+ All Categories
Home > Documents > AMENDMENT OF SOLICITATION/MODIFICATION OF ...

AMENDMENT OF SOLICITATION/MODIFICATION OF ...

Date post: 25-Apr-2023
Category:
Upload: khangminh22
View: 0 times
Download: 0 times
Share this document with a friend
38
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 30-105-04 EXCEPTION TO SF 30 APPROVED BY OIRM 11-84 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 The purpose of the amendement is to as follow s: 1) Provide answ ers to the questions submitted by potential offerors in regards to the solicitation. 2) To revise: PWS section 3.3 Performance of Services FROM: " Contract period shall be one (1) base year w ith (3) option years" TO: " Contract period shall be one (1) base year w ith tw o (2) option years" .PWS section 1.2.2.1 (5) FROM: " The preferred documentation w ill be three vendor quotes" TO " The preferred documentation for parts pricing w ill be three vendor quotes" and PWS section 1.2.2 TO add: "vendor softw are licenses". And to revise w ording for Sub-CLINs 0002AA through 0002Ad FROM " The Government's estimated amount for this Sub-CLIN is Not to Exceed" TO " The amount of this Sub-CLIN is Not to Exceed" . See summary of changes for details. All other Terms and Conditions remain the same. 1. CONTRACT ID CODE PAGE OF PAGES 1 38 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 16C. DATE SIGNED BY 06-Mar-2019 16B. UNITED STATES OF AMERICA 15C. DATE SIGNED 15B. CONT RACT OR/OFFEROR (Signature of Contracting Officer) (Signature of person authorized to sign) 8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) X M6740019Q0010 X 9B. DATED (SEE ITEM 11) 15-Feb-2019 10B. DATED (SEE ITEM 13) 9A. AMENDMENT OF SOLICITATION NO. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS X The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer is extended, X is not extended. Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(B). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor is not, is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) 10A. MOD. OF CONT RACT /ORDER NO. 0001 2. AMENDMENT/MODIFICATION NO. 5. PROJECT NO.(If applicable) 6. ISSUED BY 3. EFFECTIVE DATE 06-Mar-2019 CODE MARINE CORPS REGIONAL CONTRACTING OFFICE MARINE CORPS BASE CAMP S.D. BUTLER PSC 557 BOX 2000 FPO AP CA 96379-2000 M67400 7. ADMINISTERED BY (If other than item 6) 4. REQUISITION/PURCHASE REQ. NO. CODE See Item 6 FACILIT Y CODE CODE EMAIL: TEL:
Transcript

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE OF SIGNER (Type or print)

30-105-04EXCEPTION TO SF 30APPROVED BY OIRM 11-84

STANDARD FORM 30 (Rev. 10-83)Prescribed by GSAFAR (48 CFR) 53.243

The purpose of the amendement is to as follow s: 1) Provide answ ers to the questions submitted by potential offerors in regards to the solicitation. 2) To revise: PWS section 3.3 Performance of Services FROM: " Contract period shall be one (1) base year w ith (3) option years" TO: " Contract period shall be one (1) base year w ith tw o (2) option years" .PWS section 1.2.2.1 (5) FROM: " The preferred documentation w ill be three vendor quotes" TO " The preferred documentation for parts pricing w ill be three vendor quotes" and PWS section 1.2.2 TO add: "vendor softw are licenses". And to revise w ording for Sub-CLINs 0002AA through 0002Ad FROM " The Government's estimated amount for this Sub-CLIN is Not to Exceed" TO " The amount of this Sub-CLIN is Not to Exceed" . See summary of changes for details. All other Terms and Conditions remain the same.

1. CONTRACT ID CODE PAGE OF PAGES

1 38

16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

16C. DATE SIGNED

BY 06-Mar-2019

16B. UNITED STATES OF AMERICA15C. DATE SIGNED15B. CONTRACTOR/OFFEROR

(Signature of Contracting Officer)(Signature of person authorized to sign)

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) X M6740019Q0010

X 9B. DATED (SEE ITEM 11)15-Feb-2019

10B. DATED (SEE ITEM 13)

9A. AMENDMENT OF SOLICITATION NO.

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

X The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer is extended, X is not extended.

Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods:

(a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted;

or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN

REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS.IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(B).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor is not, is required to sign this document and return copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

10A. MOD. OF CONTRACT/ORDER NO.

0001

2. AMENDMENT/MODIFICATION NO. 5. PROJECT NO.(If applicable)

6. ISSUED BY

3. EFFECTIVE DATE

06-Mar-2019

CODE

MARINE CORPS REGIONAL CONTRACTING OFFICEMARINE CORPS BASECAMP S.D. BUTLERPSC 557 BOX 2000FPO AP CA 96379-2000

M67400 7. ADMINISTERED BY (If other than item 6)

4. REQUISITION/PURCHASE REQ. NO.

CODE

See Item 6

FACILITY CODECODE

EMAIL:TEL:

M6740019Q0010 0001

Page 2 of 38

SECTION SF 30 BLOCK 14 CONTINUATION PAGE SUMMARY OF CHANGES SECTION SF 30 - BLOCK 14 CONTINUATION PAGE The following have been added by full text: QUESTIONS & ANSWERS

SOLICITATION # M67400-19-Q-0010 Questions & Answers

QUESTION # 1 Do you have spare equipment and parts on-hand? Answer to Question # 1: The Government maintains spare equipment and parts on-hand for AVAYA, Nortel, DWDM, and GPON however these parts are used as a temporary solution until the vendor completes the repair/replacement of the parts QUESTION # 2 Is there a requirement to purchase Vendor Licenses for software and equipment i.e., Avaya etc..? Answer to Question # 2: In accordance with section 1.2.2 of the PWS vendor licenses for software shall be included when equipment is being replaced. At this moment the Government is using the following licenses for the AVAYa equipment: Site Sold-To LAC (License Activation Code) Okinawa 5367832 12GZ155587A820447144FC81 Camp Fuji 5367831 12GZ655783ABDE52D9AFE6A0 QUESTION # 3 How often is Routine maintenance required? Answer to Question # 3: Per section 1.2.1 of the PWS the Government’s requirement is for Remote Maintenance. The Government does not require Routine Maintenance QUESTION # 4 Am I required to maintain a stockpile of replacement parts and equipment? Answer to Question # 4: Vendor is not required to maintain a stockpile of parts and equipment QUESTION # 5 Can you tell me who the incumbent contractors and the awarded contract numbers are for this work associated in part or full concerning the Avaya, Nortel, Corian/Tellabs Dense Division Multiplexing (DWDM) and Gigabit Passive Optical Networking (GPON) equipment supported under this contract?

M6740019Q0010 0001

Page 3 of 38

Answer to Question # 5: The services are currently being performed under two contracts: M6740015D0017 for Okinawa and M6740017D0003 for Iwakuni. Additional information can be found on FBO.gov. QUESTION # 6 CLIN 0002AA (and other CLINs) is this amount, Sub-CLIN $95,000 based on what the Government estimates to be the cost of replacement parts? Answer to Question # 6: The not to exceed amount in CLINs 0002 through 0002AD and option years represents the maximum allowable cost for replacement parts and labor for the relevant location and period of performance

QUESTION # 7 Can you tell me the amount that was awarded to the existing (two Contracts)? Answer to Question # 7: This information can be found on FBO.gov under the archived documents. Question # 5 contains the current contract numbers QUESTION # 8 Will shipping and handling have to be included in my estimate? Or is it determined at the time of the requirement and the Government will reimburse me? Answer to Question # 8: The vendor is not required to submit an estimated price for shipping and handling in response to the RFQ. Per section 1.2.2 & 1.2.2.1 of the PWS shipping and handling will be required at the time a repair or replacement of equipment is identified, and will be reimbursed in accordance with the T&M CLINs QUESTION # 9 Does the Government ensure all remote access devices, security, etc. currently in place be up and working and immediately available to winning bidder? Answer to Question # 9: All equipment is already in place and operational QUESTION # 10 What is the FFP labor rate for the current contract? Answer to Question # 10: Current contracts did not require a labor rate QUESTION # 11 Please provide the expiration date of all manufacturer maintenance or warranty agreements in place for the equipment covered for this contract? Answer to Question # 11: With the exception of the newly installed batteries/rectifiers, no other equipment is under warranty or has a maintenance agreement

M6740019Q0010 0001

Page 4 of 38

QUESTION # 12 Will the Government define the number of TAS and ETAS calls and estimated number of hours for CLINs 0001 through 0001AD? Answer to Question # 12: The Government will not define the number of TAS and ETAS calls and estimated number of hours for CLINs QUESTION # 13 Please provide clarification on the pricing model desired for CLINs requiring remote technical assistance (0001 through 0001AD). Is the Government requesting a FFP labor rate X 1,000 hours? Or does the Government desire to see strictly the FFP labor rate? Answer to Question # 13: As noted in the solicitation under the CLINs section; CLINs 0001 through 0001AD and option years are contemplated as Firm Fixed Price (FFP) with a unit price per month for twelve (12) months QUESTION # 14 In order for the contractor to obtain firmware and software updates for equipment within the scope of the MCIPAC contract, a current manufacturers maintenance agreement may be required for each manufacturer identified (Avaya, Coriant, DC Power Systems). Please provide a listing of all equipment covered under this contract, and the status of maintenance agreements in place and expiration dates. Answer to Question # 14: The equipment under scope of the contract is listed in the PWS and none of the equipment listed has warranty or maintenance agreements SECTION SF 1449 - CONTINUATION SHEET SUPPLIES OR SERVICES AND PRICES SUBCLIN 0002AA The CLIN extended description has changed from: Repair and Return of failed components of the equipment located at USMC CAMP BUTLER and CAMP FUJI - The contractor shall replace or replenish failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.3 of the PWS The Government's estimated amount for this Sub-CLIN is Not To Exceed Amount of $95,000 To: Repair and Return of failed components of the equipment located at USMC CAMP BUTLER and CAMP FUJI - The contractor shall replace or replenish failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.3 of the

M6740019Q0010 0001

Page 5 of 38

PWS The amount for this Sub-CLIN is Not To Exceed $95,000 . SUBCLIN 0002AB The CLIN extended description has changed from: Repair and Return of failed components of the equipment located at USNH - The contractor shall replace or replenish failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.4 of the PWS The Government's estimated amount for this Sub-CLIN is Not To Exceed Amount of $10,000 To: Repair and Return of failed components of the equipment located at USNH - The contractor shall replace or replenish failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.4 of the PWS The amount for this Sub-CLIN is Not To Exceed $10,000 . SUBCLIN 0002AC The CLIN extended description has changed from: Repair and Return of failed components of the equipment located at MCAS IWAKUNI - The contractor shall replace or replenish failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.5 of the PWS The Government's estimated amount for this Sub-CLIN is Not To Exceed Amount of $220,000 To: Repair and Return of failed components of the equipment located at MCAS IWAKUNI - The contractor shall replace or replenish failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.5 of the PWS The amount for this Sub-CLIN is Not To Exceed $220,000 . SUBCLIN 0002AD The CLIN extended description has changed from: Repair and Return USMC CAMP BUTLER - Other Systems : Operator Consoles, Callegra Voice Messaging Systems. The contractor shall replace or replenishment of failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.6 of the PWS The Government's estimated amount for this Sub-CLIN is Not To Exceed Amount of $5,000

