SOURCES SOUGHT
D -- KAF AF Morale Internet
- Notice Date
- 12/18/2017
- Notice Type
- Sources Sought
- NAICS
- 517312
— Wireless Telecommunications Carriers (except Satellite)
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Stewart, 976 William H Wilson Ave, Ste 100, Fort Stewart, Georgia, 31314-3322, United States
- ZIP Code
- 31314-3322
- Solicitation Number
- W91B4N-18-Q-0039
- Archive Date
- 1/16/2018
- Point of Contact
- Melinda L. Nixon,
- E-Mail Address
-
centcom.bagram.usfor-a.mbx.rcc-a-service-team-2@mail.mil
(centcom.bagram.usfor-a.mbx.rcc-a-service-team-2@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Internet Services for Kandahar Airfield, Afghanistan; provided two (2) or more qualified businesses respond to this sources sought synopsis with information sufficient to support the needs of this requirement. The U.S. Government intends to award a firm, fixed-price (FFP) contract. The anticipated period of performance is 17 April 2018 - 16 April 2018 plus three (3) 12-month options (Be advised the number/length of options years is subject to change upon release of the solicitation). We encourage all businesses to identify their capabilities in meeting the requirement at a fair-market price. This notice is issued solely for information and planning purposes - it does not constitute a request for proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The anticipated NAICS code is: 517210 - Wireless Telecommunications Carriers, with a current size standard of 1,500 Employees. A continuing need is anticipated for Internet Services at Kandahar Airfield Afghanistan; which is currently being fulfilled through contract W91B4N-17-P-0006. Below is the DRAFT performance work statement (PWS). This document is subject to change upon release of the solicitation. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status, if applicable (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement service is commercially available, including pricing information, basis for the pricing information ( e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small/large business concerns. 6. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 7. Please submit all capability statements by email to SSG Melinda Nixon at centcom.bagram.usfor-a.mbx.rcc-a-service-team-2@mail.mil. In the subject of the email, please include following: Sources Sought Response for KAF AF Morale Net <Insert your company name>. All responses must be received by Monday, 01 January 2018, 8:00 AM Eastern. PERFORMANCE WORK STATEMENT (PWS) Kandahar Airfield, Afghanistan, Comprehensive Airman Fitness Internet Service Part 1 General Information 1. General : This is a non-personal services contract to provide Commercial Internet Service to Kandahar Airfield (AF), Afghanistan, for 451 Air Expeditionary Group (AEG) to support Comprehensive Airman Fitness (CAF). The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction : The contractor shall provide all personnel, all the internet infrastructure, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide Commercial Internet Service to Kandahar Airfield (AF), Afghanistan, as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background : The United States Air Force Central Command (USAFCENT) supports air operations throughout Afghanistan. The units that belong to USAFCENT in locations throughout the Area of Operations require commercial internet service. This PWS represents an effort to establish a standard level of service for internet service at Kandahar AF, Afghanistan. 1.3 Objectives : The Contractor shall provide; 1.3.1 Unrestricted commercial internet services 1.3.2 Sustained bandwidth of not less than 465 Megabits per second (Mbps) 1.3.3 Framing shall be Optical Ethernet 1.3.4 Demarcation Point shall be the Point-of-Presence, building 041G, 126, 4200 and 8766J at Kandahar Field Airfield 1.3.5 Technical documentation from the on-base Point-of-Presence located at building 041G, 126, 4200 and 8766J to the internet distribution point. 1.3.6 Latency no greater than 150 milliseconds 1.4 Scope The Contractor shall provide uninterrupted, dedicated commercial Internet service to the 451st AEG Kandahar AF, Afghanistan. The Contractor shall provide subscription-based bi-directional Internet Protocol (IP) connectivity to the commercial Internet backbone. The Contractor shall provide unrestricted access to the Internet Service. Services include The Contractor shall configure and maintain equipment to provide Unrestricted Commercial Internet Service at a sustained bandwidth of not less than 465 Megabits per second. The Framing is Optical Ethernet. The connection needs to be Single Mode (SM) with a physical SC connection. Demarcation Point shall be the Point-of-Presence (POP), building 041G, 126, 4200 and 8766J at Kandahar Field Airfield. The contractor shall accomplish connection to the POP providing and maintaining a sustained bandwidth of not less than 465 Mbps. In the event of a surge of personnel for the 451 Air Expeditionary Group (AEG), the contractor will have the ability and be ready to provide expansion to equipment and bandwidth at KAF to support the new requirements. •1.5 Period of Performance : The period of performance shall be for one (1) Base Year of 12 months with addition of three option periods of 12 months each. 1.6 Mobilization: The contractor shall be in place 30 days prior to contract effective date to ensure commercial internet service is provided. 