SOURCES SOUGHT
D -- Network Location Services - Sources Sought Notice
- Notice Date
- 7/12/2017
- Notice Type
- Sources Sought
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), ITS Office of Acquisition Operations (QTA), 1800 F. Street N.W., 4th Floor, Washington, District of Columbia, 20405, United States
- ZIP Code
- 20405
- Solicitation Number
- QTA00NS17PSI0001
- Point of Contact
- Gregory P.Hixson, Phone: 7036038205
- E-Mail Address
-
gregory.hixson@gsa.gov
(gregory.hixson@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Word Version of the Sources Sought Notice This is NOT a solicitation announcement. This is a Sources Sought Notice (SSN) for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Since this is a Sources Sought Notice, no evaluation letters and/or results will be issued to the respondents. The General Services Administration (GSA) is seeking information from prospective Contractors to host and maintain the existing Enhanced Networx Inventory Code (eNIC) System and provide a variety of accurate and up-to-date Network Location Services (NLS) for GSA telecommunications contracts. There are three primary types of Network Location Services required to support GSA telecommunications contracts: •Network Site Code (NSC) •Networx Inventory Code (NICode) •Serving Wire Center (SWC) Network Site Codes (NSC): Network Site Codes (NSC) are a combination of geographical and geopolitical codes to represent buildings, structures, enclosures or other fixed, physical locations. NSC is equivalent with the COMMON LANGUAGE ® Location Identification (CLLI) code. A physical address is required for each NSC. The NSC shall use geographical and geopolitical codes to represent buildings, structures, enclosures or other fixed, physical locations. Address validation and address search routines shall be provided such that the end user can identify the correct NSC or determine if a new one is needed. If a new NSC is required, there shall be separate steps on the part of the user to determine the validity of the address and ensure that it is not a duplicate. The Contractor shall provide end users with methods and procedures relating to administration of NSC data. Telecommunications Service Providers and GSA shall only be able to create update and delete their own NSC records. Telecommunications Service Providers and GSA shall be able to view all NSC records. Networx Inventory Code (NICode): The Networx Inventory Code (NICode) shall consist of the NSC plus additional characters representing the Networx contract, the Networx Contractor and associated service ordered by an Agency for a specified network site. The NICode is an 11 character alphanumeric code that identifies a location, a contract and a service. The 11 character NICode is a modification of an 8-character CLLI TM code that the Contractor has developed and presently is in wide use in the telecommunications industry. NICodes are a required data element for pricing, ordering, billing, inventorying and managing services under Networx Contracts. The NICode format has two components: •The initial 8 characters are a Network Site Code which identifies the location of the service. •The 9th, 10th and 11th character positions are three (3) alphanumeric characters that will identify the contract and service. At the release of this notice, there are (7) contracts and approximately 55 services that must be identified by an appropriate code structure. The number of contracts and services can vary. The Contractor shall identify, with GSA approval, which alpha character will be used for each contract and service. The Contractor shall support changes, deletions, and additions to the contract and service information. Serving Wire Center (SWC): For locations where dedicated access is required for the services ordered, the NSC is used to determine the SWCs that serve the Service Delivery Point (SDP). The eNIC System and NLS shall be capable of accurately determining the SWC based on the physical homing of the NSC. The eNIC System and NLS shall provide real-time updates adding new NSC to SWC mapping to ensure currency and accuracy of this information. The eNIC System and NLS shall provide a manual override of NSC to SWC mapping. This shall allow the GSA to manage a separate SWC, different that the SWC calculated using the site's latitude/longitude and the rate center data. This shall only be assessable to GSA, can only be updated by GSA, and shall be validated using the CLONES SWC validation rules. This shall allow GSA to override a calculated SWC. Additionally, any interested Contractors shall be able to provide the following: •Provide up-to-date eNIC and NLS data access and extracts to include NSC, SWC mapping, and NICode information. •Provide up-to-date NSC mapping to SWC using NSC latitude/longitude and rate center data. •Provide eNIC and NLS hosting and maintenance. •Provide flexible ad hoc reporting system. •Provide training and support for eNIC and NLS. Administrative Interested Contractors are invited to identify their interest and technical capabilities to the requirements of this Sources Sought Notice within 10 working days, via email. Questions concerning the SSN will be allowed for the first 5 working days after announcement release. Responses shall address items specified in this notice by 5 pm on July 26, 2017 EST. Prospective Contractors are required to respond to the Sources Sought Notice in the form of Capability Statements. Capability Statements must address relevant experience, existing offerings, a solutions synopsis, and past performance. The capability statements must also indicate the Contractor's capability to perform the proposed services identified in the description section of this document. Capability Statements are to be limited to 10 pages (minimum font size 10) and 10 pages of figures and tables. Brochures will not be accepted as a part of Capability Statements Responses will not be returned. This notice of intent is not a request for competitive proposals and will not result in a contract award. Prospective Contractors shall send their electronic response to Gregory.hixson@gsa.gov. No telephone inquiries will be accepted. This is a Sources Sought Notice. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be posted on the fedbizopps.gov website. It is the potential Contractor's responsibility to monitor this site for the release of any solicitation. Responses to this Sources Sought Notice will not be adequate responses to the solicitation announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b32fb52bf5c82699ce4acd8ce6e1240b)
- Record
- SN04576624-W 20170714/170712234946-b32fb52bf5c82699ce4acd8ce6e1240b (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 |