SOURCES SOUGHT
58 -- Command, Control, Communications, Computers, Intelligence and Space (PEO-C4I & Space), Shore Integration Program Office
- Notice Date
- 2/28/2005
- Notice Type
- Sources Sought
- Contracting Office
- 4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
- ZIP Code
- 92110-3127
- Solicitation Number
- SPAWAR_Headquarters_MKTSVY_2611A
- Response Due
- 3/28/2005
- Small Business Set-Aside
- N/A
- Description
- 1.0 Description 1.1 The Space and Naval Warfare Systems Command (SPAWAR), in support of PEO C4I & Space, Shore Integration Program Office (PMW 790), seeks information on how an interested Contractor or Contractors could act as a lead system integrator or integrators (LSI) to align the existing shore communications support structure with all emerging Fleet requirements. This RFI requests information on the best method to transform the Navy???s current, partially serial data and partially internet protocol (IP) shore network to an All-IP architecture. We are soliciting responses from all interested parties. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes ??? it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party???s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website and the SPAWAR E-Commerce Central website at https://e-commerce.spawar.navy.mil. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 2.0 Background The Fleet requires upgraded shore communications capabilities to migrate the existing shore communications requirements into a coherent, scalable, network-centric architecture. The new infrastructure must support remaining legacy architectures along with the ability to support next generation joint, net-centric, interoperable capabilities. The enterprise management system will provide a network monitoring and management capability for the entire Navy shore infrastructure. The new architecture will consist of two regional Network Operations Security Center (RNOSCs) that will monitor and control the Navy network. Although each RNOSC will be responsible for a specific Area of Responsibility (AOR), either RNOSC will be able to assume the load of both AORs. The RNOSCs will provide situational awareness to the global NOSC (GNOSC) as well as to the Defense Information Systems Agency (DISA) via the Global Information Grid (GIG). Attachment 1 illustrates a high-level, notional representation of the RNOSC with pertinent interfaces. The Government desires a LSI approach to provide a total enterprise management solution with the following net-centric enablers: NOSC consolidation, IPv6 migration, end-to-end Quality of Service (QoS), and integrated Information Assurance (IA)/security. The LSI will need to integrate with ongoing efforts initiated by the government as well as create a sound engineering strategy to provide for a total Enterprise Management solution. Initiatives currently being addressed include serial circuit elimination, IP messaging implementation, and enterprise network management. Accompanying attachment 2 delineates current Navy shore planning for development and implementation in the coming years. It also denotes what the government plans to accomplish, the migration that the LSI is expected to continue and build upon, and the key efforts that the LSI is expected to design and implement. 2.1 Planned Development: Initial tasks commencing FY06. 2.2 Planned Production: Initial tasks commencing FY06. 2.3 Delivery Period: Initial tasks commencing FY07. 2.4 Limitations: Interoperability between other agencies (e.g. DISA, AF, Army, USCM, etc.) and interfacing with legacy Navy infrastructure. 2.5 Security Requirements: SECRET 3.0 Requested Information The Government envisions a LSI approach but the details of that structure have not yet been defined. The Government is interested in industry???s suggestions on the following: 3.1 Lead System Integration (LSI): 3.1.1 Define what an LSI can produce and deliver of the capabilities identified in paragraph 2.0? 3.1.2 What are the advantages and disadvantages of competing a single award to a LSI to deliver the capabilities identified in paragraph 2.0? 3.1.3 What are the advantages and disadvantages of competing multiple awards for the development efforts and then down-select to one LSI to deliver the capabilities identified in paragraph 2.0? 3.1.4 What are the advantages and disadvantages of a multiple award environment to compete the development and production requirements by task to deliver the capabilities identified in paragraph 2.0? 3.1.5 What objectives can be achieved, and to what degree can any risks be mitigated, if the government awards a Research &Development contract or contracts prior to award of a production contract or contracts? 3.2 Performance, Production, Technology Refresh: 3.2.1 How should the Government approach the desired capabilities identified in paragraph 2.0? What relative performance measures or metrics, if any, would industry utilize to demonstrate the desired capabilities identified in paragraph 2.0? Note, this question has relevance to different components including network management software and hardware performance. 3.2.2 What is a reasonable period of performance for a Contractor to accomplish the activities outlined in paragraph 2.0? 3.2.3 What DoD Contracting Offices can provide information regarding your performance of activities similar to those outlined in paragraph 2.0? 3.3 Enterprise Management Technology 3.3.1 What Commercial Off The Shelf (COTS) capability would be best to remotely monitor, measure, and manage geographically displaced resources through Internet switching via router technology? What industry Hardware/Software (HW/SW) solutions will simplify scalability, control, and provisioning for configuration management? 