Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2016 FBO #5202
SOURCES SOUGHT

D -- Global Media Content Delivery Network with Managed Satellite Terrestrial Network Solutions

Notice Date
2/18/2016
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG50-RFI-16-011516
 
Point of Contact
Seneca B. Belinfontie, Phone: (202) 203-4944, Herman Shaw, Phone: 202-382-7856
 
E-Mail Address
sbelinfo@voanews.com, hshaw@bbg.gov
(sbelinfo@voanews.com, hshaw@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
FBO - REQUEST FOR INFORMATION (RFI) BBG Global Media Content Delivery Network with Managed Satellite Terrestrial Network Solutions BBG50-RFI-16-011516 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP), Request for Quotations (RFQ), Invitation for Bids (IFB), or a promise to issue an RFP or formal acquisition or Broad Agency Announcement (BAA) in the future. This RFI does not commit the U.S. Government to contract for any supply or service whatsoever, or does not intend to award a contract on the basis of this RFI. The Broadcasting Board of Governors (BBG) is not at this time seeking proposals and will not accept unsolicited proposals. All, who respond to this RFI, are advised that the U.S. Government will not pay for any information, inquiries, the U.S. Government’s use of such information or administrative costs incurred in response 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 procurement if any is released. Based on the response to this RFI, a determination to compete or not to compete a future procurement is solely within the discretion of the U.S. Government. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this RFI or future solicitation. BBG is conducting market research in anticipation of a future requirement under a multiple award and indefinite delivery indefinite quantity (IDIQ) contract. BBG is seeking to ascertain if there are firms presently available who are capable of replacing the BBG global media content delivery network with a managed satellite/terrestrial network solution. BBG’s existing broadcast audio and video delivery network was implemented more than twenty (20) years ago. This network is complex, costly to operate and manage, and due to changes in technology, is in need of enhancements. BBG is considering the establishment of a next generation media delivery solution that is able to optimize the delivery of high definition (HD) audio and video broadcast content to worldwide audiences. Interested Parties are encouraged to provide a comprehensive capabilities statement on how they would provide BBG with the services noted herein. All responses to this RFI will be reviewed to assess industry’s capabilities towards architecting, implementing, and managing BBG’s next generation global media content delivery network. Those who are interested must indicate in their capabilities statement how they would facilitate BBG’s anticipated program distribution and news contribution content delivery requirements. All proposed network solutions must be readily available, deliver high quality, and possess the agility to reach BBG’s distribution hubs, news bureaus, and international audiences via satellite and terrestrial connectivity worldwide. Background and Scope Presently, the BBG, through its Office of Technology, Services, and Innovation (TSI) oversees a multitude of satellite and terrestrial connectivity solutions that distribute 4,100 hours of original programming each week to over two hundred fifteen (215) million people in one hundred (100) countries. This global delivery network includes more than ninety (90) transmitting sites worldwide that deliver shortwave, amplitude modulation (AM), frequency modulation (FM), and Television (TV) broadcasts. Due to changing mission requirements, the introduction of new media platforms and evolving network technology it is becoming increasingly difficult for the BBG to manage and provide program delivery solutions worldwide within existing time constraints. BBG anticipates the need for a managed satellite/terrestrial network that will perform the following: 1. Provide a cost efficient, effective, reliable service level agreement (SLA) of 99.999. 2. Must be a scalable and secure global network capability that is optimized for HD audio and video broadcast programming. 3. Must be able to adapt to rapid procurement and deployment of new terrestrial and satellite connectivity services based on urgent mission requirements. 4. Be able to connect anywhere in the world via any satellite or terrestrial point-of-presence (PoP). 5. Monitor, troubleshoot, and quickly restore any disruption in network services. 