Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
MODIFICATION

D -- Voice and Data Services Transition to Enterprise Infrastructure Solutions - Attachment 2 - Attachment 3 - TSA RFI

Notice Date
7/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
TSA-EIS-RFI
 
Archive Date
8/10/2017
 
Point of Contact
Tiffany West,
 
E-Mail Address
tiffany.west@tsa.dhs.gov
(tiffany.west@tsa.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Revised RFI. Question Sheet TSA Inventory List Transportation Security Administration (TSA) Request for Information Voice and Data Services Transition to Enterprise Infrastructure Solutions June 20, 2017 TSA RFI # TSA-EIS-RFI   The purpose of this Amendment is to provide an revised RFI.   I. Disclaimer: This announcement constitutes a Request for Information (RFI) for the purposes of determining market capability of sources and obtaining additional information. It does not constitute a Request for Proposals (RFP), a Request for Quote (RFQ) or an indication that the Government will contract for any of the items and/or services discussed in this notice. Any formal solicitation that may subsequently be issued will be announced separately. Information on the specific topics of interest is provided in the following sections of this announcement. Neither TSA nor any other part of the Federal Government will be responsible for any cost incurred by responders in furnishing this information. II. Scope: This RFI pertains to the TSA requirements within the United States of America and it territories for transitioning voice and data services from the General Services Administration (GSA) Networx Universal, National Capital Region (NCR) Washington Interagency Telecommunications 3 (WITS3), and Regional Services Local Service Agreements (LSAs) to the GSA Enterprise Infrastructure Solutions (EIS) or future contract(s). III. Purpose: The purpose of this RFI is to solicit statements of interest, conduct market research, as well as industry recommendations to further inform TSA of industry best practices and vendor capabilities as it relates to EIS. TSA is currently planning for the transition from the Networx Universal, WITS 3, and Regional LSAs contract vehicles with a possible transition to the EIS contract vehicle upon award for telecommunications services. The intent of this RFI is to conduct market research on the subject of TSA's transition to EIS or future contract(s) specifically to: 1. Identify potential approaches/solutions for meeting the TSA timeline requirement to transition all current services to EIS by May 2020; 2. Obtain industry insight and recommendations to ensure a smooth and successful transition of telecommunications services; i.e. maintaining current service levels with minimal disruption during the transition; 3. Forecast a schedule and timeline for transition of all services to be completed by May 2020; 4. Collect information about solutions for a future TSA target state for Enterprise Voice and Data services; 5. Gather additional information from the telecommunications industry for solutions to provide a continuation of service with a roadmap for users to move to a modernized enterprise communications service; 6. Determine if all TSA telecommunications services and requirements can be acquired and/or met through a single systems integrator or managed service provider in formulating an acquisition strategy. All information provided will be reviewed and may influence the development of any future potential TSA Fair Opportunity solicitations issued under the GSA's EIS contract. TSA will welcome recommended solutions for the migration of existing Time-Division Multiplexing (TDM) services to other technologies, including IP trunking, which will support the wide range of TSA applications utilizing this technology. In addition, TSA will welcome recommended solutions for the expansion of Ethernet Transport Service (ETS) as defined in the EIS RFP [see EIS RFP Section C.2.1.2 at the following link in FedBizOpps: https://www.fbo.gov/index?s=opportunity&mode=form&id=9759505b09781a790f321ffe0053fc91&tab=core&_cview=1]. Currently, TSA has implemented Ethernet Transport Service (ETS) at less than 1% of sites. The expansion of ETS will allow for TSA to leverage the existing network architecture to support faster data speeds, more reliability, and provide security, continuity, and efficiency. TSA is also currently evaluating intelligent software defined networking WAN solutions using a small router and private tunnel through a high bandwidth internet connection. TSA envisions maintaining current legacy services in the initial transition to EIS (like-for-like) leveraging existing equipment with a roadmap to an end state of a fully developed, modern infrastructure platform