SOURCES SOUGHT
D -- The Federal Communications Commission (FCC), is seeking information on the design, build, operation and maintenance (to include ongoing improvement) of a Video Access Technology Reference Platform (VATR) to facilitate the provision of Video Relay Service
- Notice Date
- 12/17/2013
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Federal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW, Washington, District of Columbia, 20554, United States
- ZIP Code
- 20554
- Solicitation Number
- FCC2014GLP00001
- Archive Date
- 1/18/2014
- Point of Contact
- Garnel L. Palin, Phone: 2024180137, Timothy G. Smith, Phone: 2024180469
- E-Mail Address
-
garnel.palin@fcc.gov, timothy.smith@fcc.gov
(garnel.palin@fcc.gov, timothy.smith@fcc.gov)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION Federal Communications Commission Office of the Managing Director 1.0 Description 1.1 The Office of the Managing Director (OMD), in support of the Federal Communications Commission (FCC), is seeking information on the design, build, operation and maintenance (to include ongoing improvement) of a Video Access Technology Reference Platform (VATR) to facilitate the provision of Video Relay Service (VRS), Internet Protocol Relay Service (IP Relay), and Internet Protocol Captioned Telephone Service (IP CTS). Specifically, the OMD wants to identify sources that can do the work. Additionally, we seek industry's input into the feasibility of the planned scope of work, as well as, a rough order of magnitude as it relates to cost and schedule. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a solicitation or a promise to issue a solicitation in the future. This request for information does not commit the Government to contract for any supplies or services whatsoever. Further, the FCC is not at this time seeking proposals and will not accept or review unsolicited proposals. Vendors are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if and / or when any are issued. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Please note that current certified TRS providers, current employees of TRS providers, and companies that staff current employees of TRS providers should not respond to this RFI. 2.0 Background 2.1 The FCC, as set forth in Structure and Practices of the Video Relay Service Program, Report and Order and Further Notice of Proposed Rulemaking,Telecommunications Relay Services and Speech-to-Speech Services for Individuals with Hearing and Speech Disabilities, CG Docket Nos. 10-51, 03-123, 28 FCC Rcd 8618 (2013) (VRS Reform Order), is seeking information to aid in the development of a solicitation for the creation and ongoing administration, as described herein, of the VATR platform using open source or off-the-shelf technology to the maximum extent practical. 2.2 Planned Production: It is the intent of the FCC to have a VATR in testing no later than (NLT) 3 months after contract award and a fully operational VATR within 6 months of contract award. 2.3 Security Requirements: The VATR must maintain Federal Information Security Management Act (FISMA) compliance, as well as sufficient safeguards to maintain the proprietary or personal nature of the information in its possession and shall protect such information from theft, loss, or misuse (where those aren't already covered by FISMA or the Privacy Act of 1964). 3.0 Requested Information 3.1 As stated in 1.1. above, the OMD wants to contract for a VATR that can be used to make and receive VRS, IP Relay, and IP CTS calls, as well as "point-to-point" calls directly between Internet-based TRS users. The OMD is also considering whether the VATR should be built on open source hardware and/or software and whether commercial or commercial off-the-shelf (COTS) equipment, technology, or services are suitable. The VATR is to be an application based system that is interoperable with existing certified VRS provider platforms, but that provides a quality of service that at a minimum is on par with the "best platforms" on the market. The OMD is seeking input into the following: 3.1.1 How would the use of Commercial Off-The-Shelf (COTS) or Open Source solutions impact the cost to build and operate or the overall quality of the platform? Please elaborate. 3.1.2 If the FCC were to take ownership of the rights to any solution offered to fulfill this contract, what would be the impact to: 1) your desire to bid, or 2) the cost of your bid? 3.1.3 Which of the following options for building the VATR platform appear to you as most likely to ensure successful completion: (1) Your company provides a ready-to-run system? (2) Your company works with a value-added reseller or a subcontractor to integrate the system and provide the VRS-specific features? (3) Your company provides hardware and/or software components that are then integrated and enhanced by a third party as a separate FCC contract? 3.1.5 What are the technical considerations/challenges the FCC should be consider when developing the requirements for the VATR? 3.1.6 Should the VATR conduct validation of a user's eligibility and geographic location (a) directly with the iTRS-URD or (b) via the NCP? 3.1.7 The Commission seeks to understand the Rough Order of Magnitude (ROM) of the cost and schedule for 1) development of the platform and 2) the annual cost for tech support plus periodic updates/upgrades to this platform. 3.1.8 What your recommended approach to updating and/or modifying the VATR as standards and regulations evolve if the goal is to maintain a leading edge system for providing VRS? What is your annual ROM for the effort? 3.2 Finally, what else should the Commission consider pertaining to this acquisition? 4.0 Responses 4.1 Interested parties are requested to respond to this RFI with a white paper. 4.2 White papers in Microsoft Word for Office 2000 compatible format are due no later than 3 January 2014, 5:00PM EST. Responses shall be limited to 30 pages and submitted via e-mail only to [garnel.palin@fcc.gov]. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions (though not any intellectual property contained in them) become Government property and will not be returned. 4.3. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 4.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 4.3.2. Recommended contracting strategy. 4.3.3. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code (e.g., 541512, Computer Systems Design Services). Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. Section 1 of the white paper shall not be included in the 30 page limitation, i.e., the 30 page limitation applies only to Section 2 of the white paper. 4.4. Section 2 of the white paper shall answer the issues addressed in Section 3 of this RFI and shall be limited to 30 pages. 5.0 Industry Discussions FCC representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to obtain further information in the conduct of market research or pre-solicitation exchanges, especially to ascertain any development and certification risks. 6.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, garnel.palin@fcc.gov. Oral questions will NOT be accepted. Questions may be answered by posting questions (verbatim or nearly verbatim) and answers to the Federal Business Opportunities (FedBizOpps) website. Accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 12/20/2013 will be answered. 7.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide the design, build, operation and maintenance (to include ongoing improvement) of a Video Access Reference Technology Platform to facilitate the provision of VRS, Internet Protocol Relay Service (IP Relay), and IP Captioned Telephone Service (IP CTS). The information provided in the RFI is subject to change and is not binding on the Government. The FCC has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/FCC2014GLP00001/listing.html)
- Record
- SN03253379-W 20131219/131217235240-c8d004e63918da81ea764a9a5fa68fd8 (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 |