SOURCES SOUGHT
D -- Diverse set of 2.5GBwave backbone trunks from Anchorage. AK to Ft Lewis, WA
- Notice Date
- 2/2/2015
- Notice Type
- Sources Sought
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- DISA-AKtrunks
- Archive Date
- 3/21/2015
- Point of Contact
- Teresa W Lawrence, Phone: 6182299431
- E-Mail Address
-
teresa.w.lawrence.civ@mail.mil
(teresa.w.lawrence.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for leased (2.5GB) wave backbone trunks. CONTRACTING OFFICE ADDRESS: DISA, Defense Information Systems Contracting Agency (DITCO), Scott PL8211, 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406. 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) to provide the required products and/or services. DISA Network Services is seeking information for potential sources to provide and maintain two optical end-to-end diverse, independently usable, leased (2.5GB) wave backbone trunks between the following DISA Service Delivery Point (SDP) locations: Circuit A Bldg 652 59th Signal BN 600 Richardson Drive #7100 Anchorage, AK 99505 to Bldg 6071 Switch Room DCO 16th Street and Colorado Ft. Lewis, WA 98433 Bldg 652 59th Signal BN 600 Richardson Drive #7100 Anchorage, AK 99505 to Bldg 1060 CDR 507th SIGCO Ft. Wainwright, AK 99703 to Bldg 6071 Switch Room DCO 16th Street and Colorado Ft. Lewis, WA 98433 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: HC1013-09-H-0648 Contract Type: Firm-Fixed Price and Cost-Plus-Fixed Fee. Incumbent and their size: TKC Technology, LLC. Method of previous acquisition: sole-source REQUIRED CAPABILITIES: The Government has a requirement to provide and maintain two optical, end-to-end diverse, independently usable, leased (2.5GB) wave backbone trunks between the locations listed above. This requirement is for a total service period of five years after installation and activation. The Government desires a solution that meets the following design requirements and performance parameters on a monthly basis: 1. Performance Parameters a) Availability: Greater than or equal to 99.6% (each individual circuit) Greater than or equal to 99.99% (combination of both circuits) b) Monthly Short Interruption Event Count (SEIC): Less than or equal to 9% c) Errored Seconds (ES): Less than or equal to 0.0005% d) Severely Errored Seconds (SES): Less than or equal to 0.00035. e) Background Block Error Ration (BBER): Less than or equal to 5x10-6. f) Bit Count Integrity (BCI)/Pattern Slip (PAT SLIP): Less than or equal to 1 per 72 hours jitter. g) Bit Error Rate (BER): Less than or equal to 1x10-12 h) Delay (ONE WAY): Lesser of 120 MSEC OR (0.02 X D MSEC). Where "D" is the Service Delivery Point (SDP) to SDP transmission distance, measured shortest great circle in kilometers. 2. Provide drawings for technical review showing the routes from the commercial demarks to the supporting central offices and or wiring centers ensuring the physical end-to-end diversity requirements are met. 3. End-to-end diversity is defined to mean the two circuit routes shall not share any facility (ex., Central Office (CO), hut, etc.) in common between the Government specified bases for SDPs, and nor shall the cable infrastructure used for each circuit route co-share the same duct or conduit system anyplace between the Government specified bases for the SDPs. Also, the cable infrastructure used for each route shall not reside in the same Right of Way (ROW) as a result of cross point (refer to below possible allowances that may be granted by the Government) anyplace between the Government specified bases for the SDPs. 4. One route must exit Ft. Richardson (and Anchorage Bowl) to the East using the Ft. Wainwright SDP, as an intermediate point, to create a multi-point circuit (Ft. Richardson-Ft. Wainwright-Ft. Lewis) for route survivability and diversity of Anchorage Bowl vulnerabilities. SPECIAL REQUIREMENTS 1. A secret clearance is required for this requirement. 2. The contractor may be required to access Sensitive but Unclassified and For Official Use Only (FOUO) information and data in order to perform the work necessary on this contract. 3. The Contractor may be required to access proprietary data and existing FOUO Government documentation in accordance with DOD5200.1-R, Appendix C, paragraphs 2 202through 2-204. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 517110, with the corresponding size standard of 1,500. 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, businesses are also encouraged to provide information regarding their 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. Parties should provide information on how they would envision their 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 a company from responding to this notice.) Vendors who wish to respond to this should send responses via email to teresa.w.lawrence.civ@mail.mil no later than (NLT) March 6, 2015 5:00 PM Central Standard Time (CST). 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 personnel 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/DITCO/DISA-AKtrunks/listing.html)
- Place of Performance
- Address: Anchorage, Alaska, 99505, United States
- Zip Code: 99505
- Zip Code: 99505
- Record
- SN03630602-W 20150204/150202234732-793effac6be9dcbff06e136dfc5d7167 (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 |