based upon VoIP, IP Telephony, Unified Communications technologies, Ethernet, Synchronized Optical Network Service (SONET), Dark Fiber, and Cloud Based Services (IaaS, PaaS and SaaS in any combination), which provide greater degrees of flexibility and opportunities to reduce operating costs. In addition, the end state should also be inclusive of providing E-9-1-1 management services to support Cisco compatible enterprise solutions. TSA envisions the integration of multiple methods of communication to allow users to connect, collaborate, and exchange information. IV. Voice and Data Services Transition to EIS Background: The TSA is a component of the U.S. Department of Homeland Security (DHS) and is a Cabinet-level agency that has responsibility for protecting the nation's transportation systems to ensure freedom of movement for people and commerce. TSA employs approximately 55,000 people with a diverse mission including aviation security, law enforcement, and transportation security oversight. The DHS enables communications between its components through its telecommunications network, OneNet. The OneNet network is an MPLS-based Wide Area Network (WAN) that interconnects DHS components' WAN. OneNet interconnects all TSA sites CONUS and OCONUS. TSA employees are located in over 600 locations in all 50 States, the District of Columbia, and US Territories (Guam, Puerto Rico, US Virgin Islands, American Samoa, Commonwealth of the Northern Mariana Islands). TSA voice and data service requirements routinely change as airports are federalized or de-federalized increasing and decreasing the number of locations supported. Many TSA employees and contractors regularly telework, travel, or work from remote locations. The existing voice services are primarily based on a legacy TDM network telephony, switched access, and ad hoc Voice over Internet Protocol (VoIP) networks ordered through GSA systems. TSA's mandatory services are listed in Attachment 1 "Pricing Identification Structure - All Services are Mandatory for TSA". As part of the transition to the GSA EIS [see www.gsa.gov/EIS] contract, the TSA Office of Information Technology (OIT) is focused on obtaining like-for-like services to provide continuity from the current GSA Contracts: Networx Universal [see www.gsa.gov/networx], NCR WITS 3 [see www.gsa.gov/wits] and GSA Regional LSA contracts [see www.gsa.gov/region]. A primary concern for TSA is that our environment requires GSA EIS contract holders have the capability of providing service and coverage nationwide to every location where TSA has voice and data communication services. GSA EIS uses 929 Core-Based Statistical Areas (CBSAs) to define required coverage area units. According to GSA's EIS Request for Proposal (RFP), GSA may award EIS contracts to vendors who provide services to only 25 of the top 100 CBSAs. For more information about the GSA EIS CBSAs, see GSA EIS RFP Section J.1 at the following link in FedBizOpps: https://www.fbo.gov/index?s=opportunity&mode=form&id=9759505b09781a790f321ffe0053fc91&tab=core&_cview=1 The GSA EIS CBSAs Concepts document can be accessed at: https://interact.gsa.gov/document/eis-concepts-cbsas-and-services-price-evaluation An additional primary concern to TSA is the fact we require physical carrier diversity at various locations that are deemed Special Facilities and Critical Sites that are essential to operations and mission. Physical diversity (i.e. multiple, separate pathways or facilities with no common points of failure) is a critical line of defense against outages. Reliable network connectivity is critical to TSA. The need for physical carrier diversity is required on a case-by-case basis. V. Voice and Data Services Transition to EIS Synopsis: TSA intends to use the information obtained from responses to assess viable and innovative technical approaches to maintain continuity of service and minimize costs while improving service delivery to end-users. A favorable market survey will be followed by the development and execution of a supporting acquisition strategy. The specific timeframe for execution will be determined once quality responses to this RFI and viability of market offerings in this area are confirmed. VI. Voice and Data Services Transition to EIS Objectives: TSA seeks the continuance of, or replacement for, the services identified in Attachment 2 - TSA Inventory File. (Excel spreadsheet attached.) Respondents are asked to provide the following information in response to this RFI. 1. Vendor input on Attachment 1 - TSA Inventory File. Please indicate in the columns headed "Contractor Supported Y/N" which service locations you are capable of providing service. 