SOLICITATION NOTICE
58 -- DENSE WAVELENGTH DIVISION MULTIPLEXING - Tentative Equipment List
- Notice Date
- 8/12/2011
- Notice Type
- Presolicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-11-T-0286
- Archive Date
- 9/3/2011
- Point of Contact
- Keith Welge, Phone: 732 323 7213
- E-Mail Address
-
keith.welge@navy.mil
(keith.welge@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Tentative Equipment List THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This is an RFI released pursuant to FAR 15.201(e). This RFI is issued solely for information, planning purposes, and market research only; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. This RFI does not commit the Government to contract for any supply or service. NAVAIR is not at this time seeking proposals. The Government will not pay for any cost associated with responding to this RFI. All costs will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government, and will not be returned. NAVAIR will not release to any firm, agency, or individual outside the Government any information marked "PROPRIETARY" without written permission from the respondent. The purpose of this RFI is to determine industry capabilities, timelines, and rough cost estimates for the following requirement. The place of performance is NAVAIR Lakehurst, NJ. All vendors must be registered in the Central Contract Registration (CCR) Database. The internet website is http://www.ccr.dlsc.dla.mil/ccringq or www.ccr.gov. Please include CAGE Code, DUNs Number, Tax ID Number and payment terms in your response. All responses will be made to Keith Welge at Email: keith.welge@navy.mil. All responsible sources may participate in this RFI which is to be submitted no later than 19 August 2011. RDT&E NETWORK DENSE WAVELENGTH DIVISION MULTIPLEXING (DWDM) SOLUTION PROCUREMENT, INSTALLATION, CONFIGURATION AND STAND-UP A. General Information The NAVAIR Lakehurst Information Technology/Information Management (IT/IM) Department supports the development, planning, execution, monitoring and life cycle support of IT and IM programs and information-related activities. To accomplish this, IT/IM designs, develops, operates and sustains data and communications infrastructure and services for the Naval Air Warfare Center Aircraft Division (NAWCAD), Lakehurst, New Jersey that fall within the scope of the NAVAIR IT/IM mission. This particular Statement of Work relates to the requirement to deploy a DWDM solution to dwindling fiber stand availability within the Lakehurst Research, Development, Test and Engineering (RDT&E) Network at Lakehurst. In addition, the solution must incorporate SONET technology to form a redundant ring capable of maintaining communications to all remaining nodes in the event of a failure of a particular node or portion of the ring. B. Background The NAVAIR Lakehurst IT/IM Dept. operates and maintains the RDT&E Network at Lakehurst which interconnects client and server computer systems and related devices, located across the site. Outside plant (OSP) network communication between various NAVAIR buildings at Lakehurst traverses the existing physical fiber infrastructure. Significant growth in high-speed data transport requirements, with continual additional demands, has resulted in "at or near capacity" fiber availability and associated communications bottlenecks. In addition, communication path redundancy needs to be bolstered to ensure that infrastructure events do not affect overall network operation. NAVAIR intends to deploy DWDM technology to address fiber strand availability issues and SONET ring topology to meet redundancy requirements. DWDM will allow existing fiber infrastructure to be virtually managed and provisioned to yield a significant increase of customer available circuits while consuming few circuits to support its operation. Controls will also permit bandwidth assignment per circuit and other state of the art provisioning and administrative features. C. Location The equipment to be procured for this requirement will be housed in four existing buildings within the Lakehurst, NJ site of JB-MDL. Four locations at Lakehurst have been identified for installation of DWDM devices. D. Requirements/Project Overview 1. DWDM / SONET Devices and Associated Equipment A Government prepared equipment list for this requirement is attached and contains items notionally identified to provide the circuit count increase sought, SONET redundancy and operational functionality desired. Bidders must validate that the items are correct and sufficient to meet this requirement, or may adjust the equipment list to reflect the solution being proposed by the bidder. Explain any changes in the proposal's verbiage. The plan is to deploy DWDM/SONET rack mounted devices at four Government identified building locations at Lakehurst. Racks will be one per location, full height, black color, and designed for housing communications equipment. Racks are to be furnished by the contractor. Power is available within the rack installation vicinity; however the contractor shall indicate power requirements at award and must furnish one adequately sized UPS rack mount unit per location to which the DWDM and associated equipment will connect. Each rack will include a suitable patch panel. Locations are environmentally controlled. 