technically acceptable (LPTA) source selection process. Interested vendors must submit their quotes by the specified due date, and for further inquiries, they can contact Robyn Tebbe at robyn.a.tebbe.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil.
    58--ETHERNET SWITCH
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of Ethernet Switches. The contract requires the manufacture of these switches, adhering to specific quality and design standards, with a total quantity of five units to be delivered within 365 days of contract award. These Ethernet Switches are critical for military communications and operational efficiency, ensuring reliable network connectivity. Interested vendors must submit their proposals by October 16, 2024, and can direct inquiries to Matthew Takach at 717-605-2640 or via email at matthew.takach@navy.mil.
    D--Centrex Support Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY intends to negotiate an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Centrex Voice Services. These services will provide commercially available integrated voice services via Central Office (CO) based, dial tone facilities to defense activities located at Naval Station Norfolk, Joint Expeditionary Base Little Creek/Fort Story, and other locations. The contract will have a twelve-month base period of performance with option provisions for four one-year option periods. The solicitation will be available for downloading on or about February 19, 2016, and interested contractors must be registered in the Systems for Award Management (SAM) database to be eligible for award.