SOURCES SOUGHT
D -- Network Management across Network Boundary
- Notice Date
- 4/27/2009
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- E200224
- Archive Date
- 5/16/2009
- Point of Contact
- Lindsey J Mitchell, Phone: 6182299625
- E-Mail Address
-
lindsey.mitchell@disa.mil
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for the Network Management across Network Boundary Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: PURPOSE: The purpose of this Request for Information (RFI) is to conduct market research which will be used to formulate an acquisition strategy to develop a GIG-wide network management architecture; to define a reference implementation framework for obtaining situational awareness/common operational picture across the GIG; and to prepare an input to the GTG/GESP for providing guidance for implementing network management across network boundaries.This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. TARGET AUDIENCE: In particular, only small businesses are requested to respond to this RFI to assist the Defense Information Systems Agency (DISA) in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition, either as prime contractors or as subcontractors. Sources Sought This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 541990. In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Historically Black Colleges and Universities/Minority Institutions, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable Small Businesses to provide the aforementioned service. Two or more qualified and capable small businesses must submit responses that demonstrate their qualifications to make a determination for a small business set-aside. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 541990 are requested to submit a response to the Contracting Officer within 7 calendar days of issuance of this RFI. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past three years or work that is on-going) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Requested Information: Providers of this technical assistance should have familiarity with the network management approaches and technology used in both the large scale fixed networks operated by DISA and the military Services as well as major tactical programs such as Army WIN-T, Navy ADNS, and TSAT as well as an understanding of the state of the practice in network management and related current and emerging technical standards. Interested vendors are requested to submit a maximum 6 page statement of their knowledge and capabilities to perform the following: This task order will require engaging with participating organizations from the Selected Network Program Consortium (SNPC) and the GIG Network Management Working Group to conduct the following tasks: • Work with the GIG Network Management WG and tactical programs to identify and document the warfighter needs and scenarios for cross domain NetOps functions of GIG Enterprise Management (GEM) and GIG Network Defense (GND) in the GIG. • Document, to the extent that time and resources allow, selected current or proposed strategic/tactical network management implementation approaches from different GIG programs. Develop a reference interoperable network management implementation framework model. • Conduct performance and interoperability analysis of alternatives for providing network management information needed to support GIG NetOps across administrative and organizational domains. • Develop a recommended approach for cross domain network management between strategic/tactical networks. • Prepare a GESP for GIG cross domain network management guidance. Note that this task is not about developing software that will support GIG NetOps situational awareness but rather defining the requirements and necessary information exchange content and formats. DISA/PEO-IA is developing a tool (GIGCOP) that will provide horizontal integration and event correlation from Manager of Managers (MOM). Responses Responses to this RFI are to be submitted by e-mail to lindsey.mitchell@disa.mil and RECEIVED by COB 1 May 2009. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Points of Contact Contracting Officer: Arthur Kruse Phone: 618-229-9773 E-Mail: Arthur.kruse@disa.mil Contract Specialist: Lindsey Mitchell Phone: 618-229-9625 E-Mail: Lindsey.Mitchell@disa.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2e4c4f9d07aa7d13b06e6cb3e19797ac&tab=core&_cview=1)
- Place of Performance
- Address: TBD, United States
- Record
- SN01803143-W 20090429/090427220743-2e4c4f9d07aa7d13b06e6cb3e19797ac (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 |