1.7 General Information 1.7.1 Quality Assurance : The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.7.2 Place of Performance : The work to be performed under this contract will be performed at the contractor's facility except for demarcation shall be building 041G, 126, 4200 and 8766J at Kandahar Field Airfield 1.7.3 Type of Contract : The government will award a non-personal services, best value contract. 1.7.4 Special Qualifications : The contractor is responsible for ensuring all employees know English and have technical proficiency required to meet contract needs. 1.7.5 Post Award Conference/Periodic Progress Meetings : The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.7.6 Contracting Officer Representative (COR) : The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.7.7 Key Personnel : The following personnel are considered key personnel by the government: program manager/alternate program manager. The contractor shall provide a program manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The program manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The program manager or alternate shall be available 24 hours a day, 7 days a week. 1.7.8 Records : The Contractor shall maintain records of transactions with the U.S. Government and upon request, make such records available to properly designated contract representatives within a reasonable period of time. 1.8. Internet Hardware and Infrastructure Requirements. The following minimum criteria shall be met at the time of the acceptance inspection: 1.8.1 Contractor shall provide all hardware and infrastructure external to KAF and all internal hardware and infrastructure not currently installed/in use or provided as spares by the government required to ensure the system meets specified performance objectives, to include but not limited to, satellite dishes, cables, switches, receiver, power systems, wireless access points, and routers. 1.8.2. Equipment provided by the Contractor shall not be older than two (2) model years (In the Information Technology (IT) field, when a piece of hardware gets an update, a new model number is assigned.). Older models of new (i.e. unsold and unused) IT equipment are not discarded by the vendor but rather sold alongside their newer counterparts. The government is requesting new equipment (previously unused) that is not older than 2 model years be provided and shall provide 465 Mbps bandwidth. The Contractor shall also make available, at the COR's request, a copy of the systems source document to verify model year. 1.8.3. Operation, Maintenance, & Management of Previously Installed Government Furnished Equipment & Property. The Contractor shall maintain all equipment needed for "Cyberspace" Local Area Network (LAN) behind the internet service to include: cables, servers, switches, wireless access points, and routers that were purchased prior to this original PWS. This equipment shall have regular PMIs performed in accordance with a PMI schedule to be developed by the Contractor and presented to the COR for concurrence within 10 calendar days of contract award. 1.8.4. Condition. All systems equipment must not be older than two model years old and must all function properly without any faults. The Contractor shall provide preventative, remedial, and corrective maintenance to ensure all equipment is in proper and full operating condition as described by the equipment manufacturer without degradation of service. Any equipment, regardless of whether or not it is providing service at any time shall be maintained as if it were providing service. 1.8.5. Safety Item. Each system shall have, but not limited to, all required safety equipment or paperwork required for operation of systems, etc. 1.8.6. Parts and Components. The COR shall provide, to the contractor, a list of installed equipment, as well as a list of additional spares and components recommended to be maintained in order to support the facility and maintain targeted availability. 1.8.7. The Contractor shall maintain networking equipment to support all wireless requirements deemed necessary by COR as well as new and emerging requirements. The Contractor shall provide real-time wireless network-level configuration control, wireless network restoration, quality control and performance standards, status reporting, and other actions required by government communications policies and guidance. The Contractor shall provide the COR a means to immediately disable all MoraleNet internet services to all KAF users. 