SOLICITATION NOTICE
10 -- Integrated Network Operations Center (INOC)
- Notice Date
- 8/6/2012
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-12-R-0138
- Response Due
- 9/10/2012
- Archive Date
- 11/9/2012
- Point of Contact
- Todd Kowalke, 309-782-6788
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(todd.kowalke@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command-Rock Island (ACC-RI) anticipates the issuance of a Request for Proposal (RFP) in support of the Project Manager Defense Wide Transmissions Systems (PM DWTS) Integrated Network Operations Center (INOC) program on or after 14 August 2012. The purpose of the Integrated Network Operations Center (INOC) acquisition is to provide one (1) twelve-month base year with two (2) twelve-month option years contract that will support the operation, maintenance, engineering of Integrated Network Operations Centers (INOC) and worldwide deployment of Very Small Aperture Terminal (VSAT) based satellite communications systems in support of US, joint, and coalition forces during real-time operations, contingency deployments, training, and humanitarian missions. Currently, PM DWTS operates, maintains, and manages disparate networks by multiple contractors through various contracts procured by Army Contracting Command - Rock Island (ACC-RI) and the Defense Information Systems Agency (DISA) that provide connectivity and reach-back to services for globally deployed Satellite Communication systems. Long-haul terrestrial interconnectivity, satellite bandwidth, and satellite teleport services are procured through DISA. The voice, data and video services are determined by user and mission requirements and currently include: Secure Internet Protocol (IP) Router Network (SIPRNET) Non-Secure IP Router Network (NIPRNET) Hosting of a variety of Managed Services including: - Secure and Non-Secure Video Teleconferencing (VTC) - Microsoft domain email - Inherent in-network Managed VoIP Service - Voice over IP (VoIP) with Defense Switching Network (DSN) gateway access PM DWTS currently provides a Network Operations Center (NOC) and help desk at Rock Island Arsenal, Illinois; a contractor owned and operated Network Operations Security Center (NOSC), help desk and Technical Assistance Center (TAC) in Herndon, Virginia; an iDirect hub facility in Landstuhl Germany; and help desk and Contractor Field Service Representatives (CFSRs) in SWA to support soldier operated Combat Service Support (CSS) SATCOM systems. In addition to support of CSS SATCOM, PM DWTS operates and maintains over 100 deployed satellite terminals worldwide at over 100 locations that support over 3000 users with voice, data and video services. Offerors will be required to have the following qualifications: - Ability to support a 24-hour/day, 365-day/year SECRET-cleared Government provided Network Operations and Security Center (NOSC) at Rock Island Illinois and to provide a contractor-owned Network Operations and Security Center (NOSC), location TBD. Provide help desk and Technical Assistance Center (TAC) support to deployed users. Support includes network administration, information assurance, hosting, and performance monitoring. - Ability to provide 24-hour/day, 365-day/year up to SECRET-cleared personnel to operate and maintain (O&M) over 100 deployed communication systems and associated voice, data and video services using DISA provided terrestrial interconnectivity, teleports and satellite bandwidth. Note: The CSS SATCOM terminals are soldier operated and are not part of 100 deployed terminals cited. - Ability to provide 24-hour/day, 365-day/year up SECRET-cleared personnel to staff the South West Asia (SWA) Helpdesk and SWA field service personnel supporting over 3600 soldier operated CSS SATCOM deployed systems. - Ability to provide turn-key solutions for all the PM DWTS requirements to include engineer, furnish, test and install (EFT&I) communication systems, associated applications, appliances, and related support systems world-wide. - Ability to provide systems engineering, configuration management, site surveys, contingency planning, and disaster recovery support to improve the quality and efficiency of ongoing network services. Perform analyses, evaluations, tests, reviews, and studies as necessary to document and assist in all efforts associated with network services. - Ability monitor network services, satellite bandwidth, and associated terrestrial interconnection to provide performance metrics. These metrics shall include service availability, latency, time to restore, grade of service, bit error rate, jitter, event notification, time to replace, and other commercial performance metrics. - Ability to provide Information Assurance (IA) support responsible for certification and accreditation, network security, security training and awareness, vulnerability assessments, technical integration, and multi-level security for assigned systems and networks. Places of performance include Rock Island IL, and other CONUS Government locations and contractor facilities, and OCONUS locations, which may include SWA, Europe, Pacific Rim, South America and Africa. Anticipated period of performance is 16 November 2012 through 15 November 2013, with two yearly options to extend the performance through 15 November 2015. Proposed contract type is Firm Fixed Price (FFP), Cost Reimbursable (CR) and Cost Plus Fixed Fee (CPFF). This notice is for informational and planning purposes only and does not, in itself, constitute a RFP or commitment by the Government. The Government does not intend to award a contract on the basis of this synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement. All contractors who provide goods/services to the Department of Defense must be registered in the Central Contractor Register (CCR). If you are not registered in CCR, you cannot be awarded a DOD contract. The internet site for registering in the CCR is http://www.ccr.gov/. You may also contact the CCR Registration Assistance Center at 1-888-227-2423, customer service, and request the registration form and assistance packet for completion. This solicitation will be issued electronically in accordance with FAR 4.5, 5.102 and 15.201; therefore, hardcopies will not be provided. Vendors wishing an electronic copy may download it on or after the issue date by accessing the following address via the internet: http://www.afsc.army.mil/ac/aais/ioc/solinfo/index.htm, https://acquisition.army.mil/asfi, and http://www.FedBizOpps.gov. NOTE: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation to maintain a bidder's mailing list. Therefore, interested parties should periodically access http://www.afsc.army.mil/ac/aais/ioc/solinfo/index.htm in order to obtain any amendments which may be issued. Failure to respond to an amendment prior to the date and time set for receipt of proposals may render your proposal unacceptable. All questions pertaining to this solicitation shall be addressed to the Contracting Officer and Contract Specialist as will be specified in the solicitation. Questions shall be submitted no later than the date which will be specified in the solicitation. The Government is not obligated to provide responses to all questions submitted by Offerors, but will consider them and incorporate changes into the RFP as deemed necessary. Government responses to questions will be posted at www.fbo.gov for review by all Offerors. Therefore, questions/comments shall not be marked with a restrictive legend and shall not include proprietary information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/42a0f943406d533f92761e131e5bb45b)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02828020-W 20120808/120806235112-42a0f943406d533f92761e131e5bb45b (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 |