2. Vendor recommendations or suggestions on how voice and data services can be provided to all TSA locations. If possible, please provide estimated budgetary information for recommended solution. 3. Please note in your response the applicable EIS services, Contract Line Item Numbers (CLINs), and Task Order Unique CLINs (TUCs), along with precise explanation of any customized components. Provide a spreadsheet of the items and cost elements. Specify any sites types or scenarios that would need special construction. Note that TSA is not asking for a price proposal. TSA is seeking a detailed description of the recommended solution and associated estimated cost elements. 4. Discuss vendor availability of providing CUBE technology as well as additional firewalls to support IP Voice services and SIP, technology. In addition, please discuss your ability to support managed Session Border Controller (SBC). 5. In regards to Internet Protocol Service (IPS), can the vendor discuss alternatives to providing connectivity to OCONUS locations. TSA may have the requirement to provide service to the following areas (i.e. Frankfurt Germany, Guam, American Samoa, Commonwealth of the Northern Mariana Islands, mainland Japan, Okinawa, the Republic of Korea, and Singapore) using IPS and/or Multiprotocol Label Switching(MPLS). 6. Discuss options for End of Life (EOL) equipment 7. Porting numbers and services from GSA as the customer of record 8. Scalability - TSA must be able to easily increase capacity and/or number of buildings served by the service 9. Strong security - FEDRAMP and FIPS compliance 10. Vendor recommendations or suggestions for providing physical carrier diversity in support of voice and data services at various TSA locations. 11. Essential to the transition of TSA's voice and data services is reducing transition costs to the greatest extent possible and minimizing transition risks. TSA seeks to identify risks and challenges of completing transition by May 2020 and understand possible mitigation strategies. 12. TSA intends to acquire network services that are fully monitored and managed on a 24x7x365 basis. In parallel, the TSA Network Operations Center (NOC), Security Operations Center (SOC), and Department of Homeland Security (DHS) OneNet Operations Center must have real-time visibility to high-level operational information and the ability to quickly obtain details for troubleshooting, reporting and other purposes, when needed. Describe your recommendation to ensure the TSA NOC/SOC/DHS OneNet Operations Center possesses the right mix of technology, processes and access to skilled professionals such that the workload and expense required by the Government is minimized. 13. What are the advantages/disadvantages from your perspective for the TSA to issue: a combined data services and voice services Fair Opportunity? 14. To meet the GSA timeline for transitioning all Networx Universal, WITS 3, and Regional LSA services to EIS, the TSA's priority is to transition services generally in a like-for-like manner to ensure service continuity and stability. Vendors are requested to address the full range of challenges related to transitioning to EIS by May 2020. Like-for-Like implies provision of service having the same end results (base services), whether by employing technical means identical to current technologies or through different technologies The following transition objectives are critical to TSA for including in your response: 1. Leverage existing end-user-equipment (Cisco Routers/Switches, VoIP phones, that are not EOL) 2. Cost-effective connectivity at all locations 3. Disaster recovery/high-availability VII. Submission Instructions and Formatting Requirements: 1. TSA is interested in responses from vendors having knowledge, expertise and capabilities of EIS Transition technical requirements and ordering. Responses are requested by Wednesday, August 09, 2017, 12:00PM Eastern Standard Time (EST). Any response received after this date may also be considered but may not be included in initial reporting or assessments. 2. All responses should be submitted in MS Word or searchable PDF format and submitted via email to the following email address: TSAEISResponses@tsa.dhs.gov 3. All responses should be submitted in MS Word or searchable PDF format and submitted via email to the points of contact identified in the table below: Points of Contact Contracting Officer Name: Tiffany West Telephone: 571-227-5948 Email: Tiffany.West@tsa.dhs.gov Branch Chief Name: Grace Kelly Telephone: 609-813-3362 Email: Grace.P.Kelly@tsa.dhs.gov Program Manager Name: Helen Mobley Telephone: 571-227-3456 Email: Helen.Mobley@tsa.dhs.gov Responses should not exceed 25 pages; all pages should be numbered consecutively throughout the document. Contents of the files must print on Letter 8½" by 11". MS Excel files must print on either Letter 8½" by 11" or Legal size 8½" by 14". Use ‘Times New Roman' 12-point font or larger for text, 10-point font or larger for tables, and 8-point font or larger for graphics. 4. Questions from interested vendors must be in writing, and shall be in electronic format in the attached Vendor Questions Template (Attachment 3), and submitted to the following email address: TSAEISResponses@tsa.dhs.gov. Note: The Government may not be able to provide a response to all questions received. 5. Proprietary information, if any should be minimized and MUST BE CLEARLY MARKED. To aid TSA, please segregate proprietary information wherever possible. All information received in response to this RFI that is marked proprietary will be handled accordingly. Please be advised that all submissions become the property of the Federal Government, and will not be returned. Responses to this RFI may be evaluated by government technical experts drawn from staff within TSA. 6. A cover page labeled with the heading "Voice and Data Services Transition to EIS RFI Submission" including the company name, company's address, technical point of contact, telephone number, email address and one alternate point of contact. 7. Your business size and status information, such as Small Business, HUBZone Small Business, Veteran-Owned Small Business, Service-Disabled, Veteran-Owned Small Business, Woman-Owned Small Business, Small Disadvantaged Business, and 8(a) Small Business. 8. The North American Industrial Classification System (NAICS) codes under which you typically provide services. 9. Background/Corporate Experience: A brief description of your corporate experience in service to both commercial and government organizations. TSA does not wish to receive calls or have meetings to discuss this RFI. Please do not attempt to set up phone calls and/or meetings with OIT or the Contracting Office at this time. After reviewing RFI responses, TSA is tentatively planning to host an Industry Day that will give all interested vendors the opportunity to ask questions and discuss TSA' voice and data requirements. VIII. Additional Information: The information provided by respondents to this RFI will be reviewed by the TSA in order to assist in determining any potential procurement strategies for obtaining the services described in the RFI. The information will not receive a formal evaluation. The TSA reserves the right to contact respondents in order to ask additional questions if the TSA determines this may be helpful in developing or refining any potential procurement strategy. Respondents are requested, however, to be as thorough as possible in their written submissions, and are cautioned that not all respondents will be contacted with follow-up questions. IX. Attachments Attachment 1 - Pricing Identification Structure - EIS Mandatory Services for TSA Attachment 2 - TSA Inventory File (Excel spreadsheet) Attachment 3 - Vendor Question Template (MS Word document) Transportation Security Administration (TSA) Request for Information Voice and Data Services Transition to Enterprise Infrastructure Solutions July 17, 2017 TSA RFI # TSA-EIS-RFI     I. Disclaimer: This announcement constitutes a Request for Information (RFI) for the purposes of determining market capability of sources and obtaining additional information. It does not constitute a Request for Proposals (RFP), a Request for Quote (RFQ) or an indication that the Government will contract for any of the items and/or services discussed in this notice. Any formal solicitation that may subsequently be issued will be announced separately. Information on the specific topics of interest is provided in the following sections of this announcement. Neither TSA nor any other part of the Federal Government will be responsible for any cost incurred by responders in furnishing this information. II. Scope: This RFI pertains to the TSA requirements within the United States of America and it territories for transitioning voice and data services from the General Services Administration (GSA) Networx Universal, National Capital Region (NCR) Washington Interagency Telecommunications 3 (WITS3), and Regional Services Local Service Agreements (LSAs) to the GSA Enterprise Infrastructure Solutions (EIS) or future contract(s). III. Purpose: The purpose of this RFI is to solicit statements of interest, conduct market research, as well as industry recommendations to further inform TSA of industry best practices and vendor capabilities as it relates to EIS. TSA is currently planning for the transition from the Networx Universal, WITS 3, and Regional LSAs contract vehicles with a possible transition to the EIS contract vehicle upon award for telecommunications services. The intent of this RFI is to conduct market research on the subject of TSA's transition to EIS or future contract(s) specifically to: 1. Identify potential approaches/solutions for meeting the TSA timeline requirement to transition all current services to EIS by May 2020; 2. Obtain industry insight and recommendations to ensure a smooth and successful transition of telecommunications services; i.e. maintaining current service levels with minimal disruption during the transition; 3. Forecast a schedule and timeline for transition of all services to be completed by May 2020; 4. Collect information about solutions for a future TSA target state for Enterprise Voice and Data services; 5. Gather additional information from the telecommunications industry for solutions to provide a continuation of service with a roadmap for users to move to a modernized enterprise communications service; 6. Determine if all TSA telecommunications services and requirements can be acquired and/or met through a single systems integrator or managed service provider in formulating an acquisition strategy. All information provided will be reviewed and may influence the development of any future potential TSA Fair Opportunity solicitations issued under the GSA's EIS contract. TSA will welcome recommended solutions for the migration of existing Time-Division Multiplexing (TDM) services to other technologies, including IP trunking, which will support the wide range of TSA applications utilizing this technology. In addition, TSA will welcome recommended solutions for the expansion of Ethernet Transport Service (ETS) as defined in the EIS RFP [see EIS RFP Section C.2.1.2 at the following link in FedBizOpps: https://www.fbo.gov/index?s=opportunity&mode=form&id=9759505b09781a790f321ffe0053fc91&tab=core&_cview=1]. Currently, TSA has implemented Ethernet Service at less than 1% of sites. The expansion of ETS will allow for TSA to leverage the existing network architecture to support faster data speeds, more reliability, and provide security, continuity, and efficiency. TSA envisions maintaining current legacy services in the initial transition to EIS (like-for-like) leveraging existing equipment with a roadmap to an end state of a fully developed, modern infrastructure platform based upon VoIP, IP Telephony, Unified Communications technologies, Ethernet, Synchronized Optical Network Service (SONET), Dark Fiber, and Cloud Based Services (IaaS, PaaS and SaaS in any combination), which provide greater degrees of flexibility and opportunities to reduce operating costs. In addition, the end state should also be inclusive of providing E-9-1-1 management services to support Cisco compatible enterprise solutions. TSA envisions the integration of multiple methods of communication to allow users to connect, collaborate, and exchange information. IV. Voice and Data Services Transition to EIS Background: The TSA is a component of the U.S. Department of Homeland Security (DHS) and is a Cabinet-level agency that has responsibility for protecting the nation's transportation systems to ensure freedom of movement for people and commerce. TSA employs approximately 55,000 people with a diverse mission including aviation security, law enforcement, and transportation security oversight. The DHS enables communications between its components through its telecommunications network, OneNet. The OneNet network is an MPLS-based Wide Area Network (WAN) that interconnects DHS components' WAN. OneNet interconnects all TSA sites CONUS and OCONUS. TSA employees are located in over 600 locations in all 50 States, the District of Columbia, and US Territories (Guam, Puerto Rico, US Virgin Islands, American Samoa, Commonwealth of the Northern Mariana Islands). TSA voice and data service requirements routinely change as airports are federalized or de-federalized increasing and decreasing the number of locations supported. Many TSA employees and contractors regularly telework, travel, or work from remote locations. The existing voice services are primarily based on a legacy TDM network telephony, switched access, and ad hoc Voice over Internet Protocol (VoIP) networks ordered through GSA systems. TSA's mandatory services are listed in Attachment 1 "Pricing Identification Structure - All Services are Mandatory for TSA". As part of the transition to the GSA EIS [see www.gsa.gov/EIS] contract, the TSA Office of Information Technology (OIT) is focused on obtaining like-for-like services to provide continuity from the current GSA Contracts: Networx Universal [see www.gsa.gov/networx], NCR WITS 3 [see www.gsa.gov/wits] and GSA Regional LSA contracts [see www.gsa.gov/region]. A primary concern for TSA is that our environment requires GSA EIS contract holders have the capability of providing service and coverage nationwide to every location where TSA has voice and data communication services. GSA EIS uses 929 Core-Based Statistical Areas (CBSAs) to define required coverage area units. According to GSA's EIS Request for Proposal (RFP), GSA may award EIS contracts to vendors who provide services to only 25 of the top 100 CBSAs. For more information about the GSA EIS CBSAs, see GSA EIS RFP Section J.1 at the following link in FedBizOpps: https://www.fbo.gov/index?s=opportunity&mode=form&id=9759505b09781a790f321ffe0053fc91&tab=core&_cview=1 The GSA EIS CBSAs Concepts document can be accessed at: https://interact.gsa.gov/document/eis-concepts-cbsas-and-services-price-evaluation An additional primary concern to TSA is the fact we require physical carrier diversity at various locations that are deemed Special Facilities and Critical Sites that are essential to operations and mission. Physical diversity (i.e. multiple, separate pathways or facilities with no common points of failure) is a critical line of defense against outages. Reliable network connectivity is critical to TSA. The need for physical carrier diversity is required on a case-by-case basis. V. Voice and Data Services Transition to EIS Synopsis: TSA intends to use the information obtained from responses to assess viable and innovative technical approaches to maintain continuity of service and minimize costs while improving service delivery to end-users. A favorable market survey will be followed by the development and execution of a supporting acquisition strategy. The specific timeframe for execution will be determined once quality responses to this RFI and viability of market offerings in this area are confirmed. VI. Voice and Data Services Transition to EIS Objectives: TSA seeks the continuance of, or replacement for, the services identified in Attachment 2 - TSA Inventory File. (Excel spreadsheet attached.) Respondents are asked to provide the following information in response to this RFI. 1. Vendor input on Attachment 1 - TSA Inventory File. Please indicate in the columns headed "Contractor Supported Y/N" which service locations you are capable of providing service. 2. Vendor recommendations or suggestions on how voice and data services can be provided to all TSA locations. If possible, please provide estimated budgetary information for recommended solution. 3. Please note in your response the applicable EIS services, Contract Line Item Numbers (CLINs), and Task Order Unique CLINs (TUCs), along with precise explanation of any customized components. Provide a spreadsheet of the items and cost elements. Specify any sites types or scenarios that would need special construction. Note that TSA is not asking for a price proposal. TSA is seeking a detailed description of the recommended solution and associated estimated cost elements. 4. Discuss options for End of Life (EOL) equipment 5. Porting numbers and services from GSA as the customer of record 6. Scalability - TSA must be able to easily increase capacity and/or number of buildings served by the service 7. Strong security - FEDRAMP compliance 8. Vendor recommendations or suggestions for providing physical carrier diversity in support of voice and data services at various TSA locations. 9. Essential to the transition of TSA's voice and data services is reducing transition costs to the greatest extent possible and minimizing transition risks. TSA seeks to identify risks and challenges of completing transition by May 2020 and understand possible mitigation strategies. 10. TSA intends to acquire network services that are fully monitored and managed on a 24x7x365 basis. In parallel, the TSA Network Operations Center (NOC), Security Operations Center (SOC), and Department of Homeland Security (DHS) OneNet Operations Center must have real-time visibility to high-level operational information and the ability to quickly obtain details for troubleshooting, reporting and other purposes, when needed. Describe your recommendation to ensure the TSA NOC/SOC/DHS OneNet Operations Center possesses the right mix of technology, processes and access to skilled professionals such that the workload and expense required by the Government is minimized. 11. What are the advantages/disadvantages from your perspective for the TSA to issue: a combined data services and voice services Fair Opportunity? 