SOURCES SOUGHT
D -- Video Teleconference Services (VTCS) Sources Sought/Request for Information - VTCS Attachments
- Notice Date
- 3/8/2010
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Other Defense Agencies, Missile Defense Agency, MDA Integration and Operations (MDIOC), 730 Irwin Avenue, Building 730, Schriever AFB, Colorado, 80912, United States
- ZIP Code
- 80912
- Solicitation Number
- H95001-10-R-0001-SS
- Archive Date
- 4/13/2010
- Point of Contact
- Danny G. Poskey, Phone: 719-721-9081, Angie Eberhart, Phone: 719-721-0370
- E-Mail Address
-
danny.poskey@mda.mil, angie.eberhart@mda.mil
(danny.poskey@mda.mil, angie.eberhart@mda.mil)
- Small Business Set-Aside
- N/A
- Description
- VTCS - Metrics #2 VTCS - Metrics #1 THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY FOR THE PURPOSE OF CONDUCTING MARKET RESEARCH. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. The anticipated North American Industrial Classification System (NAICS) code for this acquisition is 541513 - Computer Facilities Management Services with a size standard of $25 Million. 1.Introduction The Missile Defense Agency (MDA) has a requirement for engineering, architecture, operation and maintenance of existing and future video teleconference (VTC), audio conference, streaming, Internet Protocol Television (IPTV), multimedia and unified communications collaboration systems and related design, architecture, infrastructure, facilities, and environment in the following supported locations: -The National Capital Region (NCR), which is located in the Washington, DC metropolitan area and includes offices in Arlington, Falls Church, Fort Belvoir, and Dahlgren, VA -Schriever AFB, CO -Redstone Arsenal, Huntsville, AL, multiple office locations within the Huntsville region -Kirtland AFB, NM -Fort Greely, AK -Los Angeles AFB, CA -Edwards AFB, CA -Vandenberg AFB, CA -Potential future sites: - Other CONUS and OCONUS locations (TBD) Subject services are currently being provided under a single MDA contract. This contract will expire in May 2011 and will be replaced with a follow-on contract. 2.Background The purpose of this SS/RFI is to update Market Research related to this requirement. The MDA is the headquarters/acquisition agency tasked to develop and field a ballistic missile defense capability for the United States and the Department of Defense (DoD). This includes management of critical assets and a missile force that is geographically separated not only within the NCR, but also throughout the United States and around the world. This geographic dispersion is one of the greatest challenges facing the agency. The MDA was named in the 2005 Base Realignment and Closure (BRAC) announcement. Location specific information may change as the BRAC is implemented. Current plans call for a much smaller contingent, estimated between two hundred fifty (250) and three hundred (300) personnel, to remain in the NCR at Ft. Belvoir, VA and at Fairfax, VA while the rest of the manpower and related resources relocate to Redstone Arsenal, Huntsville, AL area in FY2011. Manning at other CONUS locations will remain unchanged. Video teleconference, telepresence, audio conference, streaming, Internet Protocol Television (IPTV), multimedia, unified communications, and unified collaboration are critical capabilities for the MDA that supports centralized cost-effective program executive decision analysis, performance assessment, agency collaborative management and rapid unified reporting to the President, Secretary of Defense, and Combatant Commanders. These activities and actions relating to MDA events often require long-distance coordination and discussion in real-time. They do not allow for periods of VTC, multimedia, information technology (IT) equipment or network downtime in excess of a few minutes without impacting cost and mission execution. Potential offers should take the BRAC relocations into account when responding to this notice for pre-BRAC support and post-BRAC support requirements as they relate to high availability for VTC, telepresence, audio conference, streaming, Internet Protocol Television (IPTV), multimedia, unified communications and unified collaboration services at all supported locations. 3.Description To support this critical capability, MDA has standardized the VTC core operations on Tandberg VTC and CISCO switching equipment and operating systems at all MDA supported sites. MDA has also standardized on AMX control systems for all integrated VTC systems and integrated multimedia facilities. Furthermore, the enterprise support system, operated at the Video Services Operations Center (VSOC) at Schriever AFB, Colorado Springs, CO “virtually” operates and maintains multiple Tandberg Media Processing System (MPS), Video Communications Servers (VCS) and 16 X 16 Multipoint Control Units (MCU’s), both classified (at the Secret level) and unclassified. In addition to the classified MCU’s, the enterprise has encryption devices (such as KIV encryptors) that are provided to MDA customer sites for communicating with integrated services digital network (ISDN)/switched sites. This infrastructure where connected via Internet Protocol (IP) is managed with the