Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2009 FBO #2877
SOURCES SOUGHT

D -- DISA/GIG Enterprise Services Engineering Directorate (GE) Falls Church, VA, IP Modeling Simulation and Analysis Support

Notice Date
10/8/2009
 
Notice Type
Sources Sought
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
IT002800
 
Archive Date
10/30/2009
 
Point of Contact
Matthew R. Cassady, Phone: 6182299713
 
E-Mail Address
matthew.cassady@disa.mil
(matthew.cassady@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for DISA/GIG Enterprise Services Engineering Directorate (GE) Falls Church, VA, IP Modeling Simulation and Analysis Support <h4>Contracting Office Address:</h4> Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 <h4>Description:</h4> PURPOSE : The purpose of this Request for Information (RFI) is to conduct market research which will be used to formulate an acquisition strategy to procure DISA/GIG Enterprise Services Engineering Directorate (GE) Falls Church, VA, IP Modeling Simulation and Analysis Support. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. TARGET AUDIENCE : In particular, only small businesses are requested to respond to this RFI to assist the DISA/GIG Enterprise Services Engineering in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition, either as prime contractors or as subcontractors. <h4>Sources Sought</h4> This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Codes 517110 and 541519. In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable Small Businesses to provide the aforementioned service. The government is trying to determine if there is reasonable expectation of obtaining offers from two or more responsible small business concerns. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 517110 and 541519 are requested to submit a response to the Contracting Officer by 2:00 p.m. on 15 October 2009. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past five years) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Requested Information: Interested vendors are requested to submit a maximum 10 page statement of their knowledge and capabilities to perform the following: a. This task provides for ad hoc DoD classified and unclassified modeling support for DISN services. The task requires performing network analysis up to six times during the period of performance. Possible areas of analysis under this Task include continued network optimization, or a network Systems Support analysis. The level of effort needed to complete each task has been on the order 80 man-hours based on previous experience in similar tasks. The contractor shall plan for these additional tasks at the same level. For each optimization assessment the contractor shall prepare Technical Report-Study/Services (A079), which will include findings, conclusions, and recommendations. In addition, the contractor may be required to attend and participate in meetings to support Network Services or for meetings with other DoD organizations. The contractor will not be required to organize, chair or facilitate any meetings. b. The contractor shall maintain the DoD classified and unclassified network models to support timely performance assessments, as required. The network topology data shall include link name/characteristics, connection port (if available), gateway routing protocol (including metric values), node name, location, and characteristics. The network topology data shall be stored in a format that allows model generation using GE341 modeling tools to include OPNET Modeler and Service Provider Guru (SP Guru). The contractor shall maintain configuration of all models developed for this effort, including model updates necessitated by new versions of the GE341 modeling tools. The topology data shall be delivered in an electronic format permitting it to be imported directly into OPNET simulation models. The contractor shall prepare Technical Report-Study/Services to identify changes/updates made in the models and the model capabilities, to be included in the next monthly report, as applicable. In addition, the contractor may be required to attend and participate in meetings to support Network Services or for meetings with other DoD organizations. The contractor will not be required to organize, chair or facilitate any meetings. c. The contractor shall continue to develop and maintain DoD classified and unclassified traffic files to support timely performance assessments. The traffic files are stored and maintained in a Microsoft SQL database. The contractor shall obtain the traffic data from the Internet Protocol Traffic Navigator (ITN) system, Concord eHealth and the DCN InfoVista systems. The contractor shall perform traffic trend analysis to better anticipate needs for future network growth. Trend analysis shall be able to span at least a full year, depending upon availability of data. Traffic trend analysis includes regional traffic and inter-theater traffic volume, and correlation between traffic and exercises/world events to identify traffic surge patterns. Traffic trend analysis shall also extend to end-to-end traffic, by router interface, IP, or IP ranges. The DISN Core and SIPRNET traffic data shall be exportable in a format that allows this data to be incorporated into the GE341 modeling tools, to include OPNET Modeler and SP Guru. The traffic data analysis shall be delivered in an electronic format, and portray existing application, protocol and source-destination characteristics and trend information showing growth over time. The contractor shall prepare Technical Report-Study/Services (A079), which will identify the DISN Core and SIPRNET traffic characteristics and trend data. In addition, the contractor may be required to attend and participate in meetings to support Network Services or for meetings with other DoD organizations. The contractor will not be required to organize, chair or facilitate any meetings. d. The contractor shall perform analysis and make recommendations to remove underutilized circuits that do not impact the performance of the DoD classified and unclassified networks. The contractor shall also perform analysis and make recommendations to add capacity to the DoD network in places where performance upgrades are needed. The contractor shall prepare Technical Report-Study/Services (A079) to document the analysis results. In addition, the contractor may be required to attend and participate in meetings to support Network Services or for meetings with other DoD organizations. The contractor will not be required to organize, chair or facilitate any meetings. e. This task is for determining network impacts caused by implementing specific applications on the DoD Classified and unclassified networks. The contractor shall continue the development of the network model that includes applications, and user and traffic profiles. The contractor shall update the model using most recent measured traffic data. The contractor shall run the model to determine the networks capability to accommodate new application