M6740019Q0010 0001

Page 6 of 38

To: Repair and Return USMC CAMP BUTLER - Other Systems : Operator Consoles, Callegra Voice Messaging Systems. The contractor shall replace or replenishment of failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.6 of the PWS The amount for this Sub-CLIN is Not To Exceed $5,000 . SUBCLIN 1002AA The CLIN extended description has changed from: Repair and Return of failed components of the equipment located at USMC CAMP BUTLER and CAMP FUJI - The contractor shall replace or replenish failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.3 of the PWS The Government's estimated amount for this Sub-CLIN is Not To Exceed Amount of $95,000 To: Repair and Return of failed components of the equipment located at USMC CAMP BUTLER and CAMP FUJI - The contractor shall replace or replenish failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.3 of the PWS The amount for this Sub-CLIN is Not To Exceed $95,000 . SUBCLIN 1002AB The CLIN extended description has changed from: Repair and Return of failed components of the equipment located at USNH - The contractor shall replace or replenish failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.4 of the PWS The Government's estimated amount for this Sub-CLIN is Not To Exceed Amount of $10,000 To: Repair and Return of failed components of the equipment located at USNH - The contractor shall replace or replenish failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.4 of the PWS The amount for this Sub-CLIN is Not To Exceed $10,000 . SUBCLIN 1002AC The CLIN extended description has changed from:

M6740019Q0010 0001

Page 7 of 38

Repair and Return of failed components of the equipment located at MCAS IWAKUNI - The contractor shall replace or replenish failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.5 of the PWS The Government's estimated amount for this Sub-CLIN is Not To Exceed Amount of $220,000 To: Repair and Return of failed components of the equipment located at MCAS IWAKUNI - The contractor shall replace or replenish failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.5 of the PWS The amount for this Sub-CLIN is Not To Exceed $220,000 . SUBCLIN 1002AD The CLIN extended description has changed from: Repair and Return USMC CAMP BUTLER - Other Systems : Operator Consoles, Callegra Voice Messaging Systems. The contractor shall replace or replenishment of failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.6 of the PWS The Government's estimated amount for this Sub-CLIN is Not To Exceed Amount of $5,000 To: Repair and Return USMC CAMP BUTLER - Other Systems : Operator Consoles, Callegra Voice Messaging Systems. The contractor shall replace or replenishment of failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.6 of the PWS The amount for this Sub-CLIN is Not To Exceed $5,000 . SUBCLIN 2002AA The CLIN extended description has changed from: Repair and Return of failed components of the equipment located at USMC CAMP BUTLER and CAMP FUJI - The contractor shall replace or replenish failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.3 of the PWS The Government's estimated amount for this Sub-CLIN is Not To Exceed Amount of $95,000 To: Repair and Return of failed components of the equipment located at USMC CAMP BUTLER and CAMP FUJI - The contractor shall replace or replenish failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.3 of the PWS

M6740019Q0010 0001

Page 8 of 38

The amount for this Sub-CLIN is Not To Exceed $95,000 . SUBCLIN 2002AB The CLIN extended description has changed from: Repair and Return of failed components of the equipment located at USNH - The contractor shall replace or replenish failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.4 of the PWS The Government's estimated amount for this Sub-CLIN is Not To Exceed Amount of $10,000 To: Repair and Return of failed components of the equipment located at USNH - The contractor shall replace or replenish failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.4 of the PWS The amount for this Sub-CLIN is Not To Exceed $10,000 . SUBCLIN 2002AC The CLIN extended description has changed from: Repair and Return of failed components of the equipment located at MCAS IWAKUNI - The contractor shall replace or replenish failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.5 of the PWS The Government's estimated amount for this Sub-CLIN is Not To Exceed Amount of $220,000 To: Repair and Return of failed components of the equipment located at MCAS IWAKUNI - The contractor shall replace or replenish failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.5 of the PWS The amount for this Sub-CLIN is Not To Exceed $220,000 . SUBCLIN 2002AD The CLIN extended description has changed from: Repair and Return USMC CAMP BUTLER - Other Systems : Operator Consoles, Callegra Voice Messaging Systems. The contractor shall replace or replenishment of failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.6 of the PWS The Government's estimated amount for this Sub-CLIN is Not To Exceed Amount of $5,000

M6740019Q0010 0001

Page 9 of 38

To: Repair and Return USMC CAMP BUTLER - Other Systems : Operator Consoles, Callegra Voice Messaging Systems. The contractor shall replace or replenishment of failed components of the equipment in accordance with the Performance Work Statement (PWS). See Section 1.6 of the PWS The amount for this Sub-CLIN is Not To Exceed $5,000 . The following have been modified: PERFORMANCE WORK STATEMENT

PERFORMANCE WORK STATEMENT

NETWORK COMMUNICATIONS INFRASTRUCTURE AND

DENSE WAVE DIVISION MULTIPLEXING SUSTAINMENT CONTRACT

MARINE CORPS INSTALLATIONS PACIFIC, JAPAN

DESCRIPTION OF SERVICES

DESCRIPTION OF SERVICES 1. GENERAL DESCRIPTION 1.1 OBJECTIVE: The contractor shall provide Routine and Emergency Technical Assistance Support (TAS)

for Nortel and Avaya Telephone Switching Equipment and associated equipment supporting voice services, to include Coriant/Tellabs Dense Wave Division Multiplexing (DWDM) and Gigabit Passive Optical Networking (GPON) equipment installed at USMC locations throughout Japan. Additionally, the contractor will repair/replace, and return, failed components of this same hardware.

1.2 SCOPE OF WORK 1.2.1 ROUTINE AND EMERGENCY TECHNICAL ASSISTANCE (FFP):

The contractor shall provide 24/7 remote maintenance, diagnostics, software patching, routine technical assistance, and emergency technical assistance services (emergency status determination resides within the Government). Remote support shall include both telephonic assistance and direct remote access to the equipment via Government provided connection. Purpose of remote support is to mitigate catastrophic component, equipment, or part failure affecting the delivery of mission critical IT services by isolating, troubleshooting and identifying component, equipment, or part failure. The contractor shall open a trouble ticket and begin troubleshooting for routine TAS requests in no more than four (4) hours from Government service request. Troubleshooting for Emergency TAS (ETAS) requests shall be initiated in no more than one (1) hour from Government service request. The contractor will perform testing, diagnostic fault isolation, problem resolution, and system restoration from the contractor’s facilities for all systems/subsystems identified in section 1.3 through 1.15.12. The Contractor shall actively work all trouble tickets until the Government end user provides documented, affirmative response that the issue is

M6740019Q0010 0001

Page 10 of 38

resolved. Service shall be provided for each of the following major components: Nortel Switches, DC Power Systems, Avaya Switches, DWDM and GPON. REGULATORY/SECURITY COMPLIANCE REQUIREMENT: The contractor shall be knowledgeable and comply with all applicable requirements of the most current Department of Defense (DoD) Unified Capabilities Requirements (UCR) at the time of service.

1.2.2 REPAIR AND RETURN (T&M): Contractor shall repair and return failed components of the equipment described in section 1.3 below. The contractor shall provide repair/replacement (R/R) services to all Nortel/Avaya and Coriant/Tellabs system hardware, electronic circuit packs, subassemblies, assemblies, and peripheral equipment, to include all vendor sofware licenses, manufacturer proprietary station equipment and other vendor equipment as identified in section 1.3 below. For routine replacement, contractor shall provide Depot Level Maintenance for the components installed in the systems identified below, consisting of all functions required to restore all failed components and end items to serviceable operating condition. Repaired items shall operate the same as new items and will be returned to the Government within 30 days of receipt. For emergency replacement, contractor shall provide emergency replenishment services to the USMC as requested/needed; the Government is the authority on defining what constitutes an emergency. Emergency replacement consists of like-kind replacement items shipped within 24 hours of a verbal replacement request from authorized callers at the respective Base Telephone Office. The Government will provide this list at time of award and update upon turnover of personnel. To meet the Government’s high-priority, short lead-time emergency requirements, contractor shall ensure emergency repair/replacement request, items shall be shipped via overnight delivery. Service will be provided for each of the following major components being covered under this contract: Nortel Switches, DC Power Systems, Avaya Switches, DWDM and GPON.

1.2.2.1 Requirement for Pre-Approval. Estimate, Preparation and Evaluation Following equipment inspection, or if requested by the COR, the Contractor shall provide a written quote that will include the following minimum information: (1) Contractor name and address (2) Contract number (3) Date inspection was performed/call placed. (4) Equipment description (make, model, serial number, software version, etc…) and description of repair required. (5) Itemized list of parts, labor and shipping and handling required to perform repair, including quantity and price for each item with supporting documentation:

The preferred documentation for part pricing will be three vendor quotes. If three competitive quotes are provided the COR will be authorized to accept the lowest-priced quote. If three competitive quotes are not provided, the contractor will have to provide suppliers' quotes, previous order invoices, manufacturers' suggested retail price list, or other supporting documentation to the COR for approval prior to placing the order.

Repairs will not proceed until the quote is approved by the respective base telephone officer. The contractor shall immediately notify the COR of any equipment that may be non-repairable due to obsolete parts or excessive damage to receive disposition or replacement instructions.

1.3 United States Marine Corps, Okinawa and Camp Fuji Components/Systems (CLINs 0001AA, 0002AA 1001AA, 1002AA, 2001AA & 2002AA): 1.3.1 Nortel Switches 1.3.1.1 Camp Courtney Switch:

M6740019Q0010 0001

Page 11 of 38

A Nortel SL-100 SNSE (XA Core) digital switch, located in Building 4219 on Camp Courtney (Okinawa), is equipped for 4418 lines, wired for 6624 lines and has 3427 active lines. The current software load is SE09.1. Trunking is supported via six (6) Integrated Services Digital Network (ISDN) capable Line Trunk Controllers (LTC’s) equipped for 96 T-1’s, wired for 120 T-1’s and presently terminating 81 T-1’s for DSN, RCC2’s, and commercial trunks. There are also four (4) non-ISDN Digital Trunk Controllers (DTC’s) and one (1) ISDN capable DTC equipped for 70 T-1’s, wired for 100 T-1’s, and presently terminating 57 T-1’s for DSN and commercial trunks. This SL-100 has three (3) Input Output Modules (IOM’s) and two (2) NT1X80AA Enhanced Digital Recorded Announcement Machines (EDRAM) units installed. It also hosts an Intelligent Peripheral Equipment (IPE) shelf at a remote location which supports 240 analog subscribers via fiber. There are analog, digital, and ISDN line cards installed in the switch.

Courtney Remote Switching Units (RSU’s): The SL-100 at Camp Courtney supports three RCU’s.

(1) Camp Hansen Building 2397 is equipped for 4937 lines, wired for 6016 lines and has 4645 active lines. (2) Camp Schwab Building 3658 is equipped for 2150 lines, wired for 2944 lines and had 2030active lines. (3) White Beach Building 1142 is equipped for 879 lines, wired for 960 lines, and has 410 active lines.

