COMMERCE BUSINESS DAILY ISSUE OF JULY 23, 2001 PSA #2898
SOLICITATIONS
D -- D -- COLORADO FRONT-RANGE METROPOLITAN AREA NETWORK
- Notice Date
- July 19, 2001
- Contracting Office
- Defense Information Systems Agency, D4, Acquisition Directorate, DITCO-NCR, 701 South Courthouse Rd Bldg T-5, Arling ton, VA, 22204-2199
- ZIP Code
- 22204-2199
- Solicitation Number
- RFI
- Response Due
- August 13, 2001
- Point of Contact
- Nancy McClain, Contract Specialist, Phone (703)681-6152, Fax (703)681-6625, Email mcclainn@ncr.disa.mil
- Description
- The Defense Information Systems Agency (DISA) hereby issues a Request for Information (RFI) to identify sources with i nnovative and cost effective solutions to satisfy a need for dedicated optical fiber based information transport infrastruct ure and services to support current and future requirements in various regions throughout the continental U.S (CONUS). Only one region has been identified at this time. This announcement is an RFI only, and not a Request for Proposal (RFP). As this project develops, DISA anticipates there may eventually be a requirement for multiple contracts to cover the Metropolitan Area Network (MAN) needs of these various regi ons. If and when there is any further development in the project, a formal RFP will be issued. This RFI is a request for interested parties able to provide the required infrastructure for the various CONUS regions and the one specific region identified in this announcement to describe their capabilities to fulfill to the requirements for the region specified, and as-yet unidentified regions in various parts of the CONUS, and provide a rough-order-of-magnitude (ROM) cost for such an infrastructure and services for the specified region. The specific region identified at this time is the DISN Colorado Front-Range Metropolitan Area. The Colorado Front-Range Me tropolitan Area is defined as encompassing the communities of the greater Denver area, Aurora, Boulder, the greater Colorado Springs area, and Pueblo. Industry responses will be used by the Government to assess feasibility, technical solutions and acquisition approaches for proceeding on the DISN Colorado Front-Range Metropolitan Area Network. The backbone of the DISN Colorado Front-Range Metropolitan Area Network shall include leased fiber optic rings, and DWDM/ADM optronics. The DWDM/ADM will optically interface to a SONET switch. The infrastructure will utilize either a 2 fiber Bi-di rectional Line Switched Ring (BLSR) or Unidirectional Path Switched Ring (UPSR). Services include commercially available lo cal and regional area transmission services to include the availability of Dark Fiber between any points located within the Colorado Springs metropolitan area currently including Peterson AFB, Air Force Academy, Ft Carson, Schriever AFB, & Cheyenne Mountain, also the Denver/Boulder greater metropolitan area that includes Buckley AFB, 6760 E. Irvington Place, Denver (old Lowry AFB), and the Lockheed Martin facility at 6304 Spine, Boulder, CO. The services will provide the DoD with the capabi lity to extend DISN services (Voice, Video, and Data) to all DoD organizations in the Colorado Front-Range Metropolitan Area . The service must provide network status reporting to, and integrated control where feasible with, a DISA-specified and op erated network management and monitoring facility (TBD). The MAN will provide a sensitive but unclassified network, as a cr itical sub-component of the Global Information Grid to support the National Command Authority, Joint Chief of Staff (JCS), P entagon and DOD Services and Agencies. The DISN Colorado Front-Range MAN must satisfy the security requirements in the DoD Directive 5200.28 Security Requirements for Automated Information Systems (AISs) Mar 88 at http://web7.whs.osd.mil/dir2.html; DoDI 5200.40, DoD Information Technolo gy Security Certification and Accreditation Process (DITSCAP), 30 Dec 97 at http://web7.whs.osd.mil/ins1.html; DoD Publicati on 5220.22M, Jan 95, National Industrial Security Program Operating Manual (NISPOM) at http://web7.whs.osd.mil/pub1.html; DI SA Inst 630-230-19, Information Systems Security Program, DISN Long-Haul Security Policy, and DISN Long-Haul Security Classi fication Guidance. Security consists of four components: Security Requirements, Security Protection Measures, Certificatio n and Accreditation Support, and Security Operations. Compliance with Information Assurance as identified in