3.3.2 What enterprise management COTS solutions are currently deployed by other DoD agencies or industries? How could these solutions be applied to the Tactical Switching GNOSC concept? 3.3.3 What acquisition strategies have been employed by other DoD agencies to efficiently procure hardware/software solutions? 3.3.4 What DoD contract vehicles are currently available that may be utilized to fulfill the objectives outlined in paragraph 2.0? 3.4 Server and Storage Technology: 3.4.1 What commercially approved, standards based data storage solutions best fit the Navy LAN architecture? What industry solutions will simplify data scalability, backup, and restoral as compared to the Direct Access Storage (DAS) technology being used today? 3.5 Applications and Services 3.5.1 What COTS HW/SW solution will support end-to-end QoS, compatibility with both IPv4 & IPv6, and configuration management while supporting organic Navy network requirements (i.e., Mail (Domain Name Server (DNS))? 3.6 Networking 3.6.1 What COTS HW/SW would interface most successfully with Defense Information System Network (DISN), GIG-Bandwidth Expansion (BE), and Teleport routing protocols, security rules, and QoS techniques? 3.7 End-to-End Information Assurance (IA)/Security 3.7.1 What COTS HW/SW capability would provide an enterprise focus supporting the following: implementation of IA/security, including High Assurance Internet Protocol Encryption (HAIPE), into the transport solution. How would this be successfully integrated with enterprise service management? 3.8 End-to-End QoS 3.8.1 What COTS HW/SW capability would provide a systems approach to integrate Enterprise Management (EM), IA, and QoS to provide secure delivery through multiple security enclaves and Cross Domain Solutions (CDS)? 3.9 Logistics: 3.9.1 Does industry have any innovative ideas in managing obsolescence and technology refresh for these requirements? How should End-of-Life (EOL) issues be addressed in accordance with the SECNAV Diminishing Manufacturing Sources and Material Shortages (DMSMS) policy? 3.9.2 The Navy has different modernization time requirements for different sites and systems. What warranties or extended warranties are offered for any hardware identified to provide the capabilities in paragraph 2.0? Is it generally less expensive to replace systems as they fail or purchase an extended warranty? What warranty duration would be recommended? 3.9.3 How does industry manage DoD mandated requirements for Unique Identification (UID) and Radio Frequency Identification (RFID) coding of Government material? For the guides, visit the web-sites at: http://www.acq.osd.mil/uid/ . 4.0 Responses 4.1 Interested parties are requested to respond to this RFI with a white paper. 4.2 White papers in Microsoft Word for Office 2000 or later compatible format are due no later than COB 29 March 2005. Responses shall be limited to 30 pages and submitted via e-mail only to mark.lopez@navy.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Proprietary marked data will be protected in accordance with all applicable statutes and regulations. Industry is advised that the Government will not individually grade and return responses. 4.3 The following is a list of support contractors that the Government intends to use to assist in the evaluation of the white papers: Booz Allen Hamilton SAIC It is requested that any party submitting a white paper in response to this RFI expressly state on the cover page of its white paper that the Government may release the white paper to the parties identified above for the sole purpose of assisting the Government in the evaluation of the white paper. In the absence of such a statement, the Government will assume the respondee does NOT agree to the release of its submission to Government support contractors. 4.4 Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 4.4.1 Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 4.4.2 Recommended contracting strategy. 4.4.3 Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) ???Small business concern??? means a concern, qualified as a small business under the criteria and size standards in 13 CFR part 121. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. 4.4.4 The facility security clearance of the offeror. 4.5 The white paper shall answer the issues addressed in Section 3 of this RFI . 5.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, mark.lopez@navy.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the SPAWAR E-Commerce Central website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after March 16, 2005 will be answered. To access the SPAWAR E-Commerce Central website, go to https://e-commerce.spawar.navy.mil. Click on Headquarters, then Market Surveys, then Navy Tactical Switching RFI to view other important information related to this RFI. Interested parties are invited to subscribe to the SPAWAR website to ensure they receive any important information updates connected with this RFI. To subscribe, click on https://e-commerce.spawar.navy.mil/. 6.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to obtain information relevant to network architecture solutions for the Navy Tactical Switching program described above. The information provided in the RFI is subject to change and is not binding on the Government. The Navy has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Submissions will not be returned.
- Web Link
-
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=CFC1F09AD1F6C71188256FB600756F51&editflag=0)
- Record
- SN00759778-W 20050302/050228212338 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |