SOURCES SOUGHT
D -- Sources Sought - SATCOM Network Services
- Notice Date
- 2/19/2010
- Notice Type
- Sources Sought
- Contracting Office
- ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W91QUZ-20100219-MKTSVY
- Response Due
- 3/1/2010
- Archive Date
- 4/30/2010
- Point of Contact
- Jennifer D. Johnson, 703-325-3411
- E-Mail Address
-
ITEC4, NCR PARC (NCR-CC)
(jennifer.d.johnson1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought notice. There is no solicitation available at this time. This Sources Sought notice is posted for market research purposes only. The U.S. Government is conducting a market survey to identify potential sources that are capable of providing Combat Service Support (CSS) Satellite Communications (SATCOM) Network Support Services. The CSS SATCOM network relies on mobile Very Small Aperture Terminals (VSATs) and commercial satellites to provide a wide area, sensitive information data network that supports CSS logistics information systems. The CSS SATCOM network provides Non-Secure Internet Protocol Router Network (NIPRNet) access to CSS Soldiers for use with their unclassified software applications while they are not located in or near command posts and therefore are not supported by other communications systems. It is an accedited system for data transport up to the sensitive level. The Contractor shall provide expert analytical, technical, and management support in order to ensure the continued worldwide availability of the CSS SATCOM network. The scope of this work is as follows: - Transition of support services from the incumbent to the winning contractor completed within 60 days. - Teleport services: The contractor, using Government-furnished iDirect hub equipment at six teleports worldwide, shall provide access to the CSS SATCOM network to provide transport for Internet Protocol (IP) traffic between each teleports terrestrial network connections and all VSATs operating on a network serviced by that teleport. - Global CSS VSAT Terrestrial network services: The contractor, using Government-furnished iDirect hub equipment, shall provide access to the global CSS SATCOM network and NIPRNet to provide communications and transport for IP traffic between all users operating on the CSS Network. - Network Operations Center (NOC): The contractor shall provide and maintain a NOC, which shall be a secret-cleared, centralized facility staffed 24/7/365. The NOC shall control and modify satellite and terminal configurations, commission, activate, and deactivate CSS VSATs anywhere in the world, diagnose trends and troubleshoot network and system-related problems. - Technical Assistance Center (TAC): The contractor shall provide and maintain a TAC staffed 24/7/365. TAC staff will analyze all problems, perform troubleshooting, communicate with site technicians and other NOCs personnel, and track all problems through resolution. TAC staff shall include qualified technical staff needed for Help Desk support of the CSS SATCOM Network. - VoIP Services and support: The contractor shall provide management and maintenance of the internal (closed) CSS SATCOM VoIP Call Processing System, which supports up to 6,600 IP phone definitions in Call Manager. - Information Assurance: The contractor shall maintain an Information Assurance (IA) program that will ensure full mission success of the CSS SATCOM program. IA readiness shall be monitored, reported, and evaluated as a distinguishable element of mission readiness and validated by the DoD CIO. - Host Nation Agreement (HNA) services and support: The Contractor shall provide services to obtain the Host Nation Agreements for each nation in which the government will be introducing the CSS SATCOM network devices. This will also include maintaining the HNA status and performing all activities required to keep the HNAs current. - Program Management: The Contractor shall implement an effective program planning and control process that provides the Contractors managers and Government Program Office representatives with an accurate and understandable representation of the program status on performance, cost, and schedule. A solicitation for this requirement MAY be issued on a full and open basis, or set aside for small business, or issued for fair opportunity competition under existing multiple-award contracts, depending in part on the outcome of this market survey. Parties interested in responding to a solicitation for the above requirement are invited to provide a brief capabilities summary to the Government. The summary should demonstrate capabilities, expertise, and past performance related to the requirement described above, including whether the company is capable of performing as a prime or subcontractor. The summary must include the following information: company name, address, point of contact, web site URL, CAGE Code, and small business status. Small businesses in particular are encouraged to respond to this market survey. Small businesses that are capable of performing as a prime contractor should address their ability to comply with paragraph b(1) of FAR 52.219-14. Please submit your response to Ms. Jennifer Johnson, jennifer.d.johnson1@conus.army.mil and Mr. Mark Broughton, mark.p.broughton@conus.army.mil. Responses are due no later than 4:00 PM Eastern time, 1 March 2010. All information collected from this market survey shall be used for planning purposes only. The Government does NOT intend to award a contract based solely on this market survey or otherwise pay for preparing or submitting a response to this notice. This notice does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB). The Government recognizes that proprietary information may be included in a response to this notice. If so, clearly mark the restricted or proprietary information and present it as an addendum to the non-restricted/non-proprietary information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8c7d1cc253efe0f789e7f082687d3481)
- Place of Performance
- Address: ITEC4, NCR PARC (NCR-CC) Directorate of Contracting, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Zip Code: 22331-0700
- Record
- SN02070356-W 20100221/100219235927-8c7d1cc253efe0f789e7f082687d3481 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |