SOURCES SOUGHT
D -- Fiber Optic Communications Ring Topology Infrastructure
- Notice Date
- 1/8/2009
- Notice Type
- Sources Sought
- NAICS
- 532210
— Consumer Electronics and Appliances Rental
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-SS-2009-Fiber-WODC
- Response Due
- 1/16/2009
- Archive Date
- 1/31/2009
- Point of Contact
- Sherry Solodkova,, Phone: 301-827-7165, Sandra R Bellinger,, Phone: 301-827-7159
- E-Mail Address
-
sherry.solodkova@fda.hhs.gov, sandra.bellinger@fda.hhs.gov
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE issued by the U.S. Food and Drug Administration, Office of Acquisitions & Grant Services (OAGS) to determine the availability and capability of small businesses (including HUBZone, certified 8(a), and Small Disadvantaged firms; and service-disabled veteran-owned small businesses, and women-owned small businesses) capable of providing a fiber optic communications ring topology between the FDA’s White Oak Data Center (WODC) in Silver Spring, Maryland and a Contractor Hosted Data Center (CHDC) in Ashburn, Virginia. Other firms may submit comments that may be reviewed and considered further by the FDA. The following paragraphs summarize the FDA’s requirements: FIBER OPTIC NETWORK The FDA requires the installation and maintenance of a fiber optic communications ring topology infrastructure between the WODC and CHDC. These paths must be redundant from outside of each facility and as far inside the facilities as possible. Deliverables The contractor shall provide all technical and management resources necessary to install single-mode dark fiber in a ring topology with a physical diverse redundant path as follows: Construction path from Building 2 and Building 64 MPOP at 10903 New Hampshire Ave, Silver Spring, Maryland to location in Ashburn, Virginia. Operation and maintenance of the fiber segments for 5 years. Delivery The delivery for this requirement will be from not less than the date of award plus 30-days for one segment and 60 days for the second segment. OTDR Documentation Installation and termination of the fiber shall follow industry best practices to include preparation, installation, splices, and termination at each end of the path, testing, and OTDR documentation. Contractor shall include operation and maintenance of this network for a minimum of 60 months from the date of acceptance by FDA’s Contracting Officer Representative or designee. Since the distance of each path will exceed the IEEE standard, Dense Wavelength Division Multiplexing (DWDM) will be used at each terminal point of the data centers. Security Requirements The contractor shall perform work taking into considerations all security requirements of the FDA and as notified by the FDA Contracting Officer Representative or designee. Reporting Requirements The contractor shall provide a weekly update in a format acceptable to the FDA summarizing accomplishments and activities during the preceding period, scheduled work for the following period and include cost and schedule progress, risks, issues and necessary mitigation plans. The FDA will perform periodic on-site inspections as deemed necessary. The contractor shall have on site at all times a supervisor that will be responsible for the performance of the work as delineated in this SOW. Performance Criteria MAINTENANCE Independently and not as an agent of the Government, the contractor, an approved Utility Company operating in the State of Maryland or other state shall provide all necessary labor and materials required to maintain single-mode optical fiber cable, to the specified locations. Segments: The Segments specified are end-to-end transmission paths specified by FDA for fiber optic cabling infrastructure within the Metropolitan Area Network (MAN). This infrastructure will consist of single mode fiber optic cables, with a specific pair count dedicated to each FDA building in the scope. Fiber Optic Cable: Fiber optic cabling required under this task shall consist of specified pair counts of single mode fiber and shall be “dark”. No active electronics shall be provided to repeat the signal or provide network services. Strand counts for each link shall be designated in each order. Cable Maintenance: All cable construction attached to telephone/electric/communication poles or towers shall be in strict compliance with all applicable standards including the National Electrical Code, Nations Electric Safety Code, and any State requirements, such as the Maryland High Voltage Line Act and any other Bell System and applicable standards. Terminations: Fiber optic cabling shall be installed and terminated using installation practices that meet applicable building and safety codes; a light Interface Unit (LIU) shall be installed in an area identified by a site survey in order to protect connections from physical damage and moisture. For terminations of each fiber, FC connectors shall be utilized. Testing: After installation or repair of optical fiber cable, the contractor shall test each installed or repaired segment for acceptable signal strength loss using industry standard equipment and methods. The signal strength loss test shall be conducted at 1300 nm and 1500 nm wavelengths. Acceptable loss is defined as: 0.40 dB/kilometer @ 1300 nm; 0.41 dB/kilometer @ 1500 nm. All test results shall be provided in both electronic and hard copy format. All fiber shall be labeled at each segment end using the EIA/TIA 606 labeling standards, or a mutually agreed labeling scheme based on the EIA/TIA standard. As-Built Drawings/Documentation: The contractor shall prepare an As-Built drawing of each installed segment, including fiber routing, and a report of signal strength loss tests conducted on each installed/repaired segment. Maintenance and Repair Requirements: The contractor shall provide on-call restoration services to restore fiber links that fail to maintain light transmission providing full data bandwidth of 10 Gigabits per second as part of this contract. Response to line related problems must be made within four hours of report of a problem. Actual repair to non-redundant links must be completed within six hours; repairs to redundant links must be completed within twenty-four hours. Capability statements must include the following: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. Interested small business must provide a capability statement demonstrating their experience, skills and capability to fulfill the Government requirement that is stated above. However, be advised that generic capability statements and brochures are not sufficient to evaluate your capability statement effectively. Information submitted must be in sufficient detail to permit the government to determine whether your organization possesses the skills capabilities and experience need to perform the type of work contain within. 2. Business size for NAICS 532210, the size standard is $7 million. If qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 3. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. This notice is for planning purposes only, and does not constitute an Invitation for Bids, Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contract Specialist, Sherry Solodkova no later than 3:00 PM Eastern Time on 16 January 2009 for consideration. Only responses received by e-mail will be accepted. Discussions or debriefings will not be conducted in response to any submissions. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and FDA may contact one or more respondents for clarifications and to enhance the Government’s understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. POINTS OF CONTACT Sherry Solodkova, Contract Specialist, E-mail: Sherry.Solodkova@fda.hhs.gov and Sandra Bellinger, Contracting Officer, E-mail: Sandra.Bellinger@fda.hhs.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=67faf8263ec24d4fd4267c36ef5ceea0&tab=core&_cview=1)
- Record
- SN01728771-W 20090110/090108214727-67faf8263ec24d4fd4267c36ef5ceea0 (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 |