MODIFICATION
70 -- MANAGED SERVICE COMMUNICATIONS
- Notice Date
- 11/28/2012
- Notice Type
- Modification/Amendment
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- NORRIS13Q0002
- Response Due
- 12/6/2012
- Archive Date
- 1/27/2013
- Point of Contact
- Valerie Norris, 609 562 4817
- E-Mail Address
-
ACC - New Jersey
(valerie.l.norris2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- General Information: Document Type: Sources Sought Notice Solicitation Number:N/A Posted Date: Original Response Date: Current Response Date: Original Archive Date: Current Archive Date: Classification Code:51 -- Information NAICS Code:517210 -- Wireless Telecommunications Carriers (except Satellite) 517410 -- Satellite Communications 517919 - All Other Telecommunications Contracting Office Address: US Army Contracting Command-New Jersey (ACC-NJ) 5418 South Scott Plaza Fort Dix, NJ 08640 Description: This is a sources sought announcement only. There is no solicitation available at this time. Requests for a solicitation will not receive a response. The North American Industrial Classification System (NAICS) codes are 517210, 517410 and 517919. Respondents to this announcement must identify their business type (i.e., large, small, small and disadvantaged, 8(a) certified, woman-owned small, HUB Zone certified small, or service disabled veteran-owned small business) in their response. The Government is seeking a Managed Service Communications vendor to provide a network and services which will support PEO C3T assets, allowing them to send and receive information in tactical situations. The Government provides a Strategic Communications Hub connected to a commercial integrated broadband IP satellite solution provider which extends the capabilities of the Department of Defense's core network. The Government provides Baseband services including Non-Secure Internet Protocol Router, Secure Internet Protocol Router, Joint Worldwide Intelligence Communications System, CENTCOM Regional Intelligence Exchange System, Commercial and Net Equipment, Tactical Communications Platforms, Mobile Broadband Global Area Network Access Capabilities, SATCOM Terminals (Large, Very Small Aperture Terminal, Hand Held), Highly Mobile Communications, Very High Frequency, Ultra High Frequency, Ku, Ka, C, X, L, Land Mobile Radio, Mobile satellite services ( e.g., Satellite Phones, Secure Personal Digital Assistants, Cell Service Development. To meet mission requirements, the Government requires a cost effective turn-key solution which includes: 1.Multiple redundant teleports and multiple redundant satellites for a highly reliable satellite network. 2.Redundant Network Peering Centers 3.TAC (Technical Assistance Center) operating 24/7/365 to provide tier 1 technical support dedicated to rapid first call response. 4.NOSC (Network Operations Security Center) operating 24/7/365 to provide support commissioning and to quickly resolve any network issues. 5.No re-programming or re-configuration of equipment. Once IP addresses and phone numbers are assigned to a Node they can roam the network 6.Ability to expand call available bandwidth on demand via one phone in support of emergency operations or increased quote mark OP TEMPO quote mark 7.Multiple Satellite Teleports connected via dedicated terrestrial circuits to a private MPLS based network (with redundant connections to each Satellite Teleport). 8.Secure and redundant coverage of all 54 US States and Territories (redundant teleports, satellites and terrestrial connectivity to public (Internet, PSTN) and private (SIPRnet, NIPRnet) networks). 9.Portable IP addressing and telephone numbers. This portable capability allows the unit to keep the same IP addresses and telephone numbers globally. 10.An immediate and effective way to restore essential communications when they have been interrupted or lost. There is an additional consideration with respect to Information Assurance (IA). To ensure that Sensitive Information is protected, the Government adheres to Department of Defense Information Technology Security Certification and Accreditation Process (DITSCAP) (DoDI 5200.4). The Government adheres to the National Information Assurance Certification and Accreditation process (NIACAP) for all Federal Departments and agencies. Typically a service provider must demonstrate past performance of the deployment of a global IP VSAT architecture that included an Authority to Connect (ATO) to a DISN Leading Edge Services (LES) without waiver and DISN Security Accreditation Working Group (DSAWG) Authority To Operate (ATO) on SIPRNET. In addition to the above, the implementation of Department of the Army Regulations such as the Army Regulation 25-2, November 14, 2003, Information Assurance (AR 25-2) will augment the requirements of the DITSCAP. This includes a capability to support Advanced Encryption Standard (AES) and Triple Data Encryption Standard (Triple DES). The Government provides a security plan addressing each network, hardware and software item of the DoD 8510.1-M, DoD Information Technology Security Certification and Accreditation Process (DITSCAP) Application Manual as part of its quotation, that addresses in detail its security solutions for supporting the security requirements. This requirement includes past performance of executing the Facility Security Clearance (FCL) process and of network operations and customer care in a cleared facility. The contractor will be responsible for service assurance, delivery, availability/integrity of the network, as well as 24/7/365 proactive monitoring of the network. Proactive monitoring of the network must include a staffed Network Operations Security Center (NOSC). The contractor will also be responsible for operating a reactive trouble management and help desk capability. This capability will be a facility that provides full time (24x7x365) reactive trouble management and help desk functions. The contractor will manage this capability as a single point of contact tier 1 and tier 2 customer care and technical support staff operation. In order to be considered the contractor must provide technical, operational and support staff with current active secret or top secret clearances. The contractor must be capable of providing both network services and user services. Network services shall include satellite reach back, LMR, cellular, wired and wireless Ethernet and radio gateway. User services shall include SVoiP, VoIP, VTC, email, chat, white boarding, common operating picture (COP), incident command system, web portal and directory services. The period of performance is expected to be a five (5) year Indefinite-Delivery/Indefinite Quantity (ID/IQ) contract. In conjunction with the above referenced services, the Government anticipates outleasing facility space pursuant to the authority of 10 U.S.C. 2667. This facility space would be used to house contractor equipment which will be required for the provision of services. Firms capable of performing the described services are invited to submit a description of their capabilities and experience in writing. Responses shall be limited to 5 pages and should include, as a minimum, (1) evidence of relevant past experience; (2) related projects and/or existing systems, etc; and (3) business size as described above. This sources sought synopsis is for planning purposes only and does not constitute a solicitation for bids/proposals. It is not to be construed as a commitment by the Government. The Government does not intend to pay for any information provided under this synopsis. Responses will assist the Government in determining whether to set-aside/restrict competition in some way or solicit offers from all responsible sources. Responses to this notice must be provided by 6 December 2012. Point of Contact: Valerie Norris, Contract Specialist at valerie.l.norris2.civ@mail.mil Place of Performance: Building 3422 Fort Dix, NJ 08640
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a913f4c21d0448497535ac528ce63a04)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN02938841-W 20121130/121128234937-a913f4c21d0448497535ac528ce63a04 (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 |