traffic. The contractor shall run the model to determine how to optimize the networks to support the requirements of a new application. The contract shall be responsible for developing all of the data needed for these assessments and delivering the data in the appropriate format to import into OPNET simulation models. The contractor shall prepare Technical Report-Study/Services as required (A079), which will include findings, conclusions, and recommendations from the OPNET simulation models. In addition, the contractor may be required to attend and participate in meetings to support the Network Services or for meetings with other DoD organizations. The contractor will not be required to organize, chair or facilitate any meetings. f. The contractor shall perform analysis and make recommendations to remove underutilized circuits that do not impact the performance of the DoD non-classified and classified networks. The contractor shall also perform analysis and make recommendations to add capacity to the DoD non-classified and classified networks in places where performance is needed. g. This task is for determining network impacts caused by implementing specific applications on the DoD non-classified and classified networks. The contractor shall continue the development of the DoD non-classified and classified network models that includes applications and user profiles and traffic profiles. The contractor shall update the model using most recent measured traffic data. The contractor shall run the model to determine the networks capability to accommodate new application traffic. The contractor shall run the model to determine how to optimize the networks to support the requirements of a new application. The contract shall be responsible for developing all of the data needed for these assessments and delivering the data in the appropriate format to import into OPNET simulation models. h. This task requires the contractor to use the ITN system to support traffic studies and analysis. The contractor shall use the web interface to ITN. Certain analysis may not have the required pre-built reports in the web interface to ITN. In these cases, the contractor shall also access ITN through Open Data Base Connectivity (ODBC) and C#, Excel and other methods to make custom queries to the database. Both Cisco Netflow and Juniper cFlowD network traffic statistics are collected from DoD classified and unclassified network routers. The contractor shall process this data as necessary for network traffic, analysis, capacity planning and other studies. The contractor shall prepare Scientific and Technical Reports (A080) DI-MISC-80711A to document the results. In addition, the contractor may be required to attend and participate in meetings to support the Network Services or for meetings with other DoD organizations. The contractor will not be required to organize, chair or facilitate any meetings. i. The contractor shall continue the modeling and analysis of the ongoing DoD classified and unclassified networks evolution, as required. Up to eight ad hoc modeling, simulation and analysis tasks may be required. The areas of study for the network evolution may include: •· Migration to IPv6, •· Implementation of Quality of Service (QOS), •· Expansion of Voice over IP (VOIP) services, •· Other routing and network services, and •· Classified and unclassified network modifications to provide network connectivity in support of the forward deployment of DoD military forces worldwide. The contractor shall add any of these services into the OPNET simulation model maintained by GE341, as required, and shall prepare Technical Report-Study/Services (A079) to document the results. In addition, the contractor may be required to attend and participate in meetings to support Network Services or for meetings with other DoD organizations. The contractor will not be required to organize, chair or facilitate any meetings. j. The contractor shall continue updating the GE341 tools. The contractor shall update the GE341 tools to process all network device configuration files. As new devices are included into the DISN Core, SIPRNET, and NIPRNET, they shall be included into the list of devices being processed. The processing of router / switch configuration files for network devices includes, but is not limited to: •· Communication link interface information, •· IPv6 and IPv4 information •· network topology architectures, and •· other network device configuration data as needed. The contractor shall have specific knowledge and experience with the following network protocols: •· FTP, •· SNMP, •· TCP, •· UDP, •· BGP, •· IS-IS, and •· EIGRP These protocols are used GE341 tools. The contractor shall be able to maintain and continue the further development of the tools as necessary for the ongoing network traffic analysis, capacity planning, and simulation work associated with this task order. These network protocols listed above are some of the protocols currently used by GE341 tools. The contractor shall have a solid understanding and the software engineering skills necessary for the use of other network protocols if necessary to expand the capabilities of the GE341 network tools. The GE341 tools use the following software working in UNIX / Linux and MS Windows development and run time environments: •· Unix/Linux •o C / C++ •· MS Windows •o C Sharp •o Visual Basic •o ASP.NET •o VBA •o MS Access •o MS SQL Server The items listed above for the maintenance and development of GE341 tools represents the software currently used. The selected contractor shall have current demonstratable experience with the development software. The contractor shall have knowledge and understanding and the software engineering skills necessary to for the use of other software and environments if necessary to expand the capabilities of the GE341 network tools. The contractor shall prepare a written update on all modifications made to GE341 tools. In addition, the contractor may be required to attend and participate in meetings to support Network Services or for meetings with other DoD organizations. The contractor will not be required to organize, chair or facilitate any meetings. The contractor shall prepare Scientific and Technical Reports (A080) DI-MISC-80711A to document the results. <h4>Responses</h4> Responses to this RFI are to be submitted by e-mail to Matthew.Cassady@disa.mil and RECEIVED by 2:00 p.m. on 15 October 2009. Responses must be single-spaced, Times New Roman or Courier New, 12 point font, with one inch margins, and in MS Office Word 2003 format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. <h4>Points of Contact</h4> Contract Specialist: Matthew Cassady Phone: 618-229-9713 E-Mail: Matthew.Cassady@disa.mil Contracting Officer: Steven W. Francoeur Phone: 618-229-9672 E-Mail: steven.francoeur@disa.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/IT002800/listing.html)
 
Record
SN01982696-W 20091010/091008235353-74bc9a8c022b91742bcb2cf9aa975510 (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.