Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2009 FBO #2763
SOURCES SOUGHT

D -- NS/EP Priority Services in Converged and Next Generation Networks

Notice Date
6/18/2009
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
070707
 
Archive Date
7/17/2009
 
Point of Contact
Tiffany A. Kindred-Lopez, Phone: 202-447-5742
 
E-Mail Address
tiffany.kindredlopez@hq.dhs.gov
(tiffany.kindredlopez@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Homeland Security is seeking a qualified source in anticipation of a future requirement entitled NS/EP PRIORITY SERVICES IN CONVERGED AND NEXT GENERATION NETWORKS. Effort will be in the following task areas: •Priority and Securities Issues reports •Priority treatment within the Internet Protocol (IP) •Technology White Papers •Industry requirements documents •Standards Contributions •NS/EP Priority Services •Trusted Entities •Trusted Advisor •Survivability, Recovery, and Restoration •Performance Monitoring in Optical and IP networks •Ubiquity and Interoperability of NS/EP Applications and Services •Network Evolution and Convergence •PSTN Transition to Packet/Wireless Networks Access and Transport •Market Analysis •Supporting Critical Infrastructures •Converged Networks Studies and Reports The contractor must have in-depth knowledge and working understanding of next generation network (NGN) capabilities being developed through the NGN Industry Requirement Process, through national and international standards bodies, and being trialed and implemented by the Local Exchange Carriers (LECs), Regional Bell Operating Companies (RBOCs), and International Exchange Carriers (IECs) and assess potential applications and enhancements to Office of the Manager, National Communication System (OMNCS) current initiatives and evolving NGN requirements. The contractor will analyze the NGN service provider sensitive information to determine when these NGN capabilities will be commercially available by the service providers and the national/international footprint planned for those services. The contractor must have information agreements with each carrier in order to access their proprietary information. The contractor will develop prototype NGN National Security/Emergency Preparedness (NS/EP) candidate software/hardware configurations for application to the OMNCS efforts to include Government Emergency Telecommunications Service (GETS) Wireless Priority Service (WPS), Special Routing Arrangement Service (SRAS), Telecommunications Service Priority (TSP) functional requirements into the NGN as well as other emerging NCS Member Agency user requirements. The contractor will develop test beds and rapid prototyping of these candidate configurations including providing the necessary preliminary plans. The contractor will record and document the results of the demonstrations and the Industry Requirements (IR) process. The contractor will prepare an action plan and recommend an approach for the Government to incorporate NGN technology with existing and future NS/EP capabilities. The contractor will also prepare follow-up reports showing the results of the inclusion of NGN technology to these capabilities. The contractor will write generic requirements addressing specific engineering solutions to those problems identified in the IR process and the demonstration phase. The contractor will also perform an analysis of the NGN NS/EP Architecture and will assess the NGN NS/EP Priority Services interoperability, user authorization and authentication, including security and reliability concerns of the NGN. The contractor will assess other related emerging technologies to address incorporation into NS/EP initiatives. This will be accomplished through a sequence of specific tasks designed to meet these objectives, and conducted over a five-year contact period. The contractor must have a Top Secret security and facilities clearance. Interested parties having the expertise and capabilities are invited to submit detailed information discussing their capabilities by 2:00 pm EST on 02 July 2009. No cost or pricing is required. This is not a solicitation. This Sources Sought Notice is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This Sources Sought Notice does not commit the Government to contract for any supply or service whatsoever. Further, the Department of Homeland Security is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative cost incurred in response to this Sources Sought Notice. All costs associated with responding to this Sources Sought Notice will be solely at the responding party’s expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Sources Sought Notice. Responses to the Sources Sought Notice will not be returned. Please be advised that all submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/070707/listing.html)
 
Place of Performance
Address: 1110 N. Glebe Rd, Arlington, Virginia, 22201, United States
Zip Code: 22201
 
Record
SN01849347-W 20090620/090618235658-96ef709caa3bb7f186ecfdd23d56959a (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 |
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.