SOURCES SOUGHT
70 -- Commercial VoIP Services
- Notice Date
- 11/4/2024 9:11:21 AM
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N6833525RFI0277
- Response Due
- 11/13/2024 12:00:00 PM
- Archive Date
- 11/28/2024
- Point of Contact
- Trevor Greig
- E-Mail Address
-
trevor.m.greig.civ@us.navy.mil
(trevor.m.greig.civ@us.navy.mil)
- Description
- Request for Information (RFI) Commercial VoIP Services Naval Air Warfare Center Aircraft Division Webster Outlying Field __________________________________________________________________________ RFI Number:� N68335-25-RFI-0277 Classification Code:� 7G22 � IT and Telecom - Network: Satellite And RF Communications Products (HW, Perpetual License Software) � NAICS Code(s):� 334290 - Other Communications Equipment Manufacturing REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.� This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This request for information does not commit the Government to contract for any supply or service whatsoever.� Further, the government is not at this time seeking proposals and will not accept unsolicited proposals.� Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. �Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. �Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center (NAWC) Webster Outlying Field (WOLF) Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial off the Shelf (COTS) Voice over Internet Protocol (VoIP) system that will support the NGB Joint Incident Site Communications Capability (JISCC) system. The VoIP service will be part of a mobile communication solution that will operate across all 50 U.S. States, Guam, Puerto Rico, and U.S. Virgin Islands. The solution at minimum will need to be capable of Support for up to 900 PSTN users spread across all 50 U.S. States, Guam, Puerto Rico, and U.S. Virgin Islands. Subscriber assets will include various phone types and PBX systems. Support Direct Inward Dialing (DID) services. Assign localized numbers to VoIP assets based on the primary location of the asset. Providing call ID, voice messaging and E911 services. Ensuring secure connectivity between user devices and the hosted service provider. Secure connectivity will need to meet Department of Defense (DoD) requirements for securing PSTN services. Options for encryption: Device-to-provider encryption (e.g., SRTP, TLS). Tunnel-based encryption via a DMVPN hosted by us, leading to a single secure connection between our network and the provider's infrastructure. RESPONSES Requested Information Section 1 of the response shall provide administrative information, and shall include the following as a minimum: Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. Business type (large business, small business, small, disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Country of origin for main component(s) Section 2 of the response shall provide technical information, and shall include the following as a minimum: Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. �Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. Respondents should provide a detailed description of the following characteristics of their solution in their submission: 1. Capacity and Scalability: How would your solution support up to 900 active users that are spread across all 50 States, Guam, Puerto Rico, and U.S. Virgin Islands? 2. Encryption and Security: How does your solution ensure end-to-end encryption for both voice and signaling? Does the solution meet DoD requirements for security requirements for securing voice traffic. Can you support Option 1 (device-level encryption) and/or Option 2 (tunnel-based encryption via DMVPN)? Do you have an alternate solution for encryption? What are your solution�s capabilities related to supporting Zero Trust Architecture? How do you handle incident response and breach protocols? 3. Network Integration and Compatibility: What are your solution's requirements and compatibility with existing infrastructure (routers, firewalls, network topology)? How does your solution handle Quality of Service (QoS) for voice traffic? How can your solution integrate with existing Unified Communications platforms? 4. Service and Performance: What uptime guarantees can you provide? How do you define and measure performance metrics (packet loss, jitter, latency)? What service level agreements (SLAs) do you offer? 5. User Features and Management: What standard VoIP features are included (e.g., voicemail, call forwarding, conferencing)? How does your solution support mobile device integration (e.g., Cisco Jabber)? Do you offer a management portal for user and device administration? 6. Monitoring and Reporting: How does your solution provide access to real-time and historical call detail records (CDRs) and quality metrics? What tools are available for system monitoring? 7. Support and Maintenance: What technical support options do you offer (e.g., 24/7 support)? How do you handle regular updates, patching, and security vulnerabilities? 8. Compliance and Data Sovereignty: How does your solution ensure compliance with data sovereignty laws? What experience do you have in meeting federal regulatory requirements (e.g., FedRAMP, DoD standards)? If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution.� It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. The Government is interested in receiving vendors� price lists for items they believe meet the need in this RFI.� Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail.� Product specification, sketches, or listings of authorized distributors will not count toward the page limitation.� The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s).� The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited.� Proprietary information will be safeguarded in accordance with the applicable Government regulations.� All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly.� The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified.� Responses to this RFI may not be returned.� Respondents may not be notified of the result of the review.� Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.� Information provided in no way binds the government to solicit or award a contract.� If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website: www.sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format.� Responses shall be limited to 10 pages and submitted via e-mail only to trevor.m.greig.civ@us.navy.mil. �Proprietary information, if any, should be minimized and must be clearly marked. �Responses are due no later than 6 November 2024, 3:00 P.M. EST. Responses to this RFI may not be returned. �Respondents may not be notified of the result of the review.� If a solicitation is released, it will be synopsized on the SAM website: www.sam.gov.� It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/583b7403098e46dea7058183c979e0ba/view)
- Record
- SN07256698-F 20241106/241104230106 (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 |