1.8.8. The Contractor shall be provided network rights and privileges commensurate with the contractor's roles and responsibilities. The Contractor shall not be authorized to delegate network rights and privileges without the approval of the COR. 1.8.9. Recovery. Upon notification by the COR, the Contractor shall attempt to repair said system within 24 hours or a replacement system shall be provided. 1.8.10. Recalls. The Contractor is responsible for being up to date and implementing system recalls from the system manufacturer. 1.8.11. Data Backup. The Contractor shall conduct database/software back-ups as needed or as directed by the COR. 1.8.12. Survivability. When outages occur, the Contractor shall provide service restoration to MoraleNet components or coordinate with Army base communications provider for network transport issues. 1.8.13. Unscheduled Maintenance. Equipment restoration shall be instituted whenever there is a service interruption to a circuit or subscriber service. The Contractor shall monitor the system(s) outages requiring maintenance, inform the COR, and commence appropriate remedial action. 1.8.14. Communications Directive Compliance. The Contractor is responsible for being in compliance with all network, systems, security, firewalls, and operations associated with DoD, Army, AF, USCENTCOM and local instructions. 1.8.15. Morale Net Outages and Issues. The Contractor shall coordinate with the COR to report all issues associated with the MoraleNet systems and operations that are beyond the technical expertise and scope of the Contractor. The Contractor shall coordinate with the COR and the Army communications provider for any issues associated with the network transport. 1.8.16. Monitoring, Troubleshooting, and Diagnostics. The Contractor shall monitor and provide recommendations to optimize system performance. The Contractor shall provide component and system troubleshooting services. Recommendations to correct problems shall be addressed immediately. Recommendations to add new, remove, or replace existing systems shall be coordinated with COR prior to further non-local coordination. PART 2 DEFINITIONS & ACRONYMS 2. Definitions and Acronyms : 2.1 DEFINITIONS : 2.1.1 CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2 CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3 CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4 DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5 DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6 KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7 PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8 QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10 QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11 OPTICAL ETHERNET. Transfer of Ethernet protocols over fiber optic cables using lasers or highly coherent light from light-emitting diodes (LEDs). 2.1.12 SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.13 SINGLE MODE FIBER. Optical fiber that is designed for the transmission of a single ray or mode of light as a carrier and is used for long-distance signal transmission. 2.1.14 UNRESTRICTED. Not limited or restricted. 2.1.15 WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.16 WORK WEEK. Monday through Friday, unless specified otherwise. 2.2 ACRONYMS : ACOR Alternate Contracting Officer's Representative AEW Air Expeditionary Wing AF Airfield AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CAF Comprehensive Airman Fitness CCE Contracting Center of Excellence CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTR Contracting Officer's Technical Representative COTS Commercial-Off-the-Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DFARS Defense Federal Acquisition Regulation Supplement DMDC Defense Manpower Data Center DOD Department of Defense FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 IP Internet Protocol KO Contracting Officer Mbps Megabits per second OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact POP Point-of-Presence PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program SM Single Mode TE Technical Exhibit USAFCENT United States Air Force Central Command PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES : 3.1 Services: The Government will provide facility access to building 041G, 126, 4200 and 8766J at Kandahar Field Airfield 3.2 Facilities: The only space the Government will provide is within the building 041G, 126, 4200 and 8766J at Kandahar Field Airfield, to facilitate the transfer of network service from the contractor to government owned equipment. NOTE: This facility serves as the point of entry for locally procured commercial services for Kandahar Airfield. 