Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2012 FBO #3883
SOLICITATION NOTICE

D -- OC-12 circuit for sustainment of the Global DISN Video Service

Notice Date
7/10/2012
 
Notice Type
Justification and Approval (J&A)
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
RR10FEB125000
 
Archive Date
8/13/2012
 
Point of Contact
Barbara A. Hylla, Phone: 6182299268
 
E-Mail Address
barbara.a.hylla.civ@mail.mil
(barbara.a.hylla.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Award Number
RR10FEB125000
 
Award Date
6/28/2012
 
Description
Purchase Request Number: RR10FEB125000 JUSTIFICATION FOR OTFAOC Upon the basis of the following justification, I, Barbara Hylla as Contracting Officer hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of 10 U.S.C. 2304(c)(1). Only one responsible source and no other supplies or services will satisfy agency requirements. JUSTIFICATION 1. REQUIRING AGENCY AND CONTRACTING OFFICE: Requiring Agency: Defense Information Systems Agency (DISA) POC: Phone: William Thagard: 301-225-4755 Contracting Activity: Defense Information Technology Contracting Office (DITCO) ATTN: PL8211 2300 East Drive Scott AFB, IL 62225-5406 2. NATURE/DESCRIPTION OF ACTION(S): The purpose of this action is to obtain approval to contract with AT&T for an OC-12 telecommunications circuit between Ft. Belvoir, VA and Washington DC Contract Type: Inquiry/Quote/Order Year of Funding: FY12 3. DESCRIPTION OF SUPPLIES/SERVICES: Defense Information System Network (DISN) Video Services - Global (DVS-G) provides Video Teleconference (VTC) services and support to the War fighter, other Department of Defense (DoD), and government users. These services are currently provided by AT&T under contract HC1013-10-R-2009 which is the continuance of service from a previous contract awarded to AT&T.. The contract's current period of performance is (1 December 2010 through 30 November 2012) with three one-year option periods (1 December 2012 - 30 November 2015), which will run consecutively from 1 December 2010 through 30 November 2015. It is anticipated that DISN Video Services will exercise the extension option periods. The DISN Video Services (DVS) provides interoperable global unclassified and classified video services and a full-service VTC utility for all DISN users. The VTC service is a real-time, near2 full motion video service that allows simultaneous video and audio communications between two or more dedicated or dial-up VTC sites worldwide supporting the Executive Branch, State Department, Office of Secretary of Defense Department, Department of Defense, Warfighter, the INTEL Community and other federal departments and agencies, state, and authorized contractors totaling more than 3,700 dedicated and dial-up users. Customers access the video services via geographically, strategically, and tactically located DVS Hubs. Access to DVS is available to fixed, deployed, and mobile resources at all times under all conditions. This OC-12 telecommunications circuit between Ft. Belvoir, VA and Washington DC supports the DVS-G Network Operation Center (NOC) for DISN Video Service-Global (DVS-G) located in Draneville Virgina. This site is responsible for the Command and Control of the DVS-G network and is maintained by AT&T. Service is currently provided under the DTS-CE contract which expires 22 Sep 12. The DTS-CE contract will not be extended any further and there are no other available follow-on contracts at this time. Due to AT&T's proprietary equipment that this service currently interfaces, service must be provided by AT&T. Contract delivery schedule is 22 Sep 12. Estimated Period of Performance is: 36 months Contract will contain a standard provision to disconnect the circuit with one month notice and no financial penalty to the government. Estimated Life Cycle Cost: REDACT Breakdown of Cost: Monthly Recurring Cost (MRC) - REDACT for 36 months ( Based on the current MRC REDACT) REDACT x 36 months = REDACT) Non Recurring Cost (NRC) - REDACT (up to 44 additional T1 activation) (There are currently 96 active T1's with the possibility of activating up to 44 additional T1's at a onetime cost of REDACT per T1) REDACT The proposed contract action will allow DVS-G to continue to meet its objectives through the establishment of a sole source contract with AT&T. AT&T will continue to provide VTC network/hub services, and to administer, operate, and manage the current system for the DOD in a manner that is consistent with the scope and execution of the expiring contract. DVS-G project cannot withstand a loss of this service for any amount of time due to the criticality of the operation and the mission it supports. 4. IDENTIFICATION OF STATUTORY AUTHORITY: 3 Only one responsible source and no other supplies or services will satisfy agency requirements, 10 U.S.C.2304(c)(1). (FAR 6.302-1/DFARS 206.302-1); 5. DEMONSTRATION OF CONTRACTOR'S UNIQUE QUALIFICATIONS: Proposed Contractor: AT&T AT&T owns the equipment in the five main hubs locations and the Government owns the equipment at the six hub located at Southwest Asia. AT&T operates the equipment at all of the six hub locations. Additionally, AT&T owns proprietary software and hardware for the existing DVS under the DVS-G HC1013-10-R-2009 contract. At the end of this contract, all of this equipment remains AT&T's property, with the exception of the equipment at the Southwest Asia (SWA) Hub and the Columbus, Ohio Hub. The Network Operations Center (NOC) for DVS-G is located in an AT&T facility in Dranesville, VA which is a secure facility owned and operated by AT&T supporting a command and control NOC for DVS-G services. The AT&T NOC utilizes an OC-12 circuit from Ft. Belvoir to Washington DC to oversee and manage the DISN Video services from a global worldwide perspective and will not allow another vendor into this secure facility. This aggregate OC-12 circuit is channelized into multiple circuits that are critical for operation and sustainment of the DISN Video services. Since the Government does not own the equipment required to provide this service, the Government cannot simply turn operations over to another due to the priority system sponsored by AT&T vendor. Purchasing and transitioning the existing circuits, equipment and turning it over to another vendor to operate is not possible, since the AT&T owned facility is the heart of the current DVS and AT&T prohibits the integration into their proprietary video system architecture. AT&T is the only vendor with the existing capacity to incorporate dial-up and dedicated Video Teleconferencing Facilities (VTFs), while providing classified support at the level of security required in the time frame available. 