There are analog, digital and some ISDN Basic Rate Interface (BRI) lines installed in all RSU’s. 1.3.1.2 Camp Foster Switch:

A Nortel DMS-100 (XA Core) digital switch, located in Building 481 on Camp Foster (Okinawa), is equipped for 15069 lines, wired for 17120 lines and has 7025 active lines. The current software load is SE09.1. Trunking is supported via nine (9) ISDN capable LTC’s equipped and wired for 160 T-1’s and presently terminating 146 T-1’s for DSN, RCC2 and commercial services. There are also three (3) non-ISDN DTC’s and one (1) ISDN DTC equipped for 54 T-1’s, wired for 60 T-1’s and presently terminating 36 T-1’s for DSN and commercial trunks. This Digital Multiplex Switch (DMS)-100 has three (3) IOM’s and two (2) NT1X80BA EDRAM units installed. There is a Nortel 64 port Integrated Conference Bridge installed in an IPE shelf. There are analog, digital, and ISDN line cards installed in the switch.

Foster Remote Switching Units:

(1) Camp Kinser Building 104 is equipped for 4927 lines, wired for 4932 lines and 3865 are active. (2) MCAS Futenma Building 101 is equipped for 3374 lines, wired for 4032 lines and 2821 are active. (3) Camp Butler Bldg. 5 is equipped for 1993 lines, wired for 2016 lines and 1605 are active. (4) Plaza Housing Building 4251 is equipped for 1461 lines, wired for 1536 lines and 473 are active. (5) Camp Foster Building 324 (Towers) is equipped for 2036 lines, wired for 2560 lines and 1305 are

active. 1.3.2 Dial Central Office Power Systems: 1.3.2.1 Rectifiers for the Courtney Switch: The SL-100 at Camp Courtney has a quantity of eighteen (18)

Netsure R48-3200 Power Conversion Units (PCU) that provide a maximum of 1080 -48VDC Amps. The installed Netsure 701 system has three functioning shelves installed with a maximum service capacity of 18 PCU’s that if fully provisioned, would provide a maximum of 1080 -48VDC Amps. This equipment was installed and accepted in January 2010.

1.3.2.2 Rectifiers for the Courtney RSU’s: (1) Camp Hansen RSU has a quantity of six (6) Emerson model IR483200 rectifiers (Netsure 721). (2) Camp Schwab RSU has a quantity of four (4) Nortel model NT5C08 rectifiers. (3) White Beach RSU has a quantity of two (2) Nortel model Nt5C08 rectifiers. 1.3.2.3 Inverters for the Courtney Switch: The SL-100 at Camp Courtney has a quantity of twelve (12) Peco II

model 827E inverters. 1.3.2.4 Inverters for the Courtney RSU’s: (1) Camp Hansen RSU has a quantity of six (6) Peco II model 827E inverters. (2) Camp Schwab RSU has a quantity of six (6) Peco II model 827E inverters.

M6740019Q0010 0001

Page 12 of 38

(3) White Beach RSU has a quantity of three (3) Pylon model CFR1000 inverters. 1.3.2.5 Batteries for the Courtney Switch: The SL-100 at Camp Courtney shall have quantity of (96) East Penn

Unigy II 3AVR95-33 LOI Batteries. They are in four strings with (24) cells in each string. (72) Batteries were installed in December 2008, they are being replaced with (96) in February 2019.

1.3.2.6 Batteries for the Courtney RSU’s: (1) Camp Hansen RSU has a quantity of (48) East Penn 6AVR95-15 LOI batteries in two parallel strings.

These were installed in November 2009. (2) Camp Schwab RSU has a quantity of (48) C&D AT-27P batteries in two parallel strings. These were

installed in January 2013. (3) White Beach RSU has a quantity of (48) Absolyte 90P-11 GNB batteries in two parallel strings. These

were installed in August 2011. 1.3.2.7 Rectifiers for the Foster Switch: The DMS-100 at Camp Foster has a quantity of (72) GNB 100G51

model batteries newly installed with catalyst caps in May 2018. 1.3.2.8 Rectifiers for the Foster RSU’s: (1) Camp Kinser RSU has a quantity of three (3) Reliance model RL200D50 rectifiers. These are in the

process of being replaced by spring 2019 with an equivalent solution. (2) MCAS Futenma RSU has a quantity of three (3) Reliance model RL200D50 rectifiers. These are in the

process of being replaced by spring 2019 with an equivalent solution. (3) Camp Butler Bldg. 5 RSU has a quantity of four (4) Reliance model RL100D50 rectifiers. (4) Plaza Housing RSU has a quantity of four (4) Reliance model RL100D50 rectifiers. (5) Camp Foster Towers RSU has a quantity of three (3) Reliance model RL100D50 rectifiers. 1.3.2.9 Foster Switch Inverters: The DMS-100 at Camp Foster has a quantity of sixteen (16) Peco II model 827E

inverters and three (3) Reliance model WAA501B inverters. 1.3.2.10 Foster RSU Inverters:

(1) Camp Kinser RSU has a quantity of one (1) Pylon model CFR500 inverter, one (1) Reliance model WAA501B inverter and one (1) Unipower 1KVA INV481R-N inverter. (2) MCAS Futenma RSU has a quantity of one (1) Reliance model WAA501B inverter and one (1) Unipower 1KVA INV481R-N inverter. (3) Camp Butler Bldg. 5 has a quantity of one (1) Pylon model CFR500 inverter, one (1) Reliance model WAA501B inverter and one (1) Unipower 1KVA INV481R-N inverter. (4) Plaza Housing RSU has a quantity of one (1) Pylon model CFR500 inverter and one (1) Unipower 1KVA INV481R-N inverter.

(5) Camp Foster Towers RSU has a quantity of one (1) Pylon model CFR500 inverter.

1.3.2.11 Foster Switch Batteries: The DMS-100 at Camp Foster has a quantity of (72) Absoylte II 100A93 GNB batteries newly installed with catalyst caps in February 2007 (Note, contract for replacement awarded and scheduled to completed by April 2018).

1.3.2.12 Foster RSU Batteries: (1) Camp Kinser RSU has a quantity of (48) C&D AT-39P batteries. Batteries were installed December

2012. (2) MCAS Futenma RSU has a quantity of (48) C&D AT-39P batteries. Batteries were installed December

2012. (3) Camp Butler Bldg. 5 RSU has a quantity of (72) East Penn Unigy II 6AVR95-09 LOI batteries. Two

strings totaling (48) batteries were installed in November 2009. A third string of (24) batteries installed in December 2012.

(4) Plaza Housing RSU has a quantity of (48) Absolyte 90G09 GNB batteries. These were installed in September 2010.

M6740019Q0010 0001

Page 13 of 38

(5) Camp Foster Towers RSU has a quantity of (48) Absolyte 90G09 GNB batteries. These were installed in September 2010.

1.3.2.13 Rectifiers for Camp Fuji: The Avaya CM6 at Camp Fuji has a quantity of nine (9) Emerson, model R48-3500e rectifiers.

1.3.2.14 Inverters for Camp Fuji: The Avaya CM6 at Camp Fuji has a quantity of thirteen (13) Peco II model 827E

inverters. . 1.3.2.15 Camp Fuji Batteries: The Avaya CM6 at Camp Fuji has a quantity of (48) Absolyte 90P-13 GNB batteries

(installed August 2011) and (24) Absolyte 100G31 GNB batteries (Installed March 2013). 1.3.3 Okinawa Avaya Switches 1.3.3.1 Two HP DL360 servers are included in the system architecture for the Local Session Controllers (LSC) at

Camps Foster and Courtney. Each of these four (4) servers is provisioned with a single Intel Xeon E5620 2.4 GHz 4-core processor, redundant 460W power supplies, dual 1GB network interfaces, two 300GB hard drives in a RAID 1 configuration, and run Red Hat Enterprise Linux 5.3 as its operating system. The server pair at Camp Foster functions as the primary survivable core, with the pair at Camp Courtney functioning as the secondary core. There are a total of twelve (12) Dell Latitude E6420 laptops used exclusively for workstations to manage the DWDM, GPON, Avaya, Nortel, and Callegra, and other peripheral communications support systems.

Two G450 media gateways are included in the LSC configurations at both Camps Foster and Courtney. The gateway configurations for each site are identical and are used to provide T1 PRI tie trunks to the local SL-100 for access to DSN and local trunk facilities. They are also used to provide PRI QSIG interfaces to the Callegra.UC voice mail system at each site. Each gateway is equipped with dual power supplies and Ten MM710B T1 media modules with four 80 channel daughterboards. This hardware equips the LSC at each site with ten T1 PRI tie trunks. Five cards each are installed in each gateway. One Dell PowerEdge R210 is included in the LSC design for Camps Foster and Courtney to provide support systems and services required for DISA Security Technical Implementation Guide (STIG) compliance. This RAE server provides centralized access control and security management capabilities to all Avaya CM6 and ASLAN components. Services are consolidated on the single Dell R210 server at each site. Using Hypervisor 2008 and two Windows Server 2008 O/Ss, two virtual RAE suites will be configured on the single server, providing Active Directory services to support centralized authentication bundled with Domain Name Service (DNS), Online Certificate Status Protocol (OCSP) via Tumbleweed Desktop Validator 4.9 to provide OCSP certificate revocation response based on locally updated DoD Public Key Infrastructure (PKI) Certificate Revocation List (CRL) for user authentication as well as SYSLOG via Kiwi Syslog 9.4 to provide a SYSLOG repository for all LSC and ASLAN components in the system architecture. One JITC-certified ION SA5620 security appliance is included in the LSC architecture at Camps Foster and Courtney for secure remote dial-up access.

M6740019Q0010 0001

Page 14 of 38

1.3.3.2 Camp Fuji: The enterprise survivable Local Session Controller at Camp Fuji consists of the following:

Four (4) HP DL360 servers running Red Hat Enterprise Linux 5.3. One server pair functions as the primary survivable server pair. The second server pair functions as the back-up. One G650 Media Ten G450 Media Two 24-port Cisco 3560 layer 2 switches One Dell R210 server to host required Information Assurance (IA) applications One ION SA5620 secure modem Two Dell Latitude E6420 laptops used exclusively for workstations to manage the Avaya, Nortel, and Callegra systems and other peripheral support systems.

M6740019Q0010 0001

Page 15 of 38

1.3.4 DWDM: A Tellabs 7100 Nano Optical Transport System (OTS) with 7100E is installed at nine (9)

separate locations on Okinawa. The system configuration consists of a nine (9) node, two (2) degree, Reconfigurable Optical Add Drop Multiplexer (ROADM) ring connecting all seven Area Distribution Node (ADN) locations with each Core Node location.