6. Simplify the management of network operations. The anticipated managed global network will consist of an integrated and secure network environment that will leverage terrestrial and/or satellite delivery to provide the most reliable and cost effective connectivity options. It is anticipated that all services delivered will meet the proposed SLA, as well as the anticipated performance criteria listed below: The satellite locations. Intelsat 907 (332.5 o E) Intelsat 20 (68.5 o E) Eutelsat Hotbird 13B (13 o E) Eutelsat 7 West A (7 o W/353 o E) Eutelsat 10A (10 o E) SES-6 (319.5 o E) AsiaSat 7 (105.5 o E) New Skies (57 o E) (NSS-12) Arabsat BADR4 (26 o E) Nilesat 201 (7 o W/353 o E) Telstar 18/Apstar 5 (138 o E) Hispasat 1E (30 o W/330 o E) Turksat 4A (42 o E) Yahsat Y1A (52.5 o E) The satellite locations are being provided for illustration and information purposes and are subject to change. We are looking for companies that can provide professional engineering support services that includes strategic or preliminary planning, signal uplink/downlink link budgeting, availability predictions, estimated antenna size predictions, implementation and installation in support of new satellite or terrestrial services, including equipment testing and configurations, and network engineering planning, as well as the following: 1. Provide Very-Small-Aperture Terminal (VSAT) terminals, equipment, installation, commissioning and network management and control for Voice of America (VOA), Radio Free Asia (RFA), Radio Free Europe/Radio Liberty (RFE/RL), Middle East Broadcast Network (MBN) and Office of Cuban Broadcasting (OCB) news bureaus, and BBG 24/7 FM/AM sites globally, 2. Provide television receive-only (TVRO) terminals, equipment, installation and commissioning services to BBG, RFA, RFE/RL and OCB earth stations, broadcast affiliates and 24/7 FM/AM sites globally, 3.Carry out site surveys, preventative and or corrective maintenance services to BBG, RFA, RFE/RL, VOA and OCB broadcast affiliates and 24/7 AM/FM sites globally, 4. Obtain all host country permits and licenses to operate VSAT and TVRO terminals and provide authorized copies to BBG, and 5. Supply, provide or lease equipment on behalf of the BBG. This is to include but not limited to, antenna systems and spare parts, satellite receivers, modems, encoders, switches, routers, cables, connectors and hand tools. In addition, those interested Parties must have the ability to provide a secure network compliant with all U.S. government regulations and protected from any outsider threats. Interested Parties should state in their capabilities statement whether or not they have the ability to provide BBG any or all Security Certifications they might have, i.e. Federal Information Security Management Act (FISMA), Department of Defense Information Assurance Certification and Accreditation Process (DIACAP), International Organization for Standardization (ISO) and/or Statements on Standards for Attestation Engagements (SSAE16) for their underlying control systems. In accordance with the Federal Acquisitions Regulations (FAR), those interested will be responsible for the following privacy and security safeguards: 1. Non-Disclosure Agreements: Standard non-disclosure statements shall be provided as required for system administration personnel who may have access to government data in the course of their duties, 2. Confidentiality, Security, and Privacy: To the extent required to safeguard against threats and hazards to the security, integrity, and confidentiality of BBG’s network the Contractor shall not publish or disclose in any manner, without the Contracting Officer’s written consent, the details of BBG’s WAN. Also, i f there are new or unanticipated threats or hazards are discovered by either the Government or the Contractor, or if existing safeguards have ceased to function, the discoverer shall immediately bring the situation to the attention of the other party. Intellectual Property Rights: All documentation, system and network drawings, provided by the Contractor will become the sole property of the BBG and the United States Government. BBG anticipates that Interested Parties must be specialized in all aspects of satellite and terrestrial network technologies. Those interested must be able to perform a variety of related tasks under an IDIQ-type contract. The tasks under an IDIQ may be independent new work, or may augment other major projects that are already in progress. It is anticipated that the majority of the work will be performed in the Washington DC metro area. However, BBG does have facilities worldwide that may need similar services. Preparation Instruction to Respondents Interested parties are requested to respond to this RFI with a comprehensive written “Capabilities Statement, ‘verifiable by