Tandberg Management Suites (TMS) (both unclassified and classified) via ISDN/IP secure switching technology. MCU’s/video bridges are stood up within NCR (classified Tandberg MPS) and at Schriever AFB, CO and Huntsville, AL (Polycom/Accord MGC 50 and Tandberg 16x16). Also, at NCR there is a Polycom/Accord MGC 100 that is set-up as an unclassified audio bridge and provides MDA VTC call augmentation (addition of audio calls into VTC, and multimedia and, unified communications calls), as well as the ability to back-up MDA VTC in the event of system or network failures. Future architectural plans include redundant VSOC facilities in the Huntsville, AL area, as well as migration of resources related to BRAC realignment. The Contractor will manage, maintain, support and utilize the enterprise automated scheduling tool for conference room control and all audio and video teleconference scheduling. The referenced facilities all fall under the MDA Video Alliance (MVA) (MDA’s internal video network). Some facilities are also a part of Defense Information Systems Network (DISN) Video Services-Global (DVS-G’s) MDA VTC Community of Interest (COI). The DVS-G MDA COI is one of many communities in the greater DISN DVS-G hierarchy. The MDA COI consists of a combination of.com,.mil,.gov, and.edu sites at various geographic locations throughout the United States and the Pacific (Kwajalein Atoll). 4.Workload Data Reference Attachments – VTCS Utilization – Multipoint Calls & VTCS Metrics 5.Contractor Requirements -The Contractor must have proven experience in supporting Government-owned video teleconference, telepresence, unified communications, audio bridging operations, streaming, IPTV, scheduling, engineering, architecture design, multimedia systems programming and integration, systems maintenance, configuration management, change management, procurement, inventory and spares management, life cycle management and related technical documentation and deliverables. -The Contractor must have extensive video teleconference experience, with a special emphasis with all Tandberg teleconference products (i.e. Multipoint Control Units, Gateways, Gatekeepers, VCS, Border Controllers, Content Servers, coder/decoders (codecs), etc.) as well as AMX control systems and Streambox. -The Contractor must have extensive telepresence, audio conference, streaming, IPTV, multimedia design architecture, integration, operations, maintenance, scheduling and engineering support experience. -The Contractor must have proven experience working with IP networks, and International Telecommunications Union (ITU) H.320, H.323, H.329 and Session Initiation Protocols (SIP) and have knowledge of Defense Information Systems Agency (DISA) video teleconference operation and implementation of Defense Video Service-II (DVS-II). Experience should also include information assurance (IA) processes and related documentation, as well as DoD classified networks. -The Contractor must have an understanding of (experienced desired) the Information Technology Infrastructure Library (ITIL) framework and Roles Based Administration (RBA) practices. -The Contractor is required to establish and maintain a staff training and certification program designed to ensure that all employees are current and fully qualified to meet the requirements of their respective positions. Subject training/certification includes, but is not limited to, commercial/industry/vendor and Government related training and certifications. Additionally, the contractor is required to develop and provide operator/user and/or “desk side” training for all current and future IT VTC systems. -The Contractor will be required to support and facilitate the MDA’s vision of unified communications and communications-enabled business processes with a goal of simplifying and optimizing business communications within and external to the agency. -Additionally, the contractor will be required to assist in achieving service delivery, procedural, performance and economic efficiencies in operations, maintenance and management of unified communications, telecommunications, conferencing and collaboration services. - The Contractor must comply with all applicable regulations, instructions, policies, etc. pertaining to the subject requirements. -All contractor personnel must possess a valid Secret Clearance on the first day of the new contract; an interim Secret Clearance is not acceptable. Some efforts will require personnel with a TOP SECRET and the ability to obtain Special Access clearances. -The Contractor will be required to procure software, hardware, maintenance agreements for core equipment and other miscellaneous items. Contractor should have existing or ability to obtain reseller agreements/value added reseller (VAR) agreements with key vendors. -In addition, other required support includes: - Researching new technologies and best business practices related to VTC technologies, telepresence, audio conferencing, streaming, IPTV, multimedia integration design, integration, operations, scheduling and engineering support equipment and multimedia and unified communications related technologies. -Effectively manage and facilitate requirements across multiple CONUS and OCONUS regions. -Engineering, design, development and implementation of current and future IT system technologies. -Video teleconference and multimedia facilities access control (Contractor will comply with MDA program protection and access control policies). -Comply with DoD and MDA Communications Security (COMSEC) requirements. -Manage and control COMSEC user accounts. -A contractor COMSEC Responsible Officer (CRO) position is required. 