The equipment is installed in the facilities listed below:

a. Camp Foster Bldg. 481 (Core Node 0) b. Camp Courtney Bldg. 4219 (Core Node 1) c. Camp Foster Bldg. 960 (ADN) d. Camp Foster Bldg. 5 (ADN) e. Plaza Housing Bldg. 4251 (ADN) f. MCAS Futenma Bldg. 101 (ADN) g. Camp Kinser Bldg. 104 (ADN) h. Camp Hansen Bldg. 2397 (ADN) I. Camp Schwab Bldg. 3658 (ADN)

1.3.4.1 CORE NODE 0 DETAILS: DWDM equipment installed at Camp Foster consists of the following: -Two (2) Tellabs 7100 Nano main shelves -One (1) Tellabs 7100 Nano port shelf -Six (6) SPM modules installed -Two (2) ROADM modules installed -Four (4) degrees equipped -Two (2) ESM20 modules -Eighty-eight (88) degrees equipped per ROADM -Four (4) SONET Switching Modules (SSM-X) installed, equipped with -Forty-eight (48) multi-rate SFPs for client interfaces -Four (4) tunable XFPs for line interfaces

M6740019Q0010 0001

Page 16 of 38

-Two High Density Ten Gigabit Modules (HDTG) installed, equipped with -Ten (10) XFPs for client interfaces -Ten (10) tunable XFPs for line interfaces -One (1) Tellabs 7100E shelf equipped with redundant power supplies -Eight (8) 63 port T1 cards in a 1+1 configuration -Two (2) multi-rate SFPs 1.3.4.2 CORE NODE 1 DETAILS: DWDM equipment installed at Camp Courtney consists of the following: -Three (3) Tellabs 7100 Nano main shelves (One shelf configured as an optical line amplifier) -One (1) Tellabs 7100 Nano port shelf -Eight (8) SPM modules installed -Two (2) ROADM modules installed -Four (4) degrees equipped -Two (2) ESM20 modules -Eighty-eight (88) degrees equipped per ROADM -Four (4) SONET Switching Modules (SSM-X) installed, equipped with -Forty-eight (48) multi-rate SFPs for client interfaces -Four (4) tunable XFPs for line interfaces -Two High Density Ten Gigabit Modules (HDTG) installed, equipped with -Ten (10) XFPs for client interfaces -Ten (10) tunable XFPs for line interfaces -Two (2) Eighty-Eight (88) channel long range input amplifiers installed

-One (1) Tellabs 7100E shelf equipped with redundant power supplies -Eight (8) 63 port T1 cards in a 1+1 configuration -Two (2) multi-rate SFPs 1.3.4.3 MCAS FUTENMA AND PLAZA HOUSING AREA DISTRIBUTION NODE DETAILS: DWDM equipment installed at MCAS Futenma (Bldg. 101) and Plaza Housing (Bldg. 4251) consists of the following: -Three (3) Tellabs 7100 Nano main shelves (One shelf configured as an optical line amplifier) -One (1) Tellabs 7100 Nano port shelf -Eight (8) SPM modules installed -Two (2) ROADM modules installed -Four (4) degrees equipped -Two (2) ESM20 modules installed (Futenma only) -Eighty-eight (88) degrees equipped per ROADM -Two (2) SONET Switching Modules (SSM-X) installed, equipped with -Twenty-four (24) multi-rate SFPs for client interfaces -Two (2) tunable XFPs for line interfaces -Two High Density Ten Gigabit Modules (HDTG) installed, equipped with -Ten (10) XFPs for client interfaces -Ten (10) tunable XFPs for line interfaces -Two (2) Eighty-Eight (88) channel intermediate range input amplifiers installed

-One (1) Tellabs 7100E shelf equipped with redundant power supplies -Eight (8) 63 port T1 cards in a 1+1 configuration -Two (2) multi-rate SFPs 1.3.4.4 REMAINING AREA DISTRIBUTION NODE DETAILS:

M6740019Q0010 0001

Page 17 of 38

DWDM equipment installed at the five (5) remaining ADN locations (Foster Bldg 5, Hansen, Kinser, Schwab and Foster Bldg 960) consists of the following: -Two (2) Tellabs 7100 Nano main shelves -One (1) Tellabs 7100 Nano port shelf -Six (6) SPM modules installed -Two (2) ROADM modules installed -Four (4) degrees equipped -Two (2) ESM20 modules installed (Applies to Camps Schwab, Kinser, and Hansen) -Eighty-eight (88) degrees equipped per ROADM -Two (2) SONET Switching Modules (SSM-X) installed, equipped with -Twenty-four (24) multi-rate SFPs for client interfaces -Two (2) tunable XFPs for line interfaces -Two High Density Ten Gigabit Modules (HDTG) installed, equipped with -Ten (10) XFPs for client interfaces -Ten (10) tunable XFPs for line interfaces -One (1) Tellabs 7100E shelf equipped with redundant power supplies -Eight (8) 63 port T1 cards in a 1+1 configuration -Two (2) multi-rate SFPs

Table 1: Basic Depiction of the DWDM and GPON architecture in Okinawa 1.3.5 GPON: The GPON architecture for Okinawa consists of eight (8) Tellabs 1150 Multiservice Access Platforms (MSAP) Optical Line Terminals and eight (8) Tellabs 729G Optical Networking Terminals (ONT) installed at the following locations:

M6740019Q0010 0001

Page 18 of 38

a. Camp Foster Bldg. 481 (Core Node 0) b. Camp Courtney Bldg. 4219 (Core Node 1) c. Camp Foster Bldg. 960 (ADN) d. Camp Foster Bldg. 5 (ADN) e. MCAS Futenma Bldg. 101 (ADN) f. Camp Kinser Bldg. 104 (ADN) g. Camp Hansen Bldg. 2397 (ADN) h. Camp Schwab Bldg. 3658 (ADN)

The contractor will also provide support for seventy (70) 729G ONT’s which are deployed at various end user buildings or maintained by MCB G-6 as on hand spares. The 1150 MSAP at each of the above locations is configured as follows: -Redundant fans and power supplies -Two (2) QOIU7 PON cards -Redundant Ethernet Switching Unit (ESU) cards equipped with a single 10Gbps SM XFP

1.3.5.1 Intel Battalion GPON: In addition to the GPON equipment in 1.3.5, the contractor shall provide support for the following equipment supporting 3rd Intel Battalion on Camp Hansen:

Part Number Description QTY 4125053 MDS5 Chassis, 16 I/O SLOT 2 4195091 MDS5 FAN TRAY ASSY + PWR CABLE 3 4125055 MDS5 CHASSIS POWER CABLE – RAW ENDED 2 4115091 ESU2 (2x 10G + 4X 1G) 4 4125004 QOIU7 QUAD GPON (4 SFP) 8 4125005 AMU1 (ALARM MAINT UNIT) – 16 DRY CONTACTS I/O 2 128211 1G SFP 850NM MULTIMODE LC DUPLEX OPTIC XCVER MMF – 550M 14 81.11P-PWRSHV19-R5 OEM SHELF RECT 19” VALERE C 1 0470-0132 CONTROLLER 48V, SYSTEM CONTROLLER W/ETHERNET 1 81.11P-PWRV1150-R5 TELLABS 1150 MDS5/MDS7 VGW PWR KIT 2 0470-0095 VALERE 40A RECTIFIER MODULE 4 81.16G-709GP00X-R6 ONT709GP, 4G, POE, NO POTS, NO-PLUG 147 81.11K-ONTBKTFS-R6 BRACKET, FIBER MGMT – INDOOR ONTS 704F, 704G, 709, 709GP

(CARTON OF 10 BRACKETS) 18

81.BC1100FP256 Tellabs Panorama INM/NE license, 10 NE or Client Capacity; includes NE software FP25.6.x Panorama 9.x INM for Unix or Windows, CORBA Interface, CAS, AUP, NE Software, online help, and documentation CD, and Orbix 6.3 standard edition

1

1.3.5.2 Operator Consoles: Contractor will provide 24/7 remote technical support, software upgrades/support and repair/return of hardware for operator consoles as described below:

Camp Foster Bldg. 481: SPOK Console system

QTY Part Number Description 1 SPOK-Upgrade CTI SPOK Database Administration – Enterprise System – Includes

SPOK Directory, Web Admin Software Console, OpStats, CTI, System Admin, System Maint, Management tools, Automated Backup utility, standard reports

13 SPOK-Upgrade SPOK Console Software 2 RHEL5 Number of Red Hat Enterprise Linux (RHEL) 5 Server Licenses (64

bit OS)

M6740019Q0010 0001

Page 19 of 38

1 Oracle Oracle Database 11gR2

1 Oracle Oracle WebLogic 11gR2

1 Dell R430 K-Server Dell;R430;1U;2CPU

1 Dell R730 Dell Server; R730XL; 2RU; 2CPU

1 KVM KVM Access, mount up to 8 servers mouse /monitor /keyboard

13 Dell OptiPlex PC DELL; OPTIPLEX; with keyboard, mouse, with monitor

13 M5316BLK CSBP*M5316BLK*E*MERIDIAN 16BTN CENTREX H/FW/DSP PHONE

13 CSI-380 Centrex Serial Interface

2 SPOK-Upgrade Spōk Console Software (spare)

2 Dell OptiPlex PC DELL; OPTIPLEX; with keyboard, mouse, with monitor (spare)

2 M5316BLK Centrex Serial Interface (spare)

2 CSI-380 Spōk Console Software (spare)

15 TMP-636 Transmit Recording Patch (Greetings)

15 CBL-44 Cable Dynametric Adaptor (Greetings)

1.4. USNH Okinawa Components/Systems (CLINs 0001AB, 0002AB, 1001AB, 1002AB, 2001AB & 2002AB): The local survivable remote extended port network at the USNH consists of the following major components, :

One HP DL360 server to provide local survivability for the Hospital gateway One G650 Media Gateway for ISDN BRI U or S/T subscriber capability Eighteen G450 Media Gateways for analog and digital subscriber capability Two 24-port Cisco 3560 layer 2 switches

Rectifiers for the USNH: The USNH has an Emerson Netsure 801 rectifier system equipped with five 200 amp modular rectifiers. System is capable of up to 2400 amps, all shelves and slots are fully wired. This equipment was newly installed and accepted in January 2013.

Inverters for the USNH: The USNH has a Benning Invertronic 120/208VAC modular 3-phase inverter

system. It is equipped with four 10kVa inverter modules. Batteries for the USNH: The USNH has three strings of C&D MSEndur AT-39P batteries. Each string is

rated for 2,180 amp-hours. Batteries were newly installed in December 2012. 1.5 MCAS Iwakuni Components/Systems (CLINs 0001AC, 0002AC, 1001AC, 1002AC, 2001AC & 2002AC):