2. Engineering, Installation and Integration Contractor shall include transportation and inside delivery, and provide engineering services to install and integrate the DWDM and SONET equipment, and functionality, into the existing NAVAIR Lakehurst RDT&E computer network infrastructure. The Government will provide available reference information required to assist the contractor with the integration effort, however installation, integration and stand-up will be the contractor's responsibility. Contractor will essentially deliver a turn-key DWDM four node system, with activated SONET redundancy that satisfactorily functions within the existing RDT&E network and delivers performance and operability specified by the manufacturer. Drawings and documentation pertaining to this procurement shall be furnished in hard and soft copy to the Government at system stand-up. Evidence of proper functionality will be by demonstration and by performance test results to be provided by the contractor. Contractor will attend a post award meeting at the Government's location to discuss the RDT&E network configuration and installation, and setup choices available to the Government within the scope of this solicitation and resulting contract. Work to be performed by the contractor shall occur during NAVAIR Lakehurst IT/IM Department business hours of Monday-Friday 7:30 AM to 4:00 PM Eastern Time, unless the Government agrees otherwise on a case-by-case basis. 3. Warranty Offerors shall state at the time of offer submission the remote and on-site warranty terms and covered support services that apply to the hardware and software products covered by this SOW. Minimum warranty must provide 1 year, commencing upon installation completion and acceptance, of full parts and labor coverage with remote dial-in support available, as well as phone support and on-site response (by next business day) when required. Maintenance personnel shall be available by phone to answer system related questions presented by IT/IM Dept. staff. The principal period of maintenance (PPM) will be Monday-Friday 7:30 AM to 4:00 PM Eastern Time. Extended warranty coverage providing for support services, as specified in D.3. above, for three (3) years shall be priced as a separate bid line item. This coverage would commence at the conclusion of the standard warranty period. 4. Support Support services will be provided by the contractor as part of, and then subsequent to, the applicable manufacturer warranties. (Manufacturer warranties must be stated on the bid submission.) Contractor must provide phone support 24x7x365 via a toll-free phone number, with on-site service available no later than the next business day should phone support not rectify a trouble. Contractor shall furnish all parts and labor, and associated travel and miscellaneous expenses, for this support requirement. Manufacturer required software and hardware upgrades, patches, etc. are included. The principal period of maintenance (PPM) for on-site support is Monday-Friday 7:30 AM to 4:00 PM Eastern Time. Contractor may be provided remote access to troubled equipment, at the option of the Government. 5. Training Contractor shall conduct training for up to 10 Government specified personnel, to occur on-site at Lakehurst at the time of system stand-up. Training shall be for a minimum of 8 hours, however training schedules of longer duration will be considered. Training day and time will be arranged with the Government. Training shall consist of DWDM operational training for administrator and operator level personnel and training materials will be furnished to all students. Contractor will accommodate submission of questions that are of a follow on nature to the training. 6. Contractor Authorization The items specified on the attached Government prepared notional list are CISCO brand; however the Government will consider alternate manufacturers provided that product functionality is at least equivalent to what is listed and the Government's requirements, as specified herein, are met. Contractor must be a manufacturer authorized provider of the proposed equipment and services. Proof of authorization is to be included with the bid submission.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-T-0286/listing.html)
- Place of Performance
- Address: Lakehurst, New Jersey, 08733, United States
- Zip Code: 08733
- Zip Code: 08733
- Record
- SN02532398-W 20110814/110812235600-e3d0c4ef9a0c46e81816d42353aa5313 (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 |