Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
SOURCES SOUGHT

D -- Request for Information Market Research United States Army Reserve Command Enterprise Managed Network Services

Notice Date
5/16/2007
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Army Reserve Contracting Center, 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
W91LV207SOUGHT
 
Response Due
6/4/2007
 
Archive Date
8/3/2007
 
Point of Contact
Claudia Adams, 609 562 6497
 
E-Mail Address
Army Reserve Contracting Center
(claudia.adams@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Reserve Contracing Center (ARCC) is seeking information, on behalf of the United States Army Reserve Comand, for the purpose of obtaining market research only. This is NOT A NOTICE OF SOLICITATION; but rather, a Request for Information (RFI) from industry that will allow the Government to identify interested sources capable of meeting the described requirement, and develop an acquisition strategy. The information sought herein is for planning purposes only and shall not be construed as a Requ est for Quote (RFQ), Request for Proposal (RFP), Invitation for Bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED UNDER THIS SYNOPSIS OR UNDER THIS SOL ICITATION/ANNOUNCEMENT NUMBER. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Responses to this notice are not offers; will not be accepted by the Gover nment to form a binding contract; and will not be returned. All information that is marked proprietary and received in response to this RFI, will be handled accordingly. This Notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Should a requirement arise, the full description will be detailed in the resulting solicitation. Questions concerning the requirements of a future solicitation will not be entertained. The ARCC is seeking to identify sources capable of furnishing all management, supervision, labor, plant, material, supplies, and equipment (other than that designated as Government furnished equipment) to provide the following network services for the Unit ed States Army Reserve (USAR) Command: 1.Management of all USAR network devices located at approximately 900 sites in CONUS having a user population of approximately 15,000 full time personnel, expanding to approximately 200,000 users the first and second weekends of each month. 2.Maintenance and prioritization of network services based upon Mission Assurance Category (MAC) levels as defined by the Government. 3.Monitor and manage LAN and network security services from a central Contractor owned/Contractor operated (COCO) location. This to be a centralized Network Operations Center/Security Operations Center (NOC/SOC) with a 24/7 operation capability. COCO NOC /SOC facility must be DIACAP accredited in accordance with applicable DOD guidelines. 4.Management of all moves, adds, and changes of network devices which currently consists of approximately 2500 network support devices and 175 network security devices. 5.Provide call center and service desk capabilities. 6.Management of 900 telephone switches (PBX). 7.Management of all moves, adds, and changes to the inside and outside Level I cable plant. The Government anticipates issuing a Statement of Objectives and will seek commercial solutions based upon the following overall performance objectives and constraints: PERFORMANCE OBJECTIVES: 1.Provision of reliable, secure, nationwide network support capabilities. 2.Provision of enhanced operational effectiveness and support through increased coverage and capabilities. 3.Provision of reduced capital and operational costs through operational consolidation. 4.Enable the Army Reserve to transition from being a direct IT provider to a consumer and manager of IT services. 5.Ensure a predictable cost for IT management. PERFORMANCE CONSTRAINTS: 1.COCO facility must be located in CONUS and must be accredited at the Mission Assurance Category (MAC) Level II for the NOC and Mission Assurance Category (MAC) II for the SOC, capable of achieving MAC Level I. 2.Circuits going into the facility must be air-gapped from both the public internet and the contractors own commercial network circuits. 3.Contractors network and security monitoring must interface and report through the Army Reserves integrated tool suite. 4.Performance standards to provide mission assurance must be IAW DODI 8500.1. 5.All work must comply with industry standards, particularly IEEE 802.3 (FAST and GIG Ethernet), 802.11 (Wireless Ethernet B, G, and N), and EIA/TIA standards (568B). 6.All processes and work must follow Information Technology/Infrastructure Library (ITIL) best business practices. 7.All personnel working in the COCO NOC/SOC facility must be US citizens and possess SECRET security clearances. The contractor SOC lead must be a US citizen with a TOP SECRET with SCI assess security clearance. 8.All contractor solutions must be compliant in all respects with applicable federal and departmental security, IT, and asset management laws, regulations, rules, and policies. Submission Requirements: Responses are due by 4:00 PM Eastern Time on 4 June 2007. Interested firms may submit capability statements via e-mail to Claudia Adams, at claudia.adams@dix.army.mil. Responses shall not exceed 10 pages when printed and should be transmitted with attachments in Microsoft Word 2003 or PDF format. Maximum allowed electronic file size is 4 megabyte. No zipped files. As part of the capability package, firms must include the following: (1) Capability Statement demonstrating knowledge an d ability to perform services; (2) General description of the capabilities/capacities of the NOC/SOC facility; (3)A detailed description of the available network management systems; (4) A detailed description of the scale/capabilities of your maintenance c apabilities; (5) Business size: e.g., Small, Disadvantaged, 8(a), Women-owned, Veteran owned, Large and primary NAICS under which you would classify this requirement; and (6) Contact information, name, title, telephone number, and e-mail address of designa ted corporate point of contact for this RFI. All valid e-mail responses must include the return e-mail address, company name, mailing address, telephone number, facsimile number, and a point of contact. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABJ/DAKF29/W91LV207SOUGHT/listing.html)
 
Place of Performance
Address: TBD TBD TBD TB
Zip Code: TBD
Country: US
 
Record
SN01296079-F 20070518/070516222131 (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.