Search Contract Opportunities

Internal base paging via Cisco Unified Communications Manager   2

ID: W50S8R-24-R-5030 • Type: Synopsis Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

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; proposals are being requested and a written solicitation will not be issued. This solicitation W50S8R-24-R-5030 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. This solicitation is set-aside 100 percent for Small Business. The NAICS code that applies is 513210 and business size is $47M. This action will result in a FFP purchase order, utilizing simplified acquisition procedures under Full and Open competition after Exclusion of Sources.

The 179th Cyberspace Wing has a need for internal base paging via Cisco Unified Communications Manager hardware.

CLIN 0001 Install and validate internal base paging via Cisco Unified Communications Manager hardware in accordance with attached Statement of Requirement (SOR). Requirement is for 1,000 devices and needs accomplished by 15 October 2024.

Location - 1947 Harrington Memorial Drive, Mansfield, Ohio 44903 utilizing FOB Destination.

No Site Visit.

Evaluations factors will be Best Value determination by evaluation of Responsiveness, Technical, and Price as set out in Attachment 1: Provisions and Clauses under Addendum to 52.212-2.

***Offerors shall include with their proposal a filled out 52.204-24 representation.***

ADDENDUM TO 52.212-2

1 BASIS FOR CONTRACT AWARD: This solicitation is for a Firm Fixed Price Contract. The Government intends to award a single contract to a qualified Small Business Offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quote conforms to all solicitation requirements and is judged to represent the Best Value to the Government in accordance with the evaluation scheme set out in this solicitation. The award will be made based on the lowest price, technically acceptable offer IAW FAR 15.101-2. Best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price, with appropriate consideration given to the two (2) evaluation factors: Technical and Price.

2 EVALUATION FACTORS FOR AWARD: The evaluation factors are (1) Responsiveness, (2) Technical and (3) Price. To arrive at a Best Value decision, the Contracting Officer will integrate the evaluation of Responsiveness, Technical and Price as set out in the solicitation.

The overarching evaluation approach for all factors and subfactors is to determine the acceptability of the response. The quote will be evaluated to determine whether each requirement has been addressed in the quote in order to meet the acceptability standards described in the solicitation.

(a) Responsive Offerors. Initially, the government shall evaluate the quote on a pass/fail basis. The quotes shall be evaluated on whether offerors have submitted a complete package to include:

  1. Technical Documentation:
    1. Contractors shall provide specification sheets on item being proposed.
    2. Contractors shall also provide their proposed work timeline, detailing steps/actions required to meet requirements set forth in Attachment 2 Statement of Requirement. Provided documents shall provide enough information to be properly evaluated to determine if proposed approach and item meets the requirements of Attachment 2 SOR and shall not simply restate SOR requirements.
  2. Total Quoted Price

RESPONSIVE OFFEROR RATING

Rating

Description

PASS

Offeror has returned a complete proposal package.

FAIL

Offeror has NOT returned a complete proposal package.

(b) Technical Evaluation. Technical Capability will be evaluated on an Acceptable/Unacceptable basis. An offeror shall obtain an Acceptable rating to continue further in the competition. Offerors who are deemed to merit an Unacceptable rating in the Technical Capability Factor will be removed from further consideration for award. Once the minimum requirements are established, the team shall evaluate the offeror's quote against these requirements to determine whether the quote is acceptable or unacceptable, using the ratings and descriptions outlined herein. Quotes are evaluated for acceptability, but not ranked using the non-price factors/subfactors. In order to be considered awardable, there must be an "acceptable" rating in every non-price factor/subfactor.

(End of provision)

*All questions are due no later than 1:00 P.M. EST on 8 August 2024*. All answers to questions (including any additional documentation provided) are distributed on a non-attribution basis.

For more information regarding this solicitation please contact TSgt Casity Schag via email at casity.schag@us.af.mil or Capt James Kliewer via email at james.kliewer.2@us.af.mil

All offers must include a detailed description sufficient to confirm compliance with above technical criteria and Statement of Requirements. Offers are due by 1:00 P.M. EST 15 August 2024: email casity.schag@us.af.mil and james.kliewer.2@us.af.mil

List of Attachments:

Attachment 1: Provisions and Clauses that apply to this solicitation.

Attachment 2: Statement of Requirement

Background
The 179th Cyberspace Wing, part of the Department of the Air Force, is seeking to enhance its internal communication capabilities through the installation of a paging system. This contract aims to provide internal base paging via Cisco Unified Communications Manager hardware, which is essential for emergency alerting systems on base. The goal is to ensure compliance with federal 911 laws and improve communication across the facility.

Work Details
The contractor shall install and validate internal base paging compatible with existing Informacast software and licensing via Cisco Unified Communications Manager (CUCM) hardware. The requirement includes:
- Installation and validation for 1,000 devices.
- Compliance with federal 911 laws.
- Itemized pricing for design, installation, and training.
- All local, state, and federal regulations applicable to manufacturing and installation must be adhered to (EPA, OSHA, etc.).

Period of Performance
The work must be completed by 15 October 2024.

Place of Performance
1947 Harrington Memorial Drive, Mansfield, Ohio 44903 utilizing FOB Destination.

Overview

Response Deadline
Aug. 15, 2024, 1:00 p.m. EDT Past Due
Posted
Aug. 5, 2024, 1:09 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Mansfield, OH 44903 United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
88% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 8/5/24 Department of the Army issued Synopsis Solicitation W50S8R-24-R-5030 for Internal base paging via Cisco Unified Communications Manager due 8/15/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 513210 (SBA Size Standard $47 Million) and PSC 7A21.
Primary Contact
Name
James E Kliewer   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation W50S8R-24-R-5030

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W50S8R-24-R-5030

Contract Awards

Prime contracts awarded through Synopsis Solicitation W50S8R-24-R-5030

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W50S8R-24-R-5030

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W50S8R-24-R-5030

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7NU USPFO ACTIVITY OHANG 179
FPDS Organization Code
2100-W50S8R
Source Organization Code
500044310
Last Updated
Oct. 30, 2024
Last Updated By
james.kliewer.2@us.af.mil
Archive Date
Oct. 30, 2024