the BBG, so that BBG may determine whether their capabilities would be responsive to this notice. The statement should be no more than 20 pages (excluding the cover page) in length in font size and type 12 point, Times New Roman. Additionally, the cover page shall display: 1) Company name; 2) Primary and secondary points of contact; 3) Telephone number, address, city, state, and country; 4) Business or organization size (e.g., small, large, woman-owned, etc.); and (if applicable), 5) Federal Supply and/or Service Schedule Information. The Capabilities Statement shall consist of an original and one (1) copy, clearly describing their experience to this Notice. consisting of an original and one (1) copy, describing their approach to this Notice. The “Capabilities Statement “ must address, at a minimum, the following matters: 1. EXAMPLES OF CAPABILITIES; Provide evidence of specific examples of your successful past performance, with a desired minimum of three (3) years Of experience in providing the above service, and the following: a. Provide a project management plan with staff to ensure a seamless transition from legacy network connectivity and maintain 24/7 operations. b. Describe how you would provide Service and Support for the BBG solution 24 x 7 x 365 days in base period to include Tier 1, 2, 3 help desk support/service center functions. c. Describe how you would provide an expert technical operations and management team which can advise BBG on optimal operational practices, recommend deployment network architecture infrastructures, day-to-day and emergency procedures, performance reporting and metrics, and ensure the overall reliability and responsive operation of the network through both proactive planning and rapid situational response. d. Describe how you would provide tools and processes for monitoring and responding to network outages with troubleshooting activities designed to identify and mitigate operational issues. 2. TECHNICAL PERFORMANCE: Clearly described your ability to provide the above including, but not limited to, the approximate size of your staff, location of your offices, and procedures that you employ to ensure that the above is properly completed. 3. REFERENCES: Provide three (3) current or former clients, including the names and title, current address, city, state, country, email and telephone number of the customer point-of-contact. 4. RESPONSE: Describe your experience and capability to accomplish the above. 5. BUDGET: Provide an approximate budget to provide the above for one year. All proprietary information must be clearly marked in accordance with the instructions set forth below in “Marking Requirements.” Any information submitted in response to the RFI may be disclosed to BBG and other Government personnel. All information marked as proprietary information will be safeguarded by BBG to prevent unauthorized disclosures to non-government personnel and entities in accordance with applicable law and regulation. The BBG reserves the right to challenge proprietary information markings. Notwithstanding any proprietary information marking, BBG shall be able to include any information provided by interested sources, in a subsequent RFP, should one be issued. Marking Requirements. The header and footer of each page containing interested source proprietary information shall be marked with the legend “PROPRIETARY INFORMATION.” Further, the particular paragraph(s) section(s), etc. containing the actual proprietary information shall be clearly high-lighted or otherwise marked by the Interested Parties. Submission Instructions to Respondents All written questions regarding this RFI must be received by February 25, 2016 at 1:00 p.m., Eastern Day light Savings Time (DST), at the Broadcasting Board of Governors, Attention: Seneca Belinfontie, Office of Contracts (CON), Cohen Building, 330 Independence Ave., S.W., Room 4300, Washington, D.C. 20237. Also, all electronic Capabilities Statements responses must be emailed to: CONSOL@bbg.gov by 1:00 p.m., DST, on March 4, 2016. Interested Parties may send their submittals by regular U.S. mail, e-mail, or courier. Telephone, facsimile or oral responses are not acceptable and will not be considered. Please be mindful that all proprietary information must be clearly marked, and should be kept at a minimum. Please be advised that all submissions will become U.S. Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-RFI-16-011516/listing.html)
 
Place of Performance
Address: 330 Independence Ave., S.W., Room 4300, Washington,, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN04023523-W 20160220/160218234455-ac683ab6cc8d2f674706dc11570bda19 (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.