M6740019Q0010 0001

Page 20 of 38

Dial Central Office Power Systems: 1.5.1 Rectifiers for the MCAS-Iwakuni Switch: The CM7 has a quantity of one (1) Netsure 802 Distribution Bay, LMS1000 Monitoring System, and Netsure High efficiency 200 amp eSure rectifier R4812000Le (208V AC) Power Conversion Units (PCU’s) that provide a maximum of 2000 Amps at -48VDC. The installed Netsure 802 system has two functioning shelves installed with a maximum service capacity of ten (10) and is provisioned with five (5) PCU’s, would provide a maximum of 1000 -48VDC Amps. This equipment was installed March 2015 and accepted in June 2015 . 1.5.2 Rectifiers for the MCAS-Iwakuni RSC’s: (1) Building 6003 has a quantity of one (1) Netsure 802 Distribution Bay, LMS1000 Monitoring System, and Lorain 200 amp rectifier LPS200D50 Power Conditioning Unit (PCU’s) that provide a maximum of 2000 Amps at -48 VDC. The installed Netsure 802 system has two functioning shelves installed with a maximum service capacity of ten (10) and is provisioned with five (5) Netsure High efficiency 200 amp eSure rectifier R4812000Le (208V AC) PCU’s providing a maximum of 1000 amps at -48 VDC. (2) Building 9569 has a Fuji Uninterruptable Power System 6000D-3 (UPS) 200kVA. This system includes rectifier, inverter, and power conditioning subsystems. (3)Building ATG119 has a quantity of one (1) Emerson Vertiv Netsure 721 Rectifier 2000W, -48VDC, and Benning Invertronic 60kVA inverter system equipped with two 10kVA inverter modules N+ 1. This system was installed March 2018. 1.5.3 Batteries for the MCAS-Iwakuni Switch: The CM7 has a quantity of (48) C&D Technologies VRLA AT-39P Batteries. They are in two 2,180 Amp strings with (24) cells in each string. Batteries were installed in April 2010. 1.5.4 Batteries for the MCAS-Iwakuni RSC’s: (1) Building 6003 has a quantity of (48) C&D Technologies VRLA AT-39P Batteries. They are in two 2,180 Amp strings with (24) cells in each string. Batteries were installed in April 2010. (2) Building 9569 has a quantity of (150) Furukawa Battery FVL500AH batteries. There is one (1) 2,180 Amp string with (180) cells in the string at 2 volts each. Batteries were installed in March 2014. (3) Building ATG119 Two strings of C&D MSEndur AT-25P batteries with two strings of C&D MSEndur AT-25P batteries. Each string is rated for 1,376 amp-hours. This system was installed March 2018. 1.5.5 Inverters for the MCAS-Iwakuni Switch: The CM7 has a quantity of one (1) BENNING INVERTERONIC-M 120/208 VAC 3P 60/120KVA inverter. It has a maximum of six (6) and is provisioned with five (5) 10 KVA Modules (48 VDC in/208 VAC out) model 120028 inverters. 1.5.6 Inverters for the MCAS-Iwakuni RSC’s:

(1) Building 6003 has a quantity of one (1) BENNING INVERTERONIC-M 120/208 VAC 3P 60KVA inverters. It has a maximum of six (6) and is provisioned with four (4) 10 KVA Modules (48 VDC in/208 VAC out) model 120028 inverters.

(2) Building ATG119 has a quantity of one (1) Benning Invertronic 60kVA inverter system equipped with two 10kVA inverter modules N+1. This system was installed March 2018.

M6740019Q0010 0001

Page 21 of 38

1.5.7 DC Distribution for the MCAS-Iwakuni Switch: The Emerson NetSure 502 is a 19 position rack mounted distribution panel. It supports up to 600 Amps with various disconnect options. There are two (2) located in the DCO.

1.5.8 DC Distribution for the MCAS-Iwakuni RSC’s: (1) Building 6003 has two (2) Lorain DB 48500 48 volt distribution panels. These supply the DC power to the individual racks in their respective rows. Building 9569 has one (1) Emerson Power 502 Netsure NLDB. It has a max capacity of eight (8) and is provisioned with five (5) eSure Rectifier 2000 watt 48 volt 1R482000E rectifiers. Building ATG119 has a NetSure 721 power plant ‘s distribution panels. Six 300 amp feeds provide the DC input to the modular inverters. This system was installed March 2018.

M6740019Q0010 0001

Page 22 of 38

1.5.9 Starline Bus Power Distribution MCAS-Iwakuni Switch: The bus way is a suspended power distribution network that is supplying the DCO with AC 208Y/120V 3-phase power 225 amp bus per row. There are one to two Geist vertical PDUs mounted in the rear of cabinet connected to two of the available 3-phases supplied by a breaker module and drop cord. The Starline is providing power to row C, E, and F a total of 24 racks and or cabinets provisioned with 34 breaker modules. 1.5.10 Electrical Busway Power Distribution MCAS-Iwakuni RSC’s: (1) Building 6003 The bus way is a suspended power distribution network that is supplying the RSC with AC 208Y/120V 3-phase power 225 amp bus per row. There are one or two Geist vertical PDUs mounted in the rear of cabinet connected to two of the available 3-phases supplied by a breaker module and drop cord. The electrical busway is providing power to row A, B, C, and D a total of 31 racks and or cabinets provisioned with 12 breaker modules. (2) Building 9569 The bus way is a suspended power distribution network that is supplying the RSC with AC 208Y/120V 3-phase power 225 amp bus per row, except for row G which is provisioned at 400 amps. There are one or two Geist vertical PDUs mounted in the rear of cabinet connected to two of the available 3-phases supplied by a breaker module and drop cord. The electrical bus provides power to row A thru G a total of 40 racks and or cabinets provisioned with 71 breaker modules. Building ATG119 The bus way is a suspended power distribution network that is supplying the RSC with AC 208Y/120V 3-phase power 225 amp bus per row. There are one or two Geist vertical PDUs mounted in the rear of cabinet connected to two of the available 3-phases supplied by a breaker module and drop cord. The electrical busway provides power to row A thru C a total of 27 racks and or cabinets provisioned with 54 breaker modules. 1.5.11 MCAS-Iwakuni Avaya Switches 1.5.11.1 An Avaya Communication Management 7 (CM7) digital switch, is licensed for 13,634 lines. Building 471 is wired for 4488 lines and has 3678 active lines. The current software load is 7.1. Trunking is equipped for 32 T-1’s, wired for 23 T-1’s and presently terminating 15 T-1’s for DSN and commercial trunks. This was upgraded from CM6 to CM7in April 2018

M6740019Q0010 0001

Page 23 of 38

1. 5.11.2 MCAS-Iwakuni: Two Dell R630 servers are included in the system architecture for the Local Session Controllers (LSC) at Building 471 and 9569. Each of these four (4) servers is provisioned with a single Intel Xeon E5620 2.4 GHz 4-core processor, redundant 460W power supplies, dual 1GB network interfaces, One new 16 terabyte (TB) NETGEAR ReadyNAS,, and run Red Hat Enterprise Linux 5.3 as its operating system. Dual power supplies are installed for all servers. The server pair at 9569 is the primary survivable core, with the pair at 471 functioning as the secondary core. The Seventy-four (74) G450 media gateways are included in the LSC configurations at buildings 471, 9569, 6003 and ATG119. The gateway configuration varies for each site. They are used to provide T1 PRI tie trunks for access to DSN and local trunk facilities. They are also used to provide PRI QSIG interfaces to the Callegra UC voice mail system at building 471. Each gateway is equipped with dual power supplies and provisioning up to eight (8) daughter-boards containing an assortment of MM710B T1 media modules, MM716 Analog media modules, and MM717 Digital media modules. There are four (4) G650 media modules with two located at building 471 and two at 9569. The two G650’s at building 471 are provisioned as follows: The G650 media gateway will provide ISDN BRI, 50% of digital line size requirements, as well as analog subscriber line capability. All G650 media gateways will be equipped with the following hardware: Dual G650 power supplies, One (1) IPSI circuit pack for system signaling, Six (6) TN2198 ISDN BRI line cards spread between the two gateways, Two (2) TN2224 digital circuit packs spread between the two (2) gateways, Fifteen (15) TN793c analog line cards spread between the two (2) gateways, The following additional circuit packs will be installed in G650 media gateway #1 only: One (1) CLAN interface circuit pack for system signaling installed in slot 4, One (1) Media Resource board for system signaling installed in slot 3, One (1) TN771DP Facility Test circuit pack for system maintenance functionality installed in slot 6. Two (2) Dell PowerEdge R210 Configured with RAM- 4GB (2 x 2GB), Processor- Intel Xeon, E3-1220 3.10 GHz, Hard Disk- 500GB, O/S- Windows Server 2012 SP2 x 2, Software Applications- Kiwi Syslog Server; Pragma Fortress SSH Server 5.0 Enterprise. The R210 Required Ancillary Equipment Server (RAE) is located at buildings 471 and 9569 to provide support systems and services required for DISA Security Technical Implementation Guide (STIG) compliance. This RAE server provides centralized access control and security management capabilities to all Avaya CM7 and ASLAN components. Services are consolidated on the single Dell R210 server at each site. Using

M6740019Q0010 0001

Page 24 of 38

Hypervisor 2012 and two Windows Server 2012 O/Ss, two virtual RAE suites will be configured on the single server, providing Active Directory: Centralized authentication bundled with Domain Name Service (DNS), Online Certificate Status Protocol (OCSP) via Windows Server 2012 to provide OCSP certificate revocation response based on locally updated DoD Public Key Infrastructure (PKI) Certificate Revocation List (CRL) for user authentication, SYSLOG via Kiwi Syslog Server to provide a SYSLOG repository for all LSC and ASLAN components in the system architecture, RADIUS using Microsoft’s Network Policy Server (NPS). NPS provides centralized security for users that attempt to gain management access to any of the LSC and/or ASLAN devices. NPS provides authentication integrated with Active Directory and DoD PKI, Pragma Fortress SSH Server 5.0 Enterprise Edition to provide secure back-up of the LSC and other system database and configuration files, One JITC-certified ION SA5620 security appliance is included in the LSC architecture at MCAS-Iwakuni for secure remote dial-up access. 1.5.11.3 MCAS-Iwakuni AMCOM Public Safety Answering Point (PSAP) Interface: The APL listing for Amcom’s pc/psap solution requires Avaya’s Application Enablement (AE) Services 6.2 for its interface to the CM 6.0 LSC. A total of four (4) Dell R620 servers running Red Hat Linux 5.7 divided between building 471 and 9569, provides a high-availability configuration for the interface. The servers are provisioned with Avaya AES 6.2 software licensing to support up to four pc/psap positions. 1.5.11.4 MCAS-Iwakuni: The enterprise survivable Local Session Controller (LSC) consists of the following: One (1) HP DL360 server is included in the system architecture for the media gateways at Building 6003. The 2U server is provisioned with a single Intel Xeon E5620 2.4 GHz 4-core processor, redundant 460W power supplies, dual 1GB network interfaces, two 300GB hard drives in a RAID 1 configuration, and runs Red Hat Enterprise Linux 5.3 as its operating system. This server functions as a local processor, providing intra-nodal calling for the G450s when connectivity to the Local Session Controller (LSC) at Buildings 9569 and 471 is lost. 1.5.11.5 MCAS-Iwakuni Remote Switching Centers (RSC’s): The CM7 supports 3 RSC’s. (1) Building 6003 is wired for 4032 lines and has 2808 active lines. (2) Building 9569 is wired for 5114 lines and has 2149 active lines. (3) Building ATG119 is wired for 552 lines and has 74 active lines. This was installed in October 2017 and accepted April 2018. There are analog, digital and some ISDN and Primary Rate Interface (PRI) lines installed within each RSC. 1.5.12 GPON: 1.5.12.1 MCAS-Iwakuni GPON: The GPON architecture for MCAS-Iwakuni consists of three (3) Tellabs 1150 Multiservice Access Platforms (MSAP) Optical Line Terminals (OLT) and three (3) Tellabs 729G Optical Networking Terminals (ONT) installed at the following locations: a. Bldg. 9569 (Core Node 0) b. Bldg. 471 (Core Node 1) c. Bldg. 6003(ADN) d. Bldg. AGT119 (ADN) An AC PDU will be installed for the single power supply connection of the OLT. Each of the 729GP’s will be configured for access to the maintenance VLAN, three (3) Corning Evolant passive optical splitters in the form of a 1x8 split, with the intention of placing no more than five (5) 24-port ONTs per GPON link. Port 1 on the splitter will connect into the 729GP. Splitters will be deployed with any necessary attenuators to ensure that the optical signal received at the ONTs is within the 8–28 dB acceptable power range for operations, three (3) 1150 Multiservice Access Platform (MSAP) Optical Line Terminal (OLT) shelf and fan tray assemblies. The MSAP is configured with the following:

