|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 11,1998 PSA#2049DISA/D211, 5113 Leesburg Pike, Room 428, Falls Church, VA 22041 D -- DEFENSE INFORMATION SYSTEMS NETWORK NATIONAL CAPITAL REGION
METROPOLITAN AREA NETWORK (DISN NCR MAN) DUE 041098 POC Major Al
Gracia, Acquisition Manager at (703) 681-1366; Ms. Catherine Buehler,
Contracting Officer at (703) 681-1637; or Mr. Peter G. Smingler, DISN
Contracting Officer at (703) 681-0526 WEB: Click here to download DISN
technical and security requirements documents,
http://www.disn.mil.DISN/docs.html. E-MAIL: Click here to contract a
Project Contracing Officer, BuehlerC@ncr.disa.mil. The Defense
Information Systems Agency (DISA) hereby issues a Request for
Information (RFI) regarding a Defense Information Systems Network
(DISN) Metropolitan Area Network (MAN) transport service designed to
carry voice, data, video, plus local access voice service for the
Department of Defense (DOD) in the National Capital Region (NCR). The
DISN NCR MAN will be a regional part of the overall DISN-CONUS
architecture; therefore, it must seamlessly interconnect with the long
haul portion of DISN. As a result, this MAN must adhere to the DISN
technical and security requirements. These requirements can be found at
http://www.disn.mil.DISN/docs.html. This MAN must also interface with
GSA local and long distance access. The government preference is for
open systems standards, non-proprietary, commercial-off-the-shelf
(COTS) technology solutions. Solutions utilizing Asynchronous Transfer
Mode (ATM) technology will be required to adhere to the DOD ATM
Systems Specification, dated 06 FEB 98 at
http://134.207.48.11/ATM_SPEC/. The geographic area of consideration
includes approximately 300 different office locations spread across the
District of Columbia; Montgomery and Prince George Counties in
Maryland; Arlington, Fairfax, Loudoun, and Prince William Counties in
Virginia; the cities of Alexandria, Fairfax, and Falls Church in
Virginia, and Fort Belvoir, Virginia. The geographic area of
consideration may be expanded to include some or all of the following:
Fort Meade and Andrews Air Force Base, Maryland, and Quantico Marine
Corp Base, Virginia. Office locations vary in size from large, central
locations like the Pentagon to small, isolated locations such as a
recruiting station in Montgomery County. The list of office locations
is not static. It changes as leases on real estate are awarded or
expire and as government agencies move. Over the life of the contract
the community may change significantly based on cost and other
technical considerations. Some of the services stated above are
currently provided through the use of Government owned switches and
leased capacity located in the NCR. The current TEMPO (covers NCR) and
TMP (covers Ft Belvoir) contracts support approximately 186,000
telephone lines in 300 office locations. The inclusion of Ft Meade and
Andrews AFB, Maryland and Quantico Marine Corp Base, Virginia could
increase the total number of lines by 10% to 30%. The current voice
capacity is approximately 40% digital and 60% analog. Existing
infrastructure equipment includes, but is not limited to: 5ESS
switches; Nortel switches; Optical Remote Modules (ORM's); PBX's; DISN
Bandwidth Managers; proprietary ISDN infrastructure equipment;
customer owned Customer Premise Equipment (CPE), including Merlin
analog, 1A2 Key systems and Lucent ISDN. The TEMPO and DISN -- CONUS
contracts also support in an excess of 10,000 point-to-point circuits.
These data circuits vary in bandwidth from sub T-1 (N by 64Kbps) to
OC-3. Services sought will be subject to a measure of Government
security requirements, oversight and emergency control. Some or all
components of the end service (systems management centers, switches,
wiring) may require installation on U.S. Government-controlled
facilities. Contractor personnel working at Government facilities may
be required to have a U.S. Secret level clearance. Although the future
requirements for all users cannot be precisely defined, the following
should be considered: 1) Transport services (voice, data, and video)
able to support customers currently supported by TEMPO, TMP, and the
NCR portion of DISN-CONUS. This customer base will probably grow as
other users are identified. 2) Network services to include switching
services, point-to-point, bandwidth management services, network
management, Value Added Network (VAN), engineering support services,
and end to end operation & maintenance. Technical management systems
must interface electronically and seamlessly with their equivalent
government systems. 3) Management services such as accurate and timely
billing, electronic ordering, report generation and access, electronic
inventory reporting, provisioning of CPE and related equipment (to
include moves, changes, rearrangements, installations and
deinstallations), voice mail, tariffed services, and a comprehensive
training program. All of these systems must interface electronically
and seamlessly with their equivalent government systems. It is
contemplated that the proposed contract(s) will be fixed price
Indefinite Delivery/Indefinite Quantity delivery and/or task order
contract(s). The period of performance will depend on the technical
solutions considered during acquisition strategy development.
Currently, a two to three year base period with several one year option
periods is envisioned. Industry is encouraged to comment on suggested
contract type and term as well as lease versus purchase and straight
service versus leased capacity. Respondents are invited to offer
comments regarding acquisition strategy, potential technical approach
to include technology insertion, use of commercial or other
non-developmental items, interoperability with current and future
architecture and environment, equipment compatibility over the term of
the contract, identification of risk areas, ability to meet future
user needs, scalability, suggested management approach, and ideas to
resolve widely known industry billing problems. While it is desirable
that the suggested solution is compatible with existing equipment,
other alternatives will be entertained if they are more cost effective.
Offerors are also requested to describe any limitations for a given
geographical area of the region given the potential technical approach.
This RFI is for information and planning purposes. This is not a notice
of solicitation. The Government does not intend to award a contract on
the basis of this RFI or to otherwise pay for information received in
response to this RFI. The Government will retain comments and
information received in response to this RFI. The information provided
in this notice is currently being drafted and will likely change. This
information is provided to obtain industry perspectives as the
Government develops its acquisition strategy, and to allow maximum time
for industry to plan and develop teaming arrangements. The Point of
Contact (POC) for technical issues concerning this announcement is Mr.
Don Winningham, DTS-W at (703) 696-8653, Fax (703) 696-8694. The POCs
for contractual issues are Ms. Sandra Spiess, Contract Specialist,
DISN NCR MAN at (703) 681-1642, Fax (703) 681-0033, E-mail
SpiessS@ncr.disa.mil, Ms. Catherine Buehler, Contracting Officer, DISN
NCR MAN at (703) 681-1637, Fax (703) 681-0033, BuehlerC@ncr.disa.mil,
and Mr. Peter G. Smingler, DISN Contracting Officer at (703) 681-0526,
Fax (703) 681-6625, E-mail sminglep@ncr.disa.mil. Proprietary
information should be identified as such. In order to be considered
responses must be submitted no later than 10 April 1998. Responses
should be sent to Sandra Spiess, DISA/D21, Skyline 5, 5111 Leesburg
Pike, Suite 9000, Falls Church, VA 22041-3205. In addition to two paper
copies, an electronic copy should be provided. The electronic copy
should be in MS Word 6.0 or higher. Responses should include the
Company Name, Street Address, City, State, nine-digit Zip Code, POC,
POC telephone and facsimile numbers. If the company address includes a
post office box, a complete street address should also be provided. It
is contemplated that the Standard Industrial Code (SIC) 4899 will be
used for determining the company's size. Sources submitting response
and interested in also making a technical presentation, may arrange to
do so by contacting Maj Al Gracia at (703) 681-1366, E-mail
graciaa@ncr.disa.mil.***** LLLL (0068) Loren Data Corp. http://www.ld.com (SYN# 0029 19980311\D-0008.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|