3.3 Utilities: The Government will provide standard facility power and air conditioning only in building 041G, 126, 4200 and 8766J on Kandahar Field Airfield PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES : 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2 Equipment: The Contractor shall provide all equipment required to provide the service. If necessary, this includes any power conditioning equipment as required. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1 Basic Services: The contractor shall provide services for: 5.1.1 Unrestricted commercial internet services 5.1.2 Sustained bandwidth of not less than 465 Megabits per second (Mbps) 5.1.3 Framing shall be Optical Ethernet 5.1.4 Demarcation Point shall be the Point-of-Presence, building 041G, 126, 4200 and 8766J at Kandahar Field Airfield 5.1.5 Technical documentation from the on-base demarcation/Point-of-Presence located at building 041G, 126, 4200 and 8766J to the vendors internet distribution point. 5.1.6 Latency no greater than 150 milliseconds 5.2 Installation: 5.2.1 Provide contact information of personnel needing access to the on-base Point-of-Presence 5.2.2 Label circuits accordingly, building 041G, 126, 4200 and 8766J at Kandahar Field Airfield 5.3 Maintenance and Troubleshooting: 5.3.1 Provide 14 days notice for scheduled maintenance 5.3.2 For unscheduled maintenance, provide 24/7 customer support and maintenance/repair services PART 6 ATTACHMENT/TECHNICAL EXHIBIT LISTING •6. Attachment/Technical Exhibit List : •6.1. Technical Exhibit 1 - Performance Requirements Summary 6.2 Technical Exhibit 2 - Deliverables Schedule TECHNICAL EXHIBIT 1 Performance Requirements Summary Performance Objectives. The Contractor shall achieve performance objectives identified below tables. The COR will be responsible to exercise surveillance over these performance objectives. The absence of any contract requirement from the SS shall not detract from its enforceability nor limit the rights or remedies of the U.S. Government under any provision of the contract. The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective (The Service required-usually a shall statement) Standard Performance Threshold (This is the maximum error rate. It could possibly be "Zero deviation from standard") Method of Surveillance PRS # 1. The contractor shall provide not less than 465 Mbps unrestricted sustained bandwidth. The contractor shall provide not less than 465 Mbps 99.99% of the month or greater. 95% uptime Validated customer complaint PRS # 2 The contractor shall provide 24/7 customer service support. Respond to all phone calls and emails within 1 hour. Respond within 3 hours Periodic Surveillance PRS # 3 The contractor shall provide notification of scheduled maintenance Provide notification of scheduled maintenance 14 days in advance. Zero deviation from the standard Periodic Surveillance PRS # 4 The contractor shall respond to outages and unscheduled maintenance Respond via phone or email to outage within 1 hour. Respond via phone or email within 3 hours Periodic Surveillance PRS #5 Provide new (unused) equipment not older than 2 model years. All systems equipment must be in new condition and must all function properly without any faults. Zero deviation from the standard Periodic Surveillance PRS #6 Provide a history log of all morale net outages and preventative maintenance inspections Service is performed on- time as scheduled; 95% of the time 95% uptime Periodic Surveillance TECHNICAL EXHIBIT 2 DELIVERABLES SCHEDULE Deliverable Frequency # of Copies Medium/Format Submit To Circuit/service information/circuit labeling (Ref: para 5.1.6) Initially and upon change 1 Email usaf.kandahar.acc.mbx.451-espts-moralenet@mail.mil Email and Phone Contact information (Ref para 5.2.1) Initially and upon change 1 Email usaf.kandahar.acc.mbx.451-espts-moralenet@mail.mil Bill Monthly 1 Email usaf.kandahar.acc.mbx.451-espts-moralenet@mail.mil Surveillance Methods. The Contractor shall support the COR's surveillance methods. The U.S. Government will use methods outlined in the Quality Assurance Surveillance Plan (QASP) to evaluate the Contractor's performance for the listed performance objectives. Performance Evaluation Requirements. The Contractor shall ensure the performance evaluation requirements are achieved. Evaluation of Performance. The Contractor shall support the evaluation of performance. The COR will evaluate the service of the Contractor to determine whether or not they meet the performance measures of the contract. In the event the performance measure is not met, the COR will issue written notification to the Contractor. In those cases, the KO will take the appropriate measures.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/808c6221196e1850f22cd2feba347c78)
- Place of Performance
- Address: Kandahar Airfield, Afghanistan
- Record
- SN04770183-W 20171220/171218231406-808c6221196e1850f22cd2feba347c78 (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 |