6. FEDBIZOPPS ANNOUNCEMENT/POTENTIAL SOURCES: A notice was published in the FedBizOpps 24 FEB 12 as required by FAR Subpart 5.2. The notice stated the U.S. Government intent to issue sole source contract to AT&T to continue the service for OC12 circuit between Ft. Belvoir, VA and Washington DC. No responses were received to the FedBizOpps posting. 7. DETERMINATION OF FAIR AND REASONABLE COST The contracting officer will make a determination that the anticipated cost of circuit connectivity is fair and reasonable. 4 8. MARKET RESEARCH: DISN Video (NS24) is conducting an Unclassified IP Video Bridge Pilot solution. The Solution is based on new technology that is easily deployable, lower in cost per port then legacy solutions, allows for higher resiliency across degraded links, is on a road map toward the UC architecture and provides user with online ad hoc conference as well as scheduling notifications. The solution will leverage our DECC facility in Columbus, OH, onsite support through ESD (Enterprise Service Directore) and take advantage of the architecture and current infrastructure supporting the DVS-G network. The Unclassified IP VTC solution design is based on H.264 SVC video coding. Instead of a centralized Multi-Conference Unit (MCU), it is distributed between video routers and video IP gateways. A legacy 78 port ISDN/T-1 gateway will provide transition to those unclassified customers who still require a dial up service until they can migrate over to the IP network. The assumption made, as part of the migration for developing an unclassified IP solution, is that all CC/S/A have NIPRNet IP access on their existing facilities. Most of the Video CODECs were procured with ISDN as well as IP capability. This solution will eventually become a government owned and government operated global system architecture. 9. ANY OTHER SUPPORTING FACTS: No other vendor, other than AT&T is allowed to interface the AT&T proprietary equipment that supports the DVS-G network. This invaluable service cannot be duplicated at this time by another contractor without significant delays, costs and disruption of critical service. Due to AT&T's proprietary features of their hardware and software, AT&T's ownership of existing infrastructure DVS-G NOC services at the Draneville location, and the limited timeline for delivery of service, AT&T is the only source who can provide the uninterrupted continuation of this critical service 10. LISTING OF INTERESTED SOURCES: There were no interested sources. No responses were received from the FedBizOpps posting. 11. ACTIONS TAKEN TO REMOVE BARRIERS TO COMPETITION: DISA expects to move their video network to a non-proprietary Government-owned, Government-managed system within the next two-three years. This action would permit multiple vendors to compete to provide access or circuits could be moved to another ID/IQ contract supported by a different vendor. 5 By leveraging the current DVS-G ISDN-based video system infrastructure with the implementation of the proposed unclassified IP Video Pilot Project system, DISA will be able to address the technical, cost and operational feasibilities of moving forward to an all IP-based enterprise system. Moreover, if successful, realize the significant cost advantages and benefits in DISA moving forward to a global video system, which would be Government owned and Government-managed service versus contractor (AT&T) managed service. With the recent advances and innovation in video encoding and compression technologies, standard such as the H.264 - Scalable Video Codec (SVC) have been incorporated throughout the industry of leading video service providers and vendors product offerings with new and enhanced video and network features such as: • Significant increase in video quality and performance; • Increased network resiliency and performance; • On-demand Bandwidth management and optimization; • Ease in installation and deployment; • Lower total cost of ownership With these new and innovative IP-based video capabilities available today, DISA is well positioned to take advantage of these benefits for becoming a government owned and government managed program supporting video services. DISA will have accelerated its transition and goal to an all IP Video system in support of its DoD user's communities. This invaluable service cannot be duplicated at this time by another contractor without significant delays, costs and disruption of critical service. Due to AT&T's proprietary features of their hardware and software, AT&T's ownership of existing infrastructure DVS-G NOC services at the Draneville location, and the limited timeline for delivery of service, AT&T is the only source who can provide the uninterrupted continuation of this critical service. 12. REFERENCE TO THE APPROVED ACQUISITION PLAN (AP) PROGRAM PLAN (PP): N/A 6 TECHNICAL AND REQUIREMENTS CERTIFICATION I certify that the facts and representations under my cognizance which are included in this justification and which form a basis for this justification are complete and accurate. TECHNICAL COGNIZANCE: Signature: REDACT Emily Burns, Division Chief DISA NS24 301-225-2625 Date 5/8/12 REQUIREMENTS COGNIZANCE: Signature: REDACT Emily Burns, Division Chief DISA NS24 301-225-2625 Date 5/8/12 7 CONTRACTING OFFICER CERTIFICATION I certify that this justification is accurate and complete to the best of my knowledge and belief. Signature: REDACT Barbara Hylla, Contraction Officer Date 21 June 2012 ALL QUESTIONS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/RR10FEB125000/listing.html)
 
Place of Performance
Address: 2300 East Drive, Building 3600, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN02798939-W 20120712/120711000935-61ec0021f32eb0512e9ce71686244b0e (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 |
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.