SOURCES SOUGHT
D -- CAMPUS TRANSPORT SYSTEM - Campus Transport System Technical Requirements
- Notice Date
- 5/18/2011
- Notice Type
- Sources Sought
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135
- ZIP Code
- 20135
- Solicitation Number
- HSFEMW-11-I-0035
- Archive Date
- 6/18/2011
- Point of Contact
- Phyllis H. Woodward, Phone: 5405425281
- E-Mail Address
-
Phyllis.Woodward@dhs.gov
(Phyllis.Woodward@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENT A, Transport System Technical Requirements DHS/FEMA/MWEOC seeks market research information from potential sources with the technical capabilities to provide a comprehensive campus fiber optic transport solution capable of meeting the technical requirements specified in ATTACHMENT A, Transport System Technical Requirements. This is a sources sought announcement only; not a request for proposals. DHS/FEMA/MWEOC is seeking a Rough Order Magnitude (ROM) budgetary cost estimate to provide a campus transport system design at the following three different option levels: • Level #1 Option: Capabilities to handle all of the TDM circuit requirements identified in the specification as well as (2) 10 GB Ethernet and (4) 1 GB Ethernet campus-wide connection oriented Ethernet networks using PBB-TE, MPLS-TP, or like protocols to transport common carrier grade networks over an optical network. FEMA would also like to see capabilities to provide dual homing of the buildings of the subtending rings to two core nodes per the diagrams in ATTACHMENT A, Transport System Technical Requirements. • Level #2 Option: Capabilities to handle all of the TDM circuit requirements identified in the specification as well as (4) 10 GB Ethernet and (2) 1 GB Ethernet campus-wide connection oriented Ethernet networks using PBB-TE, MPLS-TP, or like protocols to transport common carrier grade networks over an optical network. FEMA would also like to see capabilities to provide dual homing of the buildings of the subtending rings to two core nodes per the diagrams in ATTACHMENT A, Transport System Technical Requirements. • Level #3 Option: Capabilities to handle all of the TDM circuit requirements identified in the specification as well as (4) 10 GB Ethernet and (2) 1 GB Ethernet campus-wide connection oriented Ethernet networks using PBB-TE, MPLS-TP, or like protocols to transport common carrier grade networks over an optical network. FEMA would also like to see capabilities to provide dual homing of the buildings of the subtending rings to two core nodes per the diagrams in ATTACHMENT A, Transport System Technical Requirements. For the high-level design option, FEMA would like to see the technical ability to provide for full-meshed infrastructure between all core nodes. CAPABILITIES PACKAGE: Any information submitted by respondents to this sources sought synopsis is voluntary. The Government will not reimburse any costs associated with submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessment. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HubZone, 8(a), SDB, WOSB, VOSB, etc.). All interested contractors shall submit a response demonstrating their capabilities to provide a comprehensive campus fiber optic transport solution for each option level described above which is capable of meeting the technical requirements specified in ATTACHMENT A, Transport System Technical Requirements. Capabilities packages shall include an anticipated ROM cost estimate for the project, as well as a point of contact, including phone number and email address. Respondents are also requested to indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business, as well as their status as a Foreign-owned/Foreign-controlled vendor and any contemplated use of foreign national employees on this effort. Questions concerning this RFI should be directed to Phyllis Woodward at Phyllis.Woodward@dhs.gov. Responses may be submitted electronically in WORD format, not to exceed 8MB, to Phyllis.Woodward@dhs.gov or mailed to DHS, FEMA, Mt. Weather Emergency Operations Center, ATTN: Phyllis Woodward, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006. Oral communications will not be accepted in response to this notice. All responses must reference RFI # HSFEMW-11-I-0035 and shall be submitted by 1600 hours, DST on June 3, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFEMW-11-I-0035/listing.html)
- Place of Performance
- Address: DHS/FEMA/MWEOC, 19844 Blue Ridge Mountain Road, Mt. Weather, Virginia, 20135-2006, United States
- Zip Code: 20135-2006
- Zip Code: 20135-2006
- Record
- SN02450721-W 20110520/110518234407-5b0b4fd15af42d50d4b706b128fe4564 (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 |