SOURCES SOUGHT
70 -- USAFA Regional Optical Network
- Notice Date
- 1/31/2024 7:52:09 AM
- Notice Type
- Sources Sought
- NAICS
- 517111
—
- Contracting Office
- FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
- ZIP Code
- 80840-2303
- Solicitation Number
- FA700024Q0024
- Response Due
- 2/9/2024 1:00:00 PM
- Archive Date
- 02/24/2024
- Point of Contact
- Brianna Morphis, Phone: 7193333142, Kenneth Helgeson, Phone: 7193385503
- E-Mail Address
-
brianna.morphis@us.af.mil, kenneth.helgeson.3@us.af.mil
(brianna.morphis@us.af.mil, kenneth.helgeson.3@us.af.mil)
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY!� This notice does not constitute a commitment by the Government.� All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The North American Industry Classification Systems (NAICS) Code proposed is 517111. The size standard for the NAICS is 1,500 employees.�� The requirement is to provide access to Regional Optical Network academic consortium in the Colorado Springs area, supplying a 10 GBps Internet connection to provide Internet bandwidth for the USAFA .edu academic network. It will serve as a companion to USAFA's current Internet connection and should provide a connection to other educational and research institutions along the front range. Salient Characteristics:� -Provide constant 10 Gbps service (i.e. not variable, shared or degraded) and compatible with existing network infrastructure. -Contractor will utilize existing government owned conduit, conveyances, and existing fiber where available, when practicable to minimize time and cost if installation required. -Provide and maintain 99.9% circuit uptime on a monthly basis. -Provide network engineering support 24 hours per day, 365 days per year to support circuit troubleshooting. -Maintain network monitoring support and notify USAFA of any disruption of service within 30 minutes of the disruption. -Be responsible for all construction/installation, and setup/configuration required to activate the circuit. -The Government will use its own Class B IP address space, with a subnet assigned for this 10 Gbps circuit. -Provide membership in the consortium of universities, research organizations, non-profit corporations, government agencies, cities, counties, States, and K-12s that cooperate to share wide-area networking services including Internet2, intra-FRGP, commodity Internet, caching, and peering connectivity. -Provide aggregated and direct intra-member network access. This includes access to all -participants, secondary connections behind primary FRGP participants, and direct peering connections including the Energy Sciences network (es.net), Google, CoreSite Any2 (e.g., Apple and Microsoft), and IX-Denver. -Provide connectivity to the Internet2 network - either directly for Internet2 members or via the Community Anchor Program (CAP) for qualifying community anchor institutions. -Provide access to I2 NET+ Services. Access to Akamai and Netflix caching systems. -Be a member of the Western Regional Network (WRN). -Be a member of the Quilt.� Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. Delivery is FOB Destination to USAF Academy, CO 80840. We are interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement.� The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying.� Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Please note:� All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.� The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: brianna.morphis@us.af.mil and kenneth.helgeson.3@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN: February 9, 2024 at 2:00 PM (MST). Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through FedBizOpps.� Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dad784934174461d91467c1779e69c05/view)
- Place of Performance
- Address: USAF Academy, CO 80840, USA
- Zip Code: 80840
- Country: USA
- Zip Code: 80840
- Record
- SN06951518-F 20240202/240131230052 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |