Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
SOURCES SOUGHT

D -- Commercial Internet Services

Notice Date
9/20/2017
 
Notice Type
Sources Sought
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
AUCIS-2
 
Archive Date
11/1/2017
 
Point of Contact
Joshua D. Williams, Phone: 334-953-3869, Paula Reinhard, Phone: 3349536569
 
E-Mail Address
joshua.williams.23@us.af.mil, paula.reinhard@us.af.mil
(joshua.williams.23@us.af.mil, paula.reinhard@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Air University Commercial Internet Service 2 Request for Information Synopsis: 1. This RFI has been updated with requirements that are more refined. The Air University (AU) A6 Directorate is currently performing a market survey. The purpose is to acquire information regarding contractor's capability to provide for the expansion and/or replacement of the Air University Commercial Internet Service (AUCIS). This includes the requirements specification, design, implementation, testing, integration, administration, management, and maintenance support of an AU commercial Internet service network. The government is looking to either expand or replace its current service and to establish it as an Air Force certified network Background: 2. The current AUCIS provides unfettered internet access to 7000+ users located within 36 Air University facilities 2.1. Users include faculty, staff, students, and guests 2.2. 31 AU facilities reside on Maxwell AFB proper, 5 facilities reside on Gunter proper 2.3. Air University's current commercial Internet service is Air Force authorized as a service only and is not considered a network enclave 2.4. Peer to peer collaboration or sharing of connected resources of any kind is not authorized or allowed on AUCIS as there is no Government or Department of Defense Certification and Accreditation or Authority to Operate as a network 2.5. The current AUCIS entails system firewalls, controllers, switches, wireless access points and associated equipment. Primary points of presence (PoP) for internet service are currently available on Maxwell and Gunter AFB provided by WOW and Southern Light LLC 2.6. Government owned infrastructure such as ground fiber is available for vendor's use from the PoP on each base's location to each of the 36 AU facilities. Additional fiber installation may be required 2.7. Government owned building infrastructure such as fiber, Cat6 cable, work area outlet ports, and patch panels/ports are also currently available for vendor use as necessary to provide the wireless/wired connections required 3. Contractor shall specify your business size status in your Market Research RFI response 4. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation, or an indication that HQ Air University A6 will contract for the items contained in the RFI. HQ Air University A6 will not pay respondents for information provided in response to this RFI. This RFI is part of a Government market research effort to determine industry capabilities to provide services for similar or like systems in the following areas. Base Request: 5. Address your capabilities to accomplish the referenced tasks and provide highlights of successful past experience on similar government or non-government contracts within the past five years. The contractor that expands or replaces the current commercial Internet service must have the capacity and capabilities to provide the following: 5.1. A mostly wireless network with some wired connectivity (based on government's requirements for wired connections in limited areas) to provide access to the Internet for 7000+ users located within 36 Air University Facilities with no loss of service (downtime) to users at the point of transition from current service to networked service 5.2. Cyber Security. The contractor shall provide Cyber Security Service Professional (CSSP) services to defend environment at the mission level boundary. The contractor shall document all Risk Management Framework (RMF) security controls applicable to the environment for which the contractor is responsible and deliver supporting artifacts. The contractor shall comply with DoD/AF directives, policies and STIGs as required to sustain RMF requirements. The contractor shall report compliance status for vulnerabilities to AU and DoD Plan of Action and Milestone (POA&M) templates. 5.3. A Service Level Agreement (SLA) to include: 5.3.1. Lease of all network and wireless equipment 5.3.1.1. Provide complete management, maintenance and sustainment of all network/wireless equipment 5.3.1.2. Provide a tiered incident response plan, based on criticality, to restore service and/or repair/replace equipment 5.3.1.3. Provide redundant core infrastructure (router/firewall/etc) to ensure no single point of failure for entire base service 5.3.1.4. Service uptime 99.9% 5.3.2. Internet Service 5.3.2.1. A minimum of upload and download capability of 1 Gb with options to add capacity as needed based on demand 5.3.2.2. AU facilities at Maxwell and Gunter locations share 1 Gb bandwidth (minimum) with redundant and diverse service provider PoPs (point of presence) to ensure no single point of failure with service provider 5.3.3. