Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2016 FBO #5276
SPECIAL NOTICE

D -- Request for Information (RFI) for Network Engineering Services for Design, Transition and Operations (DTO) of Multinational Information Sharing (MNIS) Networks including HW/SW Capacity Services - MNIS Potential Bill of Materials (BOM)

Notice Date
5/2/2016
 
Notice Type
Special Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
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
PL8322-05-02-2016
 
Point of Contact
Cheryl A. Moody, Phone: 6182299654
 
E-Mail Address
cheryl.a.moody5.civ@mail.mil
(cheryl.a.moody5.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Multinational Information Sharing (MNIS) Potential Bill of Materials (BOM) REQUEST FOR INFORMATION The Defense Information Systems Agency (DISA) Infrastructure Executive (IE) Multinational Information Sharing (MNIS) Division (IE8) is seeking information from industry to assist with the development and planning of a potential new requirement. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. 1. Overview/Purpose/ Description of Procurement The objective of this forthcoming procurement action is to obtain a single vendor to provide the full range of network engineering services for Design, Transition and Operations (DTO) of MNIS networks delivered in a DISA approved Enterprise Service Management Framework to include a cost effective Hardware/Software (HW/SW) Capacity Services solution for MNIS network sustainment and emerging capabilities. The Capacity Services support will provide HW/SW services of "on-demand" capabilities in both DISA and other DISA-approved DoD locations, which are both in the continental United States (CONUS) and outside of the continental United States (OCONUS). The MNIS goal is to obtain a single vendor solution for an end-to-end capability service model to provide technical services and dynamically scalable hardware and software that has the ability to adjust to increases and decreases for surge in operational requirements to support MNIS node locations worldwide. The minimum hardware/software capability order guarantee would include the DISA enterprise service delivery node requirements for MNIS networks at a minimum of three locations worldwide. The Contractor will price hardware/software as a capability solution to be billed as a monthly rate based on dynamic requirements for each node location. Should node requirements increase additional orders can be modified to support surge requirements. 2. Scope of Effort The vendor will provide key capabilities to support technical MNIS network activities such as design, development, testing, transition, operation, and maintenance of worldwide services to include acquiring, transporting, and providing the necessary hardware (including cabinets/racks/cabling/cable management/Power Distribution Units (PDUs)), hardware maintenance, operating system software and licenses required for network operations. 3. Technical Characteristics The MNIS information sharing environments enable combatant commanders to rapidly and effectively share and consume information from US coalition partners and Mission Partner (MPs) operating across the strategic, operational, and tactical continuum, to include potential federal, state, local, and tribal MPs. This concept of operations integrates joint force actions with agencies, non-governmental organizations (NGO), first responders, and private volunteer organizations within the US as well as in a multinational environment, whether the US is leading the operation or participating as a MP. The Government requires network engineering operations and sustainment and HW/SW Capacity Services to directly support the MNIS PMO in the DTO of MNIS Networks which directly support United States (US) military forces, North Atlantic Treaty Organization (NATO) and US Coalition members with critical war planning and warfighting capabilities. The vendor will be required to support network operations to include, at minimum, the following activity areas: Network Engineering; Systems Engineering; System Administration and Operations; Site Survey/Installation; Implementation; Testing; Information Assurance; Configuration Management; Knowledge Management; Tier III Support; and HW/SW Capacity Services to include shipping and asset management. The sample operational environments, technical information and architecture are included in Appendix A. Please note this is not an all-encompassing list but provides an overview of hardware/software required to be provided as a service at a basic level for a small node. MNIS supports over six Service Delivery Nodes (SDNs) and Tier III nodes for MNIS capability networks that are located CONUS and OCONUS in Government facilities. The contractor will be expected to incrementally tech refresh MNIS nodes based on capacity requirements dictated by the Government. 4. Requested Information on Potential Requirements MNIS is seeking information to award a single award Indefinite Deliverable / Indefinite Quantity (ID/IQ) contract for interested vendors that have the ability to provide technical engineering support and hardware/software as a service to support network locations worldwide. Interested contractors will provide capability statements to include pricing model data, and any existing experience providing such services in a DoD DD-254 Top Secret classified environment in CONUS/OCONUS locations. The Government will assess the viability of such a model to provide a full service solution for equipment and technical services to support MNIS network sustainment operations. The model must include a Hardware/Software as a service solution that provides contractor owned equipment, software and licenses at network locations that support MNIS capabilities and not a cloud service delivery model due to security restrictions on network equipment (Impact Levels 5-6). No generic marketing data or standard capability statements will be accepted or reviewed. Specific requirements may include: • Experienced workforce capable of operating and sustaining complex infrastructure, networking, engineering, and information sharing requirements for sustainment and surge operations in a DoD environment • Provide hardware, software, licensing and processing capacity that is priced on a utility basis o Hardware/Software as a service will reside in controlled unclassified and classified including Sensitive Compartmented Information (SCI) level environments o Provide processing capacity that is scalable to adjust to increases and decreases in required capabilities by location. o The Contractor will provide a methodology/process for the Government to access OEM technical support for the systems being utilized. o At the end of the option years of the contract, the Contractor shall be responsible for the transition and removal of their entire Contractor owned equipment related to this contract at no cost to the Government. • Capability Maturity Model Integration (CMMI), Level 3 for development or services to demonstrate mature IT organization capabilities • ISO 20000 certification to demonstrate an industry recognized organizational ITSM capability change management capability • Comply with all applicable security directives, including the DoD Directive 8500.1, "Information Assurance (IA)"; DoD Instruction 8500.2, "Information Assurance (IA) Implementation"; DoD Directive 8570.1, Information Assurance Training, Certification, and Workforce Management; DoD Manual 8570.01-M, Information Assurance Workforce Improvement Program; the Assistant Secretary of Defense Memorandum, Subject: Disposition of Unclassified DoD Computer Hard Drives, dated June 4, 2001; DISA Security Technical Implementation Guides (STIGs). RESPONSE GUIDELINES: Interested parties are requested to respond to this RFI with a white paper and capabilities statement. Submissions cannot exceed 15, single spaced, 12-point type with at least one-inch margins on 8 1/2" X 11" page size. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Responses must specifically describe the contractor's capability to meet the requirements outlined in this RFI. Oral communications are not permissible. FedBizOpps will be the sole repository for all information related to this RFI. Companies who wish to respond to this RFI should send responses via email no later than May 23, 12PM Eastern Standard Time to cheryl.a.moody5.civ@mail.mil. INDUSTRY DISCUSSIONS: DISA representatives may choose to meet with potential offerors and hold one-on-one discussions. Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks. QUESTIONS: Questions regarding this announcement shall be submitted in writing by e-mail to cheryl.a.moody5.civ@mail.mil. Verbal questions will NOT be accepted. Answers to questions will be posted to FBO. The Government does not guarantee that questions received after May 9, 2016 will be answered. The Government will not reimburse companies for any costs associated with the submissions of their responses. DISCLAIMER: This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, "Request for Information or Solicitation for Planning Purposes", is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked "Proprietary" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/PL8322-05-02-2016/listing.html)
 
Place of Performance
Address: Defense Information Systems Agency (DISA) and other DISA approved Department of Defense (DoD) locations, which are both in the continental United States (CONUS) and outside of the continental United States (OCONUS), United States
 
Record
SN04102197-W 20160504/160502234531-1be33b99eab4f8f9013fa57ddd45a459 (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.