M6740019Q0010 0001

Page 25 of 38

a. Redundant fans and power supplies b. Two ESUs fully equipped with two 10GB and four 1GB optics. The first 10GB port on ESU #1 will be connect to port 1 on the multi-mode FOPP for connectivity to the core router. The first 10GB port on ESU #2 will connect to port 2 on the the multi-mode FOPP for the second uplink to the core router c. Two quad GPON cards provisioned, with four (4) SFPs. Port 1 on the first GPON card will connect into the Corning splitter 1.5.13 24/7 remote technical assistance support for Other Systems (MCAS Iwakuni) 1.5.13.1 MCAS-Iwakuni Callegra Voice Messaging Systems Remote Technical Assistance: The Contractor shall provide 24/7 remote technical assistance support for a unified Callegra messaging system installed at MCAS-Iwakuni. The contractor shall provide remote maintenance, diagnostics, software patching, routine technical assistance, and emergency technical assistance services (emergency status determination resides within the Government). Remote support includes both telephonic assistance and direct remote access to the equipment via government provided connection. Routine TAS requests shall be responded to in no more than four (4) hours. ETAS requests shall be responded to in no more than one (1) hour. The contractor will perform testing, diagnostic fault isolation, problem resolution, and system restoration from the contractor’s facilities for all components of the Callegra systems depicted in the diagram below. The Callegra Unified Capabilities (UC) uses VM Ware 5.1 to establish a virtual machine, supporting the Callegra UC SQL Database, Data Center, Telephony Services and a Media server on a single server platform. The software is upgraded to Callegra UC 6.15 to include an additional 16 ports added to the system interface licensing. . This 16-port addition increases the system interface to 48 ports, which supports 5,000 users at .3CCS and a P.05 grade of service. The CM7.0 LSC is configured for AS-SIP trunking capable of supporting up to 48 simultaneous SIP sessions. The server is provisioned with redundant power supplies. 1.5.13.1.1 Callegra Voice Messaging Systems Repair and Return: The Contractor shall replace or replenish of failed components of the Callegra systems depicted below.

1.5.13.2 H.248 Media Gateways Remote Technical Assistance: The Contractor shall provide 24/7 remote technical assistance support of Avaya G450/650 Media Gateways installed MCAS Iwakuni, Japan. The contractor shall provide remote maintenance, diagnostics, software patching, routine technical assistance, and emergency

M6740019Q0010 0001

Page 26 of 38

technical assistance services (emergency status determination resides within the Government). Remote support includes both telephonic assistance and direct remote access to the equipment via government provided connection. Routine TAS requests shall be responded to in no more than four (4) hours. ETAS requests shall be responded to in no more than one (1) hour. The contractor will perform testing, diagnostic fault isolation, problem resolution, and system restoration from the contractor’s facilities for the equipment described below. Bldg. 471: Twenty-five (25) G450’s and Two (2) G650’s Bldg. 6003: Twenty-one (21) G450’s Bldg. 9569: Twenty-six (26) G450’s and Two (2) G650’s Bldg. ATG119: Three (3) G450’s 1.5.13.3 MCAS-Iwakuni Stratum Level Timing Systems Remote Technical Assistance: The Contractor shall provide 24/7 remote technical assistance support for timing systems as described below: Bldg. 471: One (1) Symmetricom XLi SAASM GB-GRAM Time and Frequency Receiver Bldg. 9569: One (1) Symmetricom XLi SAASM GB-GRAM Time and Frequency Receiver The timing systems at both Buildings 9569 and 471 will be Symmetricom’s XLi SAASM timing and frequency receiver with L1/L2 GPS antenna. Network Timing Protocol (NTP) will be provided by a separate Symmetricom S200 NTP server with its own dedicated L1/L2 GPS antenna. NTP will be distributed from the S200 via the AS-LAN.

1.5.13.4 MCAS Iwakuni Cisco L2/L3 switches: The Contractor shall provide 24/7 remote technical assistance support and Cisco Smartnet warranty coverage for Cisco Layer 2 and Layer 3 switches providing an Assured Services Local Area Network (ASLAN) as described below: The AS-LAN L2/L3 core at MCAS Iwakuni will be Cisco Catalyst 6506e’s tied together via DWDM (CIENA) ring between Buildings 9569, 471, and 6003. The Catalyst configurations are mirror images for each site, provisioned with the following mirror images at each site:

M6740019Q0010 0001

Page 27 of 38

One (1) six slot 12 RU chassis equipped with redundant fan assemblies, Redundant 6000 watt power supplies, Dual 120V power connections will be provided for each power supply, resulting in an output of 2900 watts, Redundant supervisor modules installed in slots 5 and 6 of the chassis. Each supervisor module contains two 10GB and three 1GB optical ports. Only the 10GB ports will be used, equipped with single mode and multi-mode optics for connectivity between other ASLAN locations and to the GPON, Two (2) 48-port 10/100/1000 line cards installed in slots 2 and 4. These cards will be used for all 10/100/1000 copper connections, One 4-port 10GB optical line card installed in slot 3 equipped with single mode and multi-mode optics for connectivity between other ASLAN locations and to the GPON. The distribution switch are Cisco 3650 access switches tied together via Cisco Catalyst 6506e’s described below: Bldg. 471: three (3) Cisco 3650 with Cisco Catalyst 3650 Stack Module Bldg. 9569: two (2) Cisco 3650 with Cisco Catalyst 3650 Stack Module Bldg. 6003: two (2) Cisco 3650 with Cisco Catalyst 3650 Stack Module Bldg. ATG119: two (2) Cisco 3650 with Cisco Catalyst 3650 Stack Module 1.5.13.5 MCAS-Iwakuni Secure Logix Telephony Firewall: The Contractor shall provide 24/7 remote technical assistance support for Secure Logix telephony firewalls as described below: a. Bldg. 9569 (Core Node 0) with one (1) ETM 3200 appliance with four (4) model 8540 controller modules. b. Bldg. 471 (Core Node 1) with two (2) ETM 3200 appliance with six (6) model 8540 controller modules. One (1) ETM 1024 analog appliance. Two Dell PowerEdge R320, O/S- Windows 2008 R2, Software Applications- Oracle TNS Listener Oracle Database Service, ETM Management Service, ETM Report Service to provide support systems and services required for DISA Security Technical Implementation Guide (STIG) compliance.

1.5.13.5.1 The Contractor shall replace or replenish failed components of the Secure Logix telephony firewalls depicted in the diagram below. 1.5.13.6 MCAS-Iwakuni Configuration Accounting Information Retrieval System (CAIRS): The Contractor shall provide 24/7 remote technical assistance support for CAIRS as described below: The CAIRS Telephone Management System (TMS) is comprised three (3) Dell R730 running a Server 2012 Enterprise operating system. The CAIRS database is configured with MS SQL Server 2008 R2, MS .Net Framework v4, IE 10, MS Visual Studio v9, McAfee Virus-Scan 8.8. The Application server is configured with IE 10, MS .Net Framework v4, MS Visual Studio v9, McAfee Virus Scan v8.8, MS SQL CE v3.5, IIS 7, CAIRS.net v4.0.12097. All servers are located within building 471.

M6740019Q0010 0001

Page 28 of 38

All physical dry connection alarms are consolidated to Asentria Teleboss 850. The operating system is a Linux (embedded) Teleboss 850 Rel. 2.06.230 JTC01. These devices are located at buildings 471, 6003, 9569 and ATG119. They are connected via the CAIRS network and provide real time alarm messaging and alerting for critical components of the network.

1.5.13.6.1 The Contractor shall replace or replenish failed components of the CAIRS depicted in the diagram below. 1.5.13.7 MCAS-Iwakuni Voice Network Management Workstation: The Contractor shall provide 24/7 remote technical assistance support for Voice Network Management Workstation as described below: There are multiple access devices for management of the voice network system. The following are the devices on line and connected to the network. Four (4) desktop Dell Optiplex 3020, three (3) Dell Latitude E6420, two (2) Dell Latitude 3590. All operating a Windows 10 Professional SP1. Installed software: Adobe Reader DC, CAIRS.net Client, AVAYA integrated management site administration, Callegra Admin for MMC, ETM System software, Internet Explorer 10, Microsoft Office 2013 Tellabs PANORAMA PON, VanDyke Software Secure CRT/FX 7.3, VM Ware vSphere Client 5.5. 1.5.13.7.1 The Contractor shall replace or replenish failed components of the Voice Network Management Workstation. 1.5.13.8 MCAS-Iwakuni ION remote appliance and PRIISM routing systems: The Contractor shall provide 24/7 remote technical assistance support for remote services and routing systems as described below: Bldg. 471: One (1) ION 5600 secure appliance, one (1) ION PRIISMS routing device, and one (1) DELL Power Edge R320 server. The ION 5600 provides secure connection via modem dial-in to facilitate technical support for appliances supported on MCAS-Iwakuni telephony network while removing third party access to voice and IT systems. ION PRIISMS router provides Linux to Linux connections with single user sign on and allows multi-lever permission restrictions. The DELL Power Edge R320 server operates on windows server 2012; it is dedicated for PRIISMS security certifications that allow access to network devices.

M6740019Q0010 0001

Page 29 of 38

1.5.13.9 MCAS-Iwakuni Consortium II Conference Bridge Server: The Contractor shall provide 24/7 remote technical assistance support for the Consortium II Conference Bridge Server as described below: The Consortium application resides on a 4RU server installed in cabinet C01. The server is provisioned with Windows 2012 R2, Pentium IV 3.2GHz processor, dual 160GB hard drives, and redundant power supplies. The current software load is version 9.1d.1. The dual power supplies for the server are connected to separate vertical power distribution units (PDUs) installed within the enclosed cabinet. The server is connected into the network with a single 10/100 connection to the local Cisco Catalyst 3650 switch. This connection is made from the server NIC to port 6 on the fast Ethernet blade installed in slot 4 of the Catalyst 3650 chassis. Local server access will be accomplished through a rack mounted KVM. Port 3 is assigned for the Consortium server. Two 96-port T1 cards are provisioned in the server chassis. Each card includes two ports dedicated for T1 connections and two ports dedicated for AS-SIP. Ports 1 and 2 will be used as the interface to the LSC will be T1 PRI. T1 span assignments are as follows: a. T1 spans 1 and 2 will use port 1 on the first card b. T1 spans 3 and 4 will use port 2 on the first card c. T1 span 5 will use port 1 on the second card d. All T1 span cables will terminate on the same DSX panel used by the LSC for network trunk terminations . d. Eight T1 PRIs will provide a total of 184 voice ports and 5 d-channels (total of 192 ports) capacity between the bridge and LSC.

