Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1998 PSA#2154

Commercial Acquisition Department, Bldg 11, Naval Undersea Warfare Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI 02841-1708

D -- INTERNET SERVICE PROVIDER SOL N66604-98-R-5048 DUE 083198 POC C. Gorman, Contracting Officer at (401) 832-1489; FAX (401) 832-4820. WEB: Naval Undersea Warfare Center Division, Newport, hhtp://www.npt.nuwc.navy.mil/contract/. E-MAIL: Carol Gorman, Contracting Officer, gormancr@npt.nuwc.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Proposals are being requested against this solicitation, as well as the written solicitation (see below). This is Request for Proposal N66604-98-R-5048. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05. The Standard Industrial Code (SIC) is 4813; the size standard is 1500 employees. The Naval Undersea Warfare Center, Division Newport, Rhode Island (NUWCDIVNPT) intends to place a one-year contract with four (4) one-year options for internet connection and services. Each year will also include options for the following bandwidths: 1.54 Mbps or 3 Mbps or 4.5 Mbps. The desired bandwidth will be specified when the option is exercised. The gateway system shall connect NUWCnet to the Internet through a national network with a minimum of OC-3 architecture,support WAN routing protocols via high-speed communication line(s), and provide a protocol router and its required interfaces to serve as a gateway, as well as network support services. The contractor shall furnish a dedicated turnkey system and support as follows: A dedicated Internet protocol router with appropriate interfaces to connect the local network (NUWCnet) to the external communications line. High-speed (minimum T1) line(s) linking the local network, NUWCnet AS89 core router, to the remote Internet. An itemized breakdown of costs for all line and service options. Homing to a local Point of Presence (POP). Connectivity to a national backbone with a minimum OC-3 architecture owned and managed by the vendor. BGP service and peering requirements including BGP transit advertisements from AS89 and direct private peering agreements with multiple national backbone providers along with direct public peering sites. CSU/DSU hardware required at the site (NUWCDIVNPT) to support all connections. Any required cabling. Any required gateway hardware located at the remote vendor site. The contractor shall provide user documentation manuals for the installed gateway system. This documentation shall also include procedures for network segregation and isolation for security issues. Notification of updates/revisions shall be provided as they occur. The Contractor shall provide such connection to NUWC to allow for connection to the Internet. The Contractor shall maintain the end-to-end service and provide high performance mesh, speed, and capacity. In addition, the Contractor shall provide a detailed description of the connection services, a detailed network map containing nodes and hops, all hardware components and cabling. Notification of updates/revisions shall be provided as they occur. Network Operations Center: The Contractor shall provide support services on a 24 hour, 7 day basis, including monitoring of network activity, periodic network statistics, remote site support, "hotline" services, and on-line trouble-shooting. The Contractor shall provide this functionality in conjunction with their network operation center, which will be responsible for the coordination of the mentioned services and staffed by personnel having appropriate qualifications. When problems arise at either the contractor's site or the Government's site, a ticket/reference number shall be generated and the NUWC point of contact shall be notified via e-mail and/or fax describing the problem. Periodic updates shall be provided until the problem has been resolved, at which point all shall be notified. If a problem arises which requires the services of a third party vendor, the contractor shall be responsible for notification and all support required. Since the functions of the Contractor's network operations center are directly related to the functions of NUWC's network operation center, they should work closely with on-line trouble-shooting, and consulting services during NUWC's normal working hours (0630 -- 1630 EST, Monday through Friday). Thecontractor shall provide a monthly report, which includes a summary of utilization statistics and traffic analysis. Delivery shall be F.O.B. Destination to NUWCDIVNPT, Newport, Rhode Island each year beginning 1 October 1998. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition with applicable addenda. The solicitation will close on 31 August 1998 at 2:00 p.m. local time. Inquires may be addressed to Commercial Acquisition Department, Building 11, Naval Undersea Warfare Center Division Newport, Attn: Carol Gorman, Code 5912, Simonpietri Drive, Newport, RI 02841-1708; or faxed to Fax No. (401) 832-4820. Offers will be evaluated per FAR Provision 52.212-2, Evaluation -- Commercial Items. Specific evaluation criteria includes: (1) Technical capability of the service offered to meet the Government's requirements. Provide data that addresses the following Government requirements in sufficient detail to clearly identify your qualifications. Connection Services: A dedicated, Internet-protocol router with appropriate interfaces to connect the local network (NUWCnet) to the external communications line. Describe any required gateway hardware located at the remote vendor site. Detailed description of connection services. Cabling required and appropriate interfaces. Maintenance of end-to-end service. Provision of high performance, speed, and capacity. Homing to a local Point of Presence (POP). Bandwidth line(s) linking the local network, NUWCnet AS89 core router, to the remote Internet. Connectivity to a national backbone with a minimum OC-3 architecture owned and managed by the vendor. BGP service and peering requirements including BGP transit advertisements from AS89 and direct private peering agreements with multiple national backbone providers along with direct public peering sites. Support Services: Remote site support. Support services on a 24 hour, 7 day basis. Network operation center support. On-line trouble-shooting and consulting services. Support all related services and functionality. User documentation. Training. Security procedures. Responsibility for failed systems. Formal ticketing procedures and escalation process. Network news feed. Monthly statistics. (2) Price. For evaluation purposes only, the three (3) option prices in the "Amount" column for each year of the contract will be totaled and divided by 3 for an "average option price." All five "average option prices" will be added to the total price for line item 0001. See (b) below. (3) Past Performance. (i) Provide a list of all (maximum of 20) contracts and subcontracts with a value exceeding $100,000 that are currently in process or have been completed during the past two years. If the maximum is exceeded, list the 20 most current actions. Contracts listed shall include those entered into with Federal, state or local governments as well as commercial customers. Offerors that are newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. Include the following information for each contract and subcontract: Name of contracting activity or commercial firm. Contract number. Contract type. Total contract value. Brief narrative (less than 10 lines) describing your effort, complexity, objectives achieved. List major subcontractors. Procuring Contracting Officer* and telephone. Administrative Contracting Officer*, if different, and telephone. Technical manager and telephone. *Or non-Government official with similar duties or rank. (ii) Describe any quality awards or certifications that indicate the offeror possesses a high-quality process for developing and producing the product or service required. Such awards or certifications include, for example, the Malcolm Baldrige Quality Award, the automobile industry's QS 9000, Sematech's SSQA, or ANSI/EIA-599. Identify what segment of the company (one division or the entire company) received the award or certification and when it was received. If the award or certification is over three years old, present evidence that the qualifications still apply. (iii) Provide similar past performance data for major subcontractors (those performing more than 25% of the effort). Technical capability and Past Performance when combined are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the average price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies with applicable addenda. Clause 252.212-7001 of the Defense FAR Supplement (DFARS), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial items (JAN 1997, applies with applicable addenda. The Defense Priorities and Allocations System (DPAS) rating is DO-C9. Estimated RFP release date is 8/6/98. Posted 08/05/98 (W-SN233045). (0217)

Loren Data Corp. http://www.ld.com (SYN# 0027 19980807\D-0009.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page