Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2020 SAM #6854
SPECIAL NOTICE

70 -- Notice of Intent to Award Sole Source to World Wide Technologies

Notice Date
9/2/2020 10:58:11 AM
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
FA8650 USAF AFMC AFRL PZL RAK RXK WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Solicitation Number
FA8650-20-Q-4336
 
Response Due
9/10/2020 11:00:00 AM
 
Archive Date
09/25/2020
 
Point of Contact
Stephen Wenclewicz
 
E-Mail Address
stephen.wenclewicz.1@us.af.mil
(stephen.wenclewicz.1@us.af.mil)
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, World Wide Technologies (WWT), under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 1 Oct 2020. The Period of Performance for this effort will be on or about 1 Oct 2020 � 1 Nov 2020. FSC: 7030 NAICS: 541512 Size Standard: $30M Supplier name: WWT �Product description: Network engineering design, planning, deployment, transition, implementation, and optimization for complex MPLS/VRFs research lab environment. WWT is essential to sustainment and increasing the operational performance of AFRL's RDT&E network while maintaining mission essential interoperability between the current systems. Current WWT personnel were responsible for the initial design, installation and setup of the current network in AFRL/RQ.� Subsequently, WWT has completed the design of our WiFi network and our Cisco ISE design/implementation.� WWT' s engineering team, led by CISCO Certified Internetwork Expert (CCIE) level engineer, successfully designed and installed the CISCO hardware and software and created Secure VRF Enclaves for added security on the AFRL backbone at WPAFB.� This required substantial work in integrating the solution with existing systems into the MPLS design which has achieved the high speed transport needed to control highly volatile systems like remote compressor testing and complex microscope control via WAN links. When you add in our Cisco ISE and WiFi setup, the environment becomes complex enough to require multiple SMEs with interdisciplinary experience in these specialty environments. Product characteristics an equal item must meet to be considered: The contractor shall design, plan, install, test, and optimize our Cisco Firepower MPLS Firewalls in accordance with the AFRL RDT&E network setup/configuration and industry best practices including but not limited to: The contractor shall assist the Customer in planning, assessing, and understanding its Firepower environment The contractor shall understand, identify, analyze, and migrate existing workloads into a Firepower environment The contractor shall reference Firepower architecture against Cisco Firepower Validated Design (CVD) The contractor shall reference Firepower architecture against competitive firewall OEMs The contractor shall perform Firepower health checks and provide recommendations for remediation.� The contractor shall provide on-site planning for expansion of the Firepower infrastructure The contractor shall provide direction in understanding and using the Firepower NGFW architecture The contractor shall serve in a consulting role to customer regarding Cisco NGFW and NGIPS solutions The contractor shall provide Best Practices on day-to-day operations and monitoring of the Firepower infrastructure The contractor shall serve in a consulting role to Customer regarding hardware expansions and software/firmware upgrades The contractor shall conduct knowledge transfer sessions and one-to-one Firepower mentoring covering security, networking, and virtualization The contractor shall design, plan, install, test, and optimize redundant MPLS Firepower Firewalls on our Research Network in accordance with the current AFRL RDT&E network setup/configuration and industry best practices including but not limited to: � The contractor shall lead the project in regards to planning, architecting, designing, and implementing the network environment including Cisco Catalyst platforms, Nexus platforms, Aggregation Service Router platforms, Integrated Service Router platforms, Meraki solutions, and associated products and protocols. The contractor shall understand, identify, analyze, and migrate existing products within the network environment The contractor shall provide a detailed network design plan. The contractor shall serve provide step by step guidance regarding network design and implementation The contractor shall install, configure, test, tune, integrate, and troubleshoot of network solutions The contractor shall provide a plan for testing pilot network solutions to confirm operations readiness and expectations have been met The contractor shall ensure that it provides the Government with designs, implementations, and recommendations that are consistent with Cisco and industry best practices The contractor shall conduct knowledge transfer sessions and one-to-one network solutions mentoring The contractor shall have CCIE or experienced CCNP/CCDP, or equivalent skills and background � CONTRACTOR QUALIFICATIONS: CCIE, CCNP Security or equivalent certification, skills, and background specializing in the Cisco Firepower product operations. This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government. The Government will consider responses received within 6 days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information received in response to this announcement. If the Government decides to compete this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603. If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply. A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Contractors should be aware of the following information: Contractors must include the following information: Points of contact, addresses, email addresses, phone numbers. Identification as a large U.S. business, a small U.S. business, or a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above. Identification of any other socioeconomic status including: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone. Company CAGE Code or DUNS Number. In your response, you must address how your product meets the product characteristics specified above. Submitted information shall be UNCLASSIFIED. Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to Stephen J. Wenclewicz at stephen.wenclewicz.1@us.af.mil and Stephen Wharton at stephen.wharton@us.af.mil no later than 10 Sept 2020, 2:00 PM EST. Any questions should be directed to Stephen J. Wenclewicz through email.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/238079d32c404e61a6c3ad5233397baa/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05783457-F 20200904/200902230136 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.