1.5.13.9.1 The Contractor shall replace or replenish failed components of the Consortium II Conference Bridge Server. 1.5.13.10 MCAS-Iwakuni Adtran Channel Bank: The Contractor shall provide 24/7 remote technical assistance support for the Adtran Channel Banks. There are two (2) T1 connections to local commercial trunks to provide local off base and on base access. The system is comprised of two (2) Total Access 850 chassis provisioned with a Bank Controller Card and six (6) FXO cards per chassis. 1.5.13.10.1 The Contractor shall replace or replenish failed components of the Adtran Channel Banks. DWDM: A 6500 CIENA is installed at five (5) separate locations on MCAS Iwakuni. The system configuration

consists of a five (5) node, each node has two (2) degree, Reconfigurable Optical Add Drop Multiplexer

M6740019Q0010 0001

Page 30 of 38

(ROADM) ring connecting all five (five) Area Distribution Node (ADN) locations with each Core Node location.

The equipment is installed in the facilities listed below:

a. DCO Iwakuni Bldg 471 (Node 2) b. Server Farm Bldg. 126 (Node 1) c. RSC 2 Bldg. 9569 (Node 4) d. RSC 1 Bldg. 6003 (Node 5) e. RSC3 Bldg. ATG119 (Node 6)

CORE NODE 2 DETAILS: DWDM equipment installed at DCO Iwakuni consists of the following: -One (1) 6500 CIENA main shelves -One (1) NTK605MAE5 Shelf Access Panel -One (1) NTK603ABE5OME6500 32-Slot Optical Shelf -Two (2) NTK555FAE5 Self Processor -Two (2) NTT862BAE5CMD44 50 Ghz Blue -Two (2) NTT862BBE5CMD44 50 Ghz Red -Two (2) NTK553LB Wavelength Selective Switch Flex C-Band W/OPM -Five (5) NTK532DA OTN Flex MOTR 1X XFP/8X SFP Circuit Pack -Two (2) NTK552FA Midstage Line Amplifier 2 Circuit Pack -One (1) NTK554BA OSC w/WSC 2 Port SFP 2 Port 10/100 BT -Four (4) NTK538BM 100G MOTR WL3N Basic C-Band 10X SFP+ -Five (5) NTK583AA Multirate 1528.38 to 1568.77 (1 - 88) 50GHz DWDM XFP -Two (2) NTK592NG OC-3 0-34dB CWDM 1511 nm Low TX Power -Two (2) NTK607AAE5 Front Cooling Tray -Two (2) NTK605FAE5 (Type 2) 3x60Amp PWR -(31) SFP+, 1310nm, 10GE/OTU2/OC192/FC1200 -(9) SFP+, 850nm, 10GE/FC1200/FC800 -(5) GE LX [10k]/FC100/FC200 SM 1310nm LC SFP -(23) GE SX/FC100/FC200 Mx 850nm LC SFP -(2) Part 13 dB - Optical Attenuator CORE NODE 1 DETAILS: DWDM equipment installed at Server Farm consists of the following: -One (1) 6500 CIENA main shelves -One (1) NTK605MAE5 Shelf Access Panel -One (1) NTK603ABE5OME6500 32-Slot Optical Shelf -Two (2) NTK555FAE5 Self Processor -Two (2) NTT862BAE5CMD44 50 Ghz Blue -Two (2) NTT862BBE5CMD44 50 Ghz Red -Two (2) NTK553LB Wavelength Selective Switch Flex C-Band W/OPM -Eight (8) NTK532DA OTN Flex MOTR 1X XFP/8X SFP Circuit Pack -One (1) NTK554BA OSC w/WSC 2 Port SFP 2 Port 10/100 BT -Five (5) NTK532DA OTN Flex MOTR 1X XFP/8X SFP Circuit Pack -Eight (8) NTK583AA Multirate 1528.38 to 1568.77 (1 - 88) 50GHz DWDM XFP -Two (2) NTK592NG OC-3 0-34dB CWDM 1511 nm Low TX Power -Two (2) NTK607AAE5 Front Cooling Tray -Two (2) NTK605FAE5 (Type 2) 3x60Amp PWR - (56) GE LX [10k]/FC100/FC200 SM 1310nm LC SFP - (8) GE SX/FC100/FC200 Mx 850nm LC SFP

M6740019Q0010 0001

Page 31 of 38

-(2) Part 13 dB - Optical Attenuator NODE 4 DETAILS: DWDM equipment installed at DCO Iwakuni consists of the following: -One (1) 6500 CIENA main shelves -One (1) NTK605MAE5 Shelf Access Panel -One (1) NTK603ABE5OME6500 32-Slot Optical Shelf -Two (2) NTK555FAE5 Self Processor -Two (2) NTT862BAE5CMD44 50 Ghz Blue -Two (2) NTT862BBE5CMD44 50 Ghz Red -Two (2) NTK553LB Wavelength Selective Switch Flex C-Band W/OPM -Three (3) NTK532DA OTN Flex MOTR 1X XFP/8X SFP Circuit Pack -Two (2) NTK552FA Midstage Line Amplifier 2 Circuit Pack -One (1) NTK554BA OSC w/WSC 2 Port SFP 2 Port 10/100 BT -Three (3) NTK538BM 100G MOTR WL3N Basic C-Band 10X SFP+ -Five (5) NTK583AA Multirate 1528.38 to 1568.77 (1 - 88) 50GHz DWDM XFP -Two (2) NTK592NG OC-3 0-34dB CWDM 1511 nm Low TX Power -Two (2) NTK607AAE5 Front Cooling Tray -Two (2) NTK605FAE5 (Type 2) 3x60Amp PWR -(31) SFP+, 1310nm, 10GE/OTU2/OC192/FC1200 -(9) SFP+, 850nm, 10GE/FC1200/FC800 -(3) GE LX [10k]/FC100/FC200 SM 1310nm LC SFP -(16) GE SX/FC100/FC200 Mx 850nm LC SFP -(2) Part 13 dB - Optical Attenuator NODE 5 DETAILS: DWDM equipment installed at RSC 1 consists of the following: -One (1) 6500 CIENA main shelves -One (1) NTK605MAE5 Shelf Access Panel -One (1) NTK603ABE5OME6500 32-Slot Optical Shelf -Two (2) NTK555FAE5 Self Processor -Two (2) NTT862BAE5CMD44 50 Ghz Blue -Two (2) NTT862BBE5CMD44 50 Ghz Red -Two (2) NTK553LB Wavelength Selective Switch Flex C-Band W/OPM -Two (2) NTK532DA OTN Flex MOTR 1X XFP/8X SFP Circuit Pack -Two (2) NTK552FA Midstage Line Amplifier 2 Circuit Pack -One (1) NTK554BA OSC w/WSC 2 Port SFP 2 Port 10/100 BT -Two (2) NTK538BM 100G MOTR WL3N Basic C-Band 10X SFP+ -Two (2) NTK583AA Multirate 1528.38 to 1568.77 (1 - 88) 50GHz DWDM XFP -Two (2) NTK592NG OC-3 0-34dB CWDM 1511 nm Low TX Power -Two (2) NTK607AAE5 Front Cooling Tray -Two (2) NTK605FAE5 (Type 2) 3x60Amp PWR -(16) SFP+, 1310nm, 10GE/OTU2/OC192/FC1200 -(4) SFP+, 850nm, 10GE/FC1200/FC800 -(2) GE LX [10k]/FC100/FC200 SM 1310nm LC SFP -(14) GE SX/FC100/FC200 Mx 850nm LC SFP -(2) Part 13 dB - Optical Attenuator NODE 6 DETAILS:

M6740019Q0010 0001

Page 32 of 38

DWDM equipment installed at RSC 3 consists of the following: -One (1) 6500 CIENA main shelves -One (1) NTK605MAE5 Shelf Access Panel -One (1) NTK603ABE5OME6500 32-Slot Optical Shelf -Two (2) NTK555FAE5 Self Processor -Two (2) NTT862BAE5CMD44 50 Ghz Blue -Two (2) NTT862BBE5CMD44 50 Ghz Red -Two (2) NTK553LB Wavelength Selective Switch Flex C-Band W/OPM -Four (4) NTK532DA OTN Flex MOTR 1X XFP/8X SFP Circuit Pack -Two (2) NTK552FA Midstage Line Amplifier 2 Circuit Pack -One (1) NTK554BA OSC w/WSC 2 Port SFP 2 Port 10/100 BT -Two (2) NTK538BM 100G MOTR WL3N Basic C-Band 10X SFP+ -Four (4) NTK583AA Multirate 1528.38 to 1568.77 (1 - 88) 50GHz DWDM XFP -Two (2) NTK592NG OC-3 0-34dB CWDM 1511 nm Low TX Power -Two (2) NTK607AAE5 Front Cooling Tray -Two (2) NTK605FAE5 (Type 2) 3x60Amp PWR -(16) SFP+, 1310nm, 10GE/OTU2/OC192/FC1200 -(4) SFP+, 850nm, 10GE/FC1200/FC800 -(5) GE LX [10k]/FC100/FC200 SM 1310nm LC SFP -(28) GE SX/FC100/FC200 Mx 850nm LC SFP -(2) Part 13 dB - Optical Attenuator 1.5.13.11 MCAS-Iwakuni ACME Packet 3820 Session Board Controllers: The Contractor shall provide 24/7 remote technical assistance support for Session Board Controller systems as described below: Bldg. 471: Two (2) ACME Packet 3820 Session board controllers. The ACME Packet 3820 session board controllers provide; multi-processor architecture, transcoding and encryption hardware, and can support up 8,000 sessions over an IP-based network.+ 1.5.13.12 MCAS-Iwakuni Sonet Flashwave 4100e: The Contractor shall provide 24/7 remote technical assistance support for the SONET 4100ES Shelf (CPU/RTU), architecture consists of an OC-3 UPSR ring between Buildings 471, 9569, and 6003. Three 4100es shelfs have redundant power supplies, optics to support the OC-3 UPSR ring configuration, two (2) DS1 modules to provide twenty-eight (28) DS1s working/protected. The server is a Fujitsu SUN Sparc T-4, Fujitsu Netsmart 1500 Management Server with NETSMART 1500 approved versions: v7 sp730, v8 sp800.1, v8 sp810; NETSMART 500 approved versions: v4.7, v5.2, v5.3, v5.4. There are three (3) SONET 4100ES Shelf (CPU/RTU). 1.6 Callegra Voice Messaging Systems (Option CLINs 0001AD, 0002AD, 1001AD, 1002AD, 2001AD,

2002AD) 1.6.1 Callegra Voice Messaging Systems Remote Technical Assistance: Contractor shall provide 24/7 remote

technical assistance support for a unified Callegra messaging system installed at Camps Courtney and Foster in Okinawa and a stand-alone system supporting Camp Fuji on mainland Japan. The contractor shall provide remote maintenance, diagnostics, software patching, routine technical assistance, and emergency technical assistance services (emergency status determination resides within the Government). Remote support includes both telephonic assistance and direct remote access to the equipment via government provided connection. Routine TAS requests shall be responded to in no more than four (4) hours. ETAS requests shall be responded to in no more than one (1) hour. The contractor will perform testing, diagnostic fault isolation, problem resolution, and system restoration from the contractor’s facilities for all components of the Callegra systems depicted in the diagram below.

M6740019Q0010 0001

Page 33 of 38

1.6.1.1 Callegra Voice Messaging Systems Repair and Return: Contractor shall provide repair and return of failed components of the Callegra systems depicted in the diagram below.

