Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2004 FBO #0893
SOURCES SOUGHT

D -- Defense Information Systems Network (DISN) Next Generation (DNG) Program and DISN Access Transport Service (DATS)

Notice Date
5/5/2004
 
Notice Type
Sources Sought
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Defense Information Systems Agency, Acquisition Directorate, DITCO-Scott, 2300 East Drive Bldg 3600, Scott AFB, IL, 62225-5406
 
ZIP Code
62225-5406
 
Solicitation Number
DCA200-3-R-5020
 
Response Due
5/24/2004
 
Archive Date
6/8/2004
 
Point of Contact
Judith Titus, Contract Negotiator, Phone 618-229-9539, Fax 618-229-9520,
 
E-Mail Address
titusj@scott.disa.mil
 
Description
The Defense Information Systems Agency (DISA) hereby issues a Request for Information (RFI) to identify sources with innovative and cost effective solutions to satisfy Defense Information System Network (DISN) Access Transport Services (DATS) requirements. The DATS procurement is designed to acquire bandwidth to support DISN Next Generation (DNG) requirements, other DoD requirements, and Federal Agency requirements in the Contiguous United States. DATS will provide leased access transmission services between the Government-owned backbone network and customer locations. The transmission services requirements will be required to support bandwidths from sub-DS0 through OC-192 and OC-192(c). This announcement is an RFI only, and not a Request for Proposal (RFP). This RFI is issued solely for information and planning purposes. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for information received in responses. When there is further development in the project, a formal RFP will be issued. This RFI is an opportunity for interested parties able to provide the required services to describe their capabilities and recommendations to fulfill the requirements. Responses should be not more than ten (10) pages in length. Interested parties should consider the following factors in development of their responses: 1. The DISN Transmission Services CONUS (DTS-C) Contract with AT&T and the DISN Switched/Bandwidth Manager Services CONUS (DS/BMS-C) Contract with MCI are expiring over the next two years. These two contracts currently provide a large portion of the switching infrastructure and transmission services for the existing DISN in CONUS. The DISN CONUS Extension contracts (DTS-CE) are also used for DISN transport service, primarily for sub-T1 or short-haul circuits and will expire in approximately 5 years. 2. It is anticipated that the DATS will provide services similar to those currently being provided by the DTS-C and DTS-CE contracts. 3. ?Last-Half Mile,? Base/Post/Camp/Station Inside Wire, Facilities issues and other Access issues have been on-going challenges for DISA in meeting the telecommunications requirements of its DOD Customers 4. Vendor accountability as it relates to circuit restoration is absolutely critical to guaranteeing overall network availability. The vendor must have a real-time capability to monitor and manage transmission facilities 24x7 to ensure that services are delivered in accordance with DISA requirements. Capabilities and plans for providing customer network management, peering partner relationships or customer-carrier electronic bonding through web services for on-line service activation, inventory, alarm notification, trouble management and performance monitoring are of special interest to the Government. 5. There will be an existing High Bandwidth Backbone that must be integrated with services acquired under DATS and, potentially, other contractual actions that may follow. The DATS will be used to connect users to that network and to other users within CONUS. Vendor provided circuits will be terminated at commercial demarcs and extended by either the Government or the vendor to terminate on government-owned equipment 6. The Government desires to provision a variety of transmission services across OC-N trunks using Multiple Service Provisioning Platforms (MSPP?s). Clear channel service with virtual concatenation is desired so that DISA may control and rapidly reconfigure leased bandwidth with minimum intervention by the vendor. 7. Over 9,000 circuit actions are anticipated during the transition from services provided by the DTS-C and DTS-CE contracts. The DTS-C transition (approximately 7,000 circuits) must be completed as quickly as possible. Industry strategies to meet an aggressive transition timeline are another issue of great interest. The Government is considering offering contractual incentives for accelerated service delivery during this transition and is interested in recommendations on how best to accomplish this. 8. During the sustainment phase, the Government is interested in strategies, including incentives and remedies, to encourage service delivery times in the 45-90 day range. Strategies should also address ways to streamline the vendor?s service order process and other possible partnerships between DISA and industry to reduce delivery times. 9. The Government is also considering using this contract to provide CONUS to OCONUS connectivity and is interested in comments on this subject. Respondents are requested to address how they would accommodate DISA?s requirements and identify any limitations or other restrictions they foresee. Interested parties responding to this RFI are invited to prepare a white paper addressing the above issues NLT May 24, 2004. Small Businesses are especially encouraged to respond. All comments and suggestions are welcome. In addition, the Defense Information Systems Agency (DISA) will host an Industry Day on Monday, May 10, 2004. The purpose of this unclassified conference is to clarify, amplify and answer industry questions relative to this RFI and to explain DISA?s current DISN perspective and, more specifically, the acquisition strategy for DATS requirements. Industry Day information is posted under Contracting Opportunities, on the DITCO web site at http://www.ditco.disa.mil/. The point of contact (POC) is Mr. Randall Shirley, DNG Program Management Office, shirleyr@ncr.disa.mil, (703) 681-1214. The POC for contractual issues is Ms. Judith Titus, Contracting Officer, titusj@scott.disa.mil, (618) 229-9539. Responses to this RFI are to be sent to the contracting office at DISA/DITCO/PL8221, 2300 East Drive, Scott AFB, IL 62225-5406, Attn: Ms. Judith Titus, and should include an original and five (5) copies plus either two (2) CD/ROM using MS Word 7.0 or compatible format, or sent electronically to titusj@scott.disa.mil email address. Email attachments must be virus free, and there must be a positive statement included in the email text to this effect. Respondents must include the Company Name, Street Address, City, State, NINE-digit zip code, POC, POC telephone and facsimile numbers and email address, Company size and Status. If the Company address includes a post office box, the complete street address must also be provided. Proprietary information should be identified as such. Respondents shall classify their company size using NAICS 517110, Wired Telecommunications Networks ? 1,500 employees, as either a Small Business or Large Business.
 
Record
SN00580130-W 20040507/040505211604 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.