6.Projected Core Support Hours -NCR/Dahlgren: 0500 – 1900 Eastern Time, Monday – Friday, Saturday 0800-1500 -HSV: 0500 – 1900 Central Time, Monday – Friday – Saturday 0800-1500 -COS: 0400 – 1800 Mountain Time, Monday – Friday, Saturday 0700 – 1500 -VSOC Operations (COS): 0400 - 1800 Mountain Time, Monday – Friday, Saturday 0700 – 1500 -Other CONUS and OCONUS support hours to be determined (TBD) -Out of core hour support for special events, to include weekends and evenings, with a two hour response time is required. -Surge staffing capabilities above normal support is required for special events and projects. -Select positions will be designated as Mission Critical and support will be required to cover mission critical and/or contingency situations. 7.Responses The information provided in response to this notice will be used for Market Research purposes and to assist in developing the acquisition strategy for this requirement, including determining if a set-aside for small business is appropriate for this requirement. All contractors, including small business concerns, who have the capabilities and qualifications to meet the above requirements are invited to submit to the contracting office a Capability Statement summarizing the corporate strengths, knowledge, skills and abilities in relation to the following criteria: a.Describe the qualifications and capabilities of your firm and staff to perform the type of work specified in this notice. b.Describe your firm’s relevant past/current DoD/Federal and/or commercial experience, of similar magnitude, related to this requirement and include the applicable contract number(s) and expiration date(s). (To include design, programming, build-out, operations, maintenance, scheduling, development of documentation and deliverables, etc.) c.Describe your firms “best practices” that apply to the subject requirements. Also, provide suggested applicable metrics suitable for measuring/tracking system and contractor performance. d.Describe your firm’s management approach in managing staff, retention/replacement, authority, responsibilities, training, and quality control. e.Describe your firm’s industry related staff training and certification program. f.Describe and define your firm’s Tier/Level of support structure as it would apply to the above referenced requirements or similar/relevant requirements. g.Describe your firm’s industry related reseller agreements (COTS and/or VAR), as well as reseller status levels. h.Describe your firm’s business size and socio-economic status. i.Identify, if any, the firm’s applicable Federal Supply Schedule (FSS) and/or General Services Administration (GSA) contract vehicles. j.If considering a teaming/subcontracting arrangement, identify the firm(s) and their size status. Segregate this information on the Capability Statement by firm. k.Specify by name one (1) primary and one (1) alternate Point of Contact (POC) within your firm, including the respective telephone numbers and e-mail addresses of those individuals. Responses must be contained within a fifteen (15) page document, excluding a one (1) page cover letter (if desired). Font must be Times Roman, no smaller that size 12; the document may be single spaced. Responses shall be submitted no later than 29 March 2010. The Government will not reimburse any concern for any information that is submitted in response to this notice. Any and all information submitted is voluntary. For the purpose of supplementing the information provided in the written Capability Statements, the MDA may at its discretion, schedule oral presentations with companies that provided the most promising responses. Responses are to be provided electronically to: Mr. Dan Poskey at danny.poskey@mda.mil and Mr. Christopher Wlaschin at chris.wlaschin@mda.mil. The subject line for all electronic correspondence shall start with “H95001-10-R-0001-SS”. MDA will not acknowledge receipt of responses. If a receipt is desired, firms should submit statements electronically and select read receipt request from electronic mail options. NOTE: The MDA mail server will delete all ZIP type files; only attach MS Word/Excel (.doc/.xls) compatible files or.pdf files in electronic correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/MDA/WASHDC2/H95001-10-R-0001-SS/listing.html)
- Place of Performance
- Address: National Capitol Region, VA; Redstone Arsenal/Huntsville, AL: Kirtland AFB, NM; Ft. Greely, AK; LA AFB, CA and MDIOC Schriever AFB, CO (Contract Administration at MDIOC Schriever AFB, CO), Schriever AFB, Colorado, 80912, United States
- Zip Code: 80912
- Zip Code: 80912
- Record
- SN02085781-W 20100310/100308234625-ab81e63c099a4b83cdb93b360f4e6b7c (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 |