1.6.2 H.248 Media Gateways Remote Technical Assistance: Contractor shall provide 24/7 remote technical

assistance support of Avaya G450/650 Media Gateways installed at Camp Gonsalves and Ie Shima on Okinawa, Japan. The contractor shall provide remote maintenance, diagnostics, software patching, routine technical assistance, and emergency technical assistance services (emergency status determination resides within the Government). Remote support includes both telephonic assistance and direct remote access to the equipment via government provided connection. Routine TAS requests shall be responded to in no more than four (4) hours. ETAS requests shall be responded to in no more than one (1) hour. The contractor will perform testing, diagnostic fault isolation, problem resolution, and system restoration from the contractor’s facilities for the equipment described below.

Ie Shima Bldg. 80: One (1) G450 and One (1) G650 Camp Gonsalves Bldg. 500: One (1) G450 and One (1) G650 1.6.3 Stratum Level Timing Systems Remote Technical Assistance: Contractor shall provide 24/7 remote

technical assistance support for timing systems as described below: Camp Foster Bldg. 481: One (1) Symmetricom XLi SAASM GB-GRAM Time and Frequency Receiver

Camp Courtney Bldg. 4219: One (1) Symmetricom XLi SAASM GB-GRAM Time and Frequency Receiver Camp Fuji Bldg. 50: (One (1) Symmetricom SyncServer S2200 GPS Network Time Server

1.6.4 Cisco L2/L3 switches: Contractor shall provide 24/7 remote technical assistance support and Cisco Smartnet

warranty coverage for Cisco Layer 2 and Layer 3 switches providing an Assured Services Local Area Network (ASLAN) as described below:

Camp Foster Bldg. 481: Cisco Nexus 7000

M6740019Q0010 0001

Page 34 of 38

Camp Courtney Bldg. 4219: Cisco Nexus 7000 Camp Fuji Bldg. 50: Two (2) Cisco 3560 24 port switches Camp Foster Plaza Bldg. 4251: One (1) Cisco 3560 24 port switch Ie Shima Bldg. 80: Two (2) Cisco 3560 24 port switches Camp Foster USNH Bldg. 960: Two (2) Cisco 3560 24 port switches Camp Gonsalves Bldg. 500: Two (2) Cisco 3560 24 port switches

1.6.5 Secure Logix Telephony Firewall: Contractor shall provide 24/7 remote technical assistance support for

Secure Logix telephony firewalls as described below: Camp Foster Bldg. 481: Three (3) ETM 3200 chassis and two (2) ETM 1024 appliances

Camp Courtney Bldg. 4219: Three (3) ETM 3200 chassis and two (2) ETM 1024 appliances MCAS Futenma Bldg. 101: One (1) ETM 1024 appliance Camp Foster Bldg. 5: One (1) ETM 1024 appliance Camp Hansen Bldg. 2397: One (1) ETM 1024 appliance Camp Schwab Bldg. 3658: One (1) ETM 1024 appliance Camp Kinser Bldg. 104: One (1) ETM 1024 appliance Ie Shima Bldg. 80: One (1) ETM 1024 appliance Camp Gonsalves Bldg. 500: One (1) ETM 1024 appliance Camp Fuji Bldg. 50: One (1) ETM 3200 chassis and one (1) ETM 1024 appliance

M6740019Q0010 0001

Page 35 of 38

SECTION II PERFORMANCE REQUIREMENT SUMMARY (PRS)

2.0 The Contractor’s performance requirements are summarized into performance objectives that relate directly to standards of performance required to meet mission essential needs. For the Performance

Objective to be met, the Contractor’s provided services shall be in substantial compliance with applicable performance standards. The Performance Threshold describes the minimum overall levels of service delivery required for acceptable quality control. Failure to meet these Performance Thresholds means that Contractor Quality Control is unacceptable.

Tasks Performance Objective

PWS Section

Performance Standard

Acceptable Quality Level

Surveillance Method

Incentive

Routine Remote Technical Assistance

Provide on-call support for routine trouble shooting.

1.2.1 Phone Support is available and responsive 24 hours a day, 7 days-a-week.

90% of all routine TAS requests are responded to within four (4) hours

100% Inspection (Each time remote support is requested

CPARS Report (Positive or Negative) In the event, the contractor fails to perform satisfactory services or fails to correct non-conforming services, the contractor shall be liable for any costs incurred by the Government to restore disrupted services in accordance with FAR 52.212-4, Contract Terms and Conditions-Commercial Items.

Emergency Remote Technical Assistance

Mitigate catastrophic component, equipment, or part failure affecting the delivery of mission critical IT services. Provide remote support to isolate, troubleshoot, and identify or provide initial assessment of component, equipment, or part failure. - Provide an initial course of action for resolving the identified failure and the timeline for service restoration and system repair

1.2.1 Phone Support is available and responsive 24 hours a day, 7 days-a-week. -Support requests deemed an emergency by the government are responded to within one hour.

98% of all emergency TAS requests are responded to within one (1) hour

100% Inspection (Each time remote support is requested

Routine Replacement / Replenishment

Provide replace or replenish of failed components and end items.

1.2.2 Replacement Replaced or replenished items shall be provided within 30 days after the Government’s request.

90% of all failed items replaced or replenished within 30 days in serviceable condition.

100% Inspection (Each time routine replacement or replenishment is requested)

Emergency Replacement / Replenishment

Provide emergency replacement or replenishment of

1.2.2 Emergency replacement items

98% of all replacement items

100% Inspection

M6740019Q0010 0001

Page 36 of 38

failed components and end items deemed emergency by the government.

are shipped within 24 hours of verbal request.

for emergency are shipped within 24 hours.

(Each time routine replacement or replenishment is requested)

Plan of Action reports

Plan of Action reports associated with each troubleshooting and maintenance incident that is not resolved within 24 hours of notification to the contractor.

3.6.4 Provides Government with status of requests that may require long lead time to complete.

95% of reports received within 72 hours of notification to the contractor.

100% Inspection

Monthly Status Reports

Provide information on work completed, work in progress and work outstanding, as well as highlighting problems encountered and anticipated.

3.6.5 Contractor summarizes workload for the month with problems encountered in order to assist the respective telephone office in asset management.

95% accuracy of report.

100% Inspection

SECTION III

CONTRACT ADMINISTRATION INFORMATION

3.1 QUALITY ASSURANCE: The Government will monitor the Contractor's performance in accordance with

the Quality Assurance Surveillance Plan. The Government may increase or decrease the number of quality assurance inspections as performance dictates. The Government reserves the right to inspect the Contractor's performance to ensure services are received and in compliance with the terms and conditions of the contract.

3.1.1 Test and Inspections: The contractor shall utilize equipment manufacturer’s standard commercial practices

to verify the replacement equipment meets the manufacturer’s requirements. All results of this process by the contractor shall be documented and available for Government review. The contractor shall furnish any equipment required for testing. The contractor shall notify the Government at least two weeks before the start of any testing. The system shall not be cutover/committed without specific Government approval. Service affecting circuit downtime shall not be permitted without prior Government approval.

3.2 QUALITY CONTROL: The Contractor shall develop, and maintain a Quality Control Plan (QCP) to

ensure required services are performed in accordance with commonly accepted commercial practices. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractor shall provide a copy of the QCP to the Contracting Officer no later than the pre-performance conference, and updated copies as changes occur. Records of all inspections conducted by the Contractor and corrective action taken shall be made available to the Government upon request.

M6740019Q0010 0001

Page 37 of 38

3.3 PERFORMANCE OF SERVICES: 3.3.1 The period of performance: Performance under this contract shall be in accordance with the terms and

conditions set forth herein and by modifications made there to. Contract period shall be one (1) base year with two (2) option years.

3.4 Contract Manager: The Contractor shall provide a contract manager who shall be responsible for the

performance of the work. The name of this person and an alternate, who shall act on behalf of the Contractor when the manager is absent, shall be designated in writing to the Contracting Officer. The Contractor shall provide the Contracting Officer and the COR/Authorized Technical Representative(s) with the names of a primary and alternate point of contact with telephone numbers, in case of emergency.

3.4.1 The Contract Manager shall have full authority to act on behalf of the Contractor on all contract matters

relating to the daily operation of this contract. 3.6 DELIVERABLES: The Contractor shall: 3.6.1 Ensure deliverables meet professional standards and the requirements as set forth in the Performance Work

Statement. 3.6.2 The Government reserves the right to request updates on all deliverables on an as needed basis. All data,

minutes, memorandums, reports, miscellaneous correspondence generated as a result of this requirement shall be turned over to the Government upon completion of this requirement. At the end of the Contract, the above mentioned deliverables shall become property of the Government.

3.6.3 Submit written deliverables in hardcopy and electronic form in Microsoft Office compliant format (e.g.

Word, Excel, PowerPoint, etc.). 3.6.4 The contractor shall produce Plan of Action reports associated with each troubleshooting and maintenance

incident that is not resolved within 24 hours of notification to the contractor. In addition the contractor shall provide an initial course of action for resolving the identified or assessed failure and the timeline for service restoration and system repair. The contractor shall provide a plan for action to the Contracting Officer Representative (COR) at G-6 for review and approval. At a minimum, this plan will include milestones and estimated timeline for completion and any required equipment or parts for resolution.

3.6.5 The Contractor shall produce Monthly Status Reports (MSRs) to the Contracting Officer’s Representative

(COR). The MSR is to provide information on work completed, work in progress and work outstanding, as well as highlighting problems encountered and anticipated.

3.7 GENERAL DEFINITIONS 3.7.1 Contracting Officer (CO): US Government official authorized to enter into, make changes to, or terminate

contracts on behalf of the US Government. Contracting officers are responsible for ensuring performance of all necessary actions for effective contracting, ensuring compliance with the terms of the contract, and safeguarding the interests of the United States in its contractual relationships.

3.7.2 Contracting Officer Representative (COR) Government liaison appointed in writing by the Contracting

Officer and designated in the contract, who functions as the requirements representative monitoring cost/price, delivery and performance of the Contractor. The COR is not authorized to enter into any agreements, obligate the Government or direct any changes to the contract.

3.7.3 Defective Service: A service output that does not meet the standard of performance specified in the contract

for that particular service.

M6740019Q0010 0001

Page 38 of 38

3.7.4 Quality Assurance (QA): Various functions, including inspection, performed by the Government to determine

whether a contractor has fulfilled the contract obligations pertaining to quality and quantity. 3.7.5 Quality Assurance Representative (QAR): Government liaison appointed in writing by the Contracting

Officer and designated in the contract, who functions as the representative monitoring cost/price, delivery and performance of the Contractor. The QAR is not authorized to enter into any agreements, obligate the Government or direct any changes to the contract.

3.7.6 Quality Control (QC): A complete Quality Control outline that meets the requirements of the contract shall

be provided by the Contractor to illustrate how the company will ensure they conform to the contract requirements.

3.7.7 Performance Requirement Summary: A listing of the service outputs under the contract that are to be

evaluated by the COR on a regular basis, the surveillance methods to be used for these outputs, and the standards of the listed outputs.

3.7.8 Standard: The point that divides acceptable and unacceptable performance of a task according to the

Performance Requirement Summary. It is the number of defectives or maximum percent defective in the lot that is deemed acceptable.

The following have been deleted: ATTACHMENT III (End of Summary of Changes)


Recommended