Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2010 FBO #3246
SOURCES SOUGHT

D -- NGEN Transport Statement of Work

Notice Date
10/12/2010
 
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_8ABBA
 
Response Due
11/1/2010
 
Archive Date
11/16/2010
 
Point of Contact
Point of Contact - John H Windom, Contract Specialist, 202-433-7317
 
E-Mail Address
Contract Specialist
(john.windom@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement is a follow-on tothe sources sought announcement, MKTSVY-085AAA. The Space and Naval Warfare Systems Command (SPAWAR) in support of the Next Generation Enterprise Network (NGEN) Program Office is seeking industry comments on the DRAFT Statement of Work (SOW) in the area of Transport Services (TXS). This sources sought announcement 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 does not commit the Government to contract for any supplies or services whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this announcement; all costs associated with responding will be solely at the interested partys expense. Not responding to this announcement does not preclude participation in any future solicitation, 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. 1. Background NGEN TXS contract will provide for the operation and sustainment of the Transport Infrastructure (IF) and associated services. TXS will include technology refresh for the Cable Plant, movable IF, and other equipment associated with Local Area Network (LAN)/Base Area Network (BAN) operations. The Cable Plant includes LAN/BAN fiber and wire that connects the office wall plug to the DISN point of presence. Within the Network Operations Center (NOCs), the TXS contractor will have responsibility for the operation of the Transport IF. TXS includes procurement of hardware and software associated with transport technology refresh. Transport hardware and software will consist of routers, switches, and boundary suites including LAN/BAN components down to the wall plug in each office. The contractor will also install, configure and test Government Furnished Property (GFP). General background information on the Next Generation Enterprise Network can be located at the publicly accessible website: http://enterprise.spawar.navy.mil/peo- eis/ by clicking on the NGEN PMW 210 link under Programs. The NGEN Program Office developed a DRAFT SOW and is seeking feedback from industry. The draft SOW contains Hewlett Packard Enterprise Services (HPES) Intellectual Property (IP) and requires the recipient to execute a Use and Non-Disclosure Agreement in order to access the document. Once a NDA is executed by an individual who is authorized to sign on behalf of their company and returned to the NGEN PCO (Fax 202-255-3210), along with an e-mail address, that representative will be sent an e-mail containing a link where the document is posted along with a Personal Identification Number (PIN) which will allow that individual to download the draft SOW. This NDA is in accordance with DFARS 227.7103-7, was made available in the NGEN Industry day synopsis and is provided as an attachment to this synopsis. 2. Purpose SPAWAR is soliciting comment on the DRAFT TXS SOW. Specifically, the Government is seeking responses from Industry in the following areas: 1. To the extent you have knowledge, please identify existing contracts where the Government is receiving similar services to those expected to be provided under the NGEN transport SOW 2. The DON intends to acquire the services outlined in this TXS SOW under a performance based contracting method. What changes would a prospective contractor make to this DRAFT SOW to optimally bridge to a Performance Work Statement (PWS)? 3. The government intends to have multiple contractors in the NGEN environment which means that the TXS contractor may be required to work with other contractors in an integrated fashion. What are the models or controls that you would recommend to manage these potential interfaces between contractors? 4. The Government intends to acquire the services outlined in this TXS SOW under a performance based contracting method. What changes would a prospective contractor make to this draft SOW to optimally bridge to a Performance Work Statement (PWS)? 5. What other comments or feedback do you have regarding this SOW? 3. Additional Information Interested parties are requested to respond to this announcement by providing answers or insight to the questions listed above. All submissions should be in Microsoft Word for Office 2003 or a compatible format and are due no later than 1 November 2010. Responses shall be limited to 25 pages and submitted via e-mail only to NGEN Procuring Contracting Officer, CDR John Windom at john.windom@navy.mil. Responses to this announcement shall include the following: a. Name, mailing address, phone number, and e-mail of designated point of contact; Proprietary information WILL NOT BE ACCEPTED. The Government intends to use various military and civilian Navy and Marine Corps personnel in reviewing and evaluating any responses to this announcement along with DON support contractors which may include Center for Naval Analyses (CAN); Deloitte, Booz Allen Hamilton, Falconwood, Wyle Laboratories, Analex ComGlobal, TAIC, as well as others. The DON contracts with each company include the appropriate organizational conflict of interest and nondisclosure agreements, but any concerns relative to participation by these companies must be raised to the PCO prior to submitting any information. Questions regarding this announcement shall be submitted by e- mail to the Contracting Officer, at john.windom@navy.mil. Verbal questions will NOT be accepted. Any Government answers, responses and/or comments will be posted to the NGEN Reference Library. Accordingly, questions shall NOT contain proprietary or classified information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/SPAWAR_Headquarters_MKTSVY_8ABBA/listing.html)
 
Place of Performance
Address: 1325 10th Street SE Bldg. 196 Suite 301, Washington DC
Zip Code: 20374
 
Record
SN02309424-W 20101014/101012233826-c492495ca1dc9599c1043a4f5e6dbb02 (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.