12. To meet the GSA timeline for transitioning all Networx Universal, WITS 3, and Regional LSA services to EIS, the TSA's priority is to transition services generally in a like-for-like manner to ensure service continuity and stability. Vendors are requested to address the full range of challenges related to transitioning to EIS by May 2020. Like-for-Like implies provision of service having the same end results (base services), whether by employing technical means identical to current technologies or through different technologies The following transition objectives are critical to TSA for including in your response: 1. Leverage existing end-user-equipment (Cisco Routers/Switches, VoIP phones, that are not EOL) 2. Cost-effective connectivity at all locations 3. Disaster recovery/high-availability VII. Submission Instructions and Formatting Requirements: 1. TSA is interested in responses from vendors having knowledge, expertise and capabilities of EIS Transition technical requirements and ordering. Responses are requested by Wednesday, August 09, 2017, 12:00PM Eastern Standard Time (EST). Any response received after this date may also be considered but may not be included in initial reporting or assessments. 2. All responses should be submitted in MS Word or searchable PDF format and submitted via email to the follow email address: TSAEISResponses@tsa.dhs.gov 3. The points of contact for this RFI are identified in the table below: Points of Contact Contracting Officer Name: Tiffany West Telephone: 571-227-5948 Email: Tiffany.West@tsa.dhs.gov Branch Chief Name: Grace Kelly Telephone: 609-813-3362 Email: Grace.P.Kelly@tsa.dhs.gov Program Manager Name: Helen Mobley Telephone: 571-227-3456 Email: Helen.Mobley@tsa.dhs.gov Responses should not exceed 25 pages; all pages should be numbered consecutively throughout the document. Contents of the files must print on Letter 8½" by 11". MS Excel files must print on either Letter 8½" by 11" or Legal size 8½" by 14". Use‘Times New Roman' 12-point font or larger for text, 10-point font or larger for tables, and 8-point font or larger for graphics. 4. Questions from interested vendors must be in writing and shall be in electronic format in the attached Vendor Questions Template (Attachment 3), and submitted to the following email address: TSAEISResponses@tsa.dhs.gov. Note: The Government may not be able to provide a response to all questions received. 5. Proprietary information, if any should be minimized and MUST BE CLEARLY MARKED. To aid TSA, please segregate proprietary information wherever possible. All information received in response to this RFI that is marked proprietary will be handled accordingly. Please be advised that all submissions become the property of the Federal Government, and will not be returned. Responses to this RFI may be evaluated by government technical experts drawn from staff within TSA. 6. A cover page labeled with the heading "Voice and Data Services Transition to EIS RFI Submission" including the company name, company's address, technical point of contact, telephone number, email address and one alternate point of contact. 7. Your business size and status information, such as Small Business, HUBZone Small Business, Veteran-Owned Small Business, Service-Disabled, Veteran-Owned Small Business, Woman-Owned Small Business, Small Disadvantaged Business, and 8(a) Small Business. 8. The North American Industrial Classification System (NAICS) codes under which you typically provide services. 9. Background/Corporate Experience: A brief description of your corporate experience in service to both commercial and government organizations. TSA does not wish to receive calls or have meetings to discuss this RFI. Please do not attempt to set up phone calls and/or meetings with OIT or the Contracting Office at this time. After reviewing RFI responses, TSA is tentatively planning to host an Industry Day that will give all interested vendors the opportunity to ask questions and discuss TSA' voice and data requirements. VIII. Additional Information: The information provided by respondents to this RFI will be reviewed by the TSA in order to assist in determining any potential procurement strategies for obtaining the services described in the RFI. The information will not receive a formal evaluation. The TSA reserves the right to contact respondents in order to ask additional questions if the TSA determines this may be helpful in developing or refining any potential procurement strategy. Respondents are requested, however, to be as thorough as possible in their written submissions, and are cautioned that not all respondents will be contacted with follow-up questions. IX. Attachments Attachment 1 - Pricing Identification Structure - EIS Mandatory Services for TSA (included in EIS RFI MS Word) Attachment 2 - TSA Inventory File (Excel spreadsheet) Attachment 3 - Vendor Question Template (MS Word document)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/TSA-EIS-RFI/listing.html)
 
Place of Performance
Address: N/A, United States
 
Record
SN04587388-W 20170722/170720234345-b73323abf8c965b06e291f217d4c126e (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  © 1994-2020, Loren Data Corp.