Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2014 FBO #4729
SOURCES SOUGHT

D -- Joint Hawaii Information Transfer System 5ESS Compact Digital Switches Administrative Services Module / Very Compact Digital Switches Distinctive Remote Module Switching System Security Software Upgrades and Annual Right to Use

Notice Date
11/3/2014
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Pacific, 477 ESSEX SREET, BLDG 77, SUITE 180, Pearl Harbor, Hawaii, 96860-5815, United States
 
ZIP Code
96860-5815
 
Solicitation Number
CMT24315O002
 
Archive Date
12/4/2014
 
Point of Contact
Jayme Nagao, Phone: 8084723704
 
E-Mail Address
jayme.c.nagao.civ@mail.mil
(jayme.c.nagao.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for the Joint Hawaii Information Transfer System (JHITS) Program Management Office. CONTRACTING OFFICE ADDRESS: Defense Information Technology Contracting Organization - Pacific (DITCO-PAC) 477 Essex Street Bldg 77, Suite 180 Pearl Harbor, Hawaii 96860-5815 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) as well as large businesses to provide the required products and/or services. DITCO-PAC is seeking information for potential sources for Information Assurance Vulnerability Alert (IAVA) security upgrades and support services required for the JHITS 5ESS switches to maintain its operational condition and ensure that the JHITS network continues to comply with its JITC-certified configuration in place today. This is an annual upgrade to support the continuity of the JHITS information assurance accreditation status. The contractor shall engineer, design, develop and implement the latest available security software upgrades/patches for the operational JHITS Compact Digital Switches (CDX) Netra20 Administrative Services Module (ASM) switches and Very Compact Digital Switches (VCDX) Netra 240 Distinctive Remote Module (DRM) switches to correct open IAVA category findings/security issues. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1019-14-C-2000 Contract Type: Firm-Fixed Price Incumbent and their size: LGS Innovations LLC, Large Business Method of previous acquisition: Sole Source The JHITS switching network currently consists of three (3) 5ESS Compact Digital Switches (CDX) configured with the Netra20 Administrative Services Module (ASM) and seven (7) 5ESS Very Compact Digital Switches (VCDX) configured with the Netra240 Distinctive Remote Module (DRM). These Netra platforms provide the administrative workstation functionality for the JHITS switches and currently are based on the Sun/Oracle Solaris 10 operating system. Sun/Oracle releases security information assurance patches periodically throughout the year which must be applied to the DoD deployed systems correcting open Information Assurance Vulnerability Alert (IAVA) issues identified for operational systems deployed throughout DoD. The ten (10) JHITS switches are deployed operational systems that support the DoD which will require the necessary security patches to resolve open IAVA issues. The existing IAVA security upgrade contract in place today to support JHITS will expire on 31 Dec 2014. To ensure the IAVA security upgrades are applied to the JHITS switching system, a renewal contract is required. Anticipated Period of Performance: 1 January 2015 through 31 December 2015. The required security upgrades/patches shall be installed on all ten (10) JHITS switches no later than 31 December 2015 unless otherwise notified by the Government. The contractor will provide two (2) software upgrades during the contract period of performance. Anticipated Place of Performance: JHITS switch central offices are located on various military installations throughout the Island of Oahu, Hawaii. The following provides a list of the specific locations of the JHITS switch central offices: Camp Smith MFS, Bldg 1, Elrod Road Ford Island, End Office switch, Bldg 42, Liscome Bay Street Fort Shafter MFS Bldg T103, 134 Yamanaga Street Hickam AFB MFS, DSN Gateway, Bldg 1110, 800 Scotts Circle Kaneohe (MCBH) End Office, Bldg 213, E Street Pearl Harbor #1 MFS, Bldg 397, 620 Safeguard Street Pearl Harbor #2 End Office, Bldg 397, 620 Safeguard Street Schofield MFS, DSN Gateway, Bldg 225, Schofield Barracks Wahiawa (NCS) End Office, Bldg 5, Anzio Drive Wheeler AAF End Office, Bldg 102, 147 Langley Loop REQUIRED CAPABILITIES: Task A. The contractor shall engineer, design, and test Solaris 10 operating system information assurance upgrades for the 5ESS CDX and VCDX switches with Right to Use (RTU) and information assurance upgrade support from Sun/Oracle. Task B. The contractor shall apply/develop Solaris 10 information assurance upgrades on the VCDX Netra240 based 5ESS switches and verify proper functionality with the Alcatel-Lucent administrative workstation application software. Prepare IA security patch update program and procedures. Task C. The contractor shall apply/develop Solaris 10 information assurance upgrades on the CDX Netra20 based 5ESS switches and verify proper functionality with the Alcatel-Lucent ASM application software. Prepare IA security patch update program and procedures. Upgrade ASM software as necessary to work with IA patch upgrades. Task D. The contractor shall provide installation, verification and procedures for security patch upgrades resulting from Tasks A and B to the Government technical POC (identified in paragraph 1.c) to support and prepare final Method of Procedures (MOPs) required by JHITS prior to installation of IA security patches and upgrades on the JHITS network. Task E. The contractor shall install, test and cutover required patches and ASM software upgrades at 3 CDX JHITS sites. Task F. The contractor shall install, test and cutover required patches at the 7 VCDX JHITS sites. Task G. Upon successful completion of this security software upgrade, the contractor shall provide web-based access to on-line customer support and standard access to technical documentation. The contractor shall provide non-diagnostic phone support for general product questions, features, functionality, documentation, operation and warranty administration issues associated with the right to use (RTU) for software upgrades described above. SPECIAL REQUIREMENTS Technician(s) must possess current certification(s) to work on equipment and be proficient in the English language. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 517919 - All Other Telecommunications, with the corresponding size standard of $32.5 million. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 6) Written evidence of compliance with all stated technical requirements to include documentation supporting history of achieving JITC compliance for 5ESS CDX and VCDX switching systems. Vendors who wish to respond to this should send responses via email no later than 19 November 2014 at 8:00 AM Hawaii Standard Time (HST) to jayme.c.nagao.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTP/CMT24315O002/listing.html)
 
Record
SN03564320-W 20141105/141103234303-e5fa5fe2597a0a4068905a53c268f919 (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.