the President ial Decision Directive PDD-63 and other pertinent documents is required. Interested parties responding to this RFI are invited to prepare a white paper and address the questions below NLT 13 August 2001. All comments and suggestions are welcome. Sources submitting a white paper who are interested in making a maximum 2-h our presentation (open forum) should contact Mr. Vince Strahan to arrange such a meeting. In addition to the list of questions below, respondents are requested to address how they would accommodate DISA's requireme nts in their implementation of the Colorado Front-Range MAN system and identify any limitations or other restrictions they f oresee. QUESTIONS: 1. What is the current availability of service to the identified sites? Describe current fiber infrastructure in the ar ea. Is Dark Fiber available to be leased? What would need to be built? Provide detailed maps of existing service. 2. What is your ability to provide Point-to-Point optical fiber connectivity between: ? Colorado Springs, CO and Albuquerque, NM ? Denver and Greeley, CO ? Colorado Springs and Pueblo, CO ? Denver, CO and F.E. Warren AFB (Cheyenne WY) 3. What is the approximate monthly recurring cost (MRC) for a fiber pair, and approximate cost per foot for new fiber i nstallation? 4. What are your near-term (within 2 years) plans for new fiber installation? 5. Can you provide the fiber optic infrastructure at OC-48 at all geographical locations for the Colorado Front-Range a s specified herein? If not, what portion could you provide? 6. What maintenance capabilities for fiber, OADM, etc., can you provide? Include maintenance response time and cost. 7. Please describe how you provide timing and synchronization of your network. What will be the proposed primary refer ence sources (both GPS and Non-GPS). Do you foresee any difficulties with integrating and implementing timing of your networ k with the DISN or other affiliated networks or sub-networks? 8. Please present information on previously implemented fiber optic networks. Identify major elements, e.g. network co nfiguration, technology used to light the fiber, network availability, network management. 9. Please identify any proposed subcontractors or partners in providing the above coverage and provide insight into the ir capabilities and experience. 10. What network configurations have you installed, e.g. mesh, ring, other? 11. If the Government does not use SONET restoral on inputs to a fiber ring what automatic restoral times can you offer on the OA/D muxs? 12. What are your typical customer site equipment configurations for various sized requirements, ranging from very large installation to a small installation? These installations would include the optronics, electronics, patch panels and frame s needed to meet requirements ranging from OC48, OC12, and OC3 to DS3, and DS1s. This RFI is issued solely for information and planning purposes. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for information received in responses. The point of contact (POC) for technical issues is Mr. Vince Strahan, DISA, NS45 at (703) 681-0034, fax (703) 681-0033. The POC for contractual issues is Ms. Nancy McClain, Contracting Officer, email mcclainn@ncr.disa.mil. Responses to this RFI are to be sent to the contracting office at DISA/D4113/DISN Contracts, 5113 Leesburg Pike, Suite 302, Falls Church, VA 22041, Attn Nancy McClain, and should include an original and five (5) copies plus either one (1) 3.25 inches high-density disk using MS Word 7.0 or compatible format, or sent electronically to Ms. McClain's email address. Email attachments must be virus free, and there must be a positive statement included in the email text to this effect. Respondents must include the Company Name, Street Address, City, State, NINE-digit zip code, Point of Contact (POC), POC telephone and facsimile numbers and email address, Company size and Status. If the Company address includes a post office box, the complete street address must also be provided. Proprietary information should be identified as such. Respondents shall classify their company size using NAICS 513310, Telecommunications Networks -- 1,500 employees.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/DISA/D4AD/DTN/RFI/listing.html)
- Record
- Loren Data Corp. 20010723/DSOL016.HTM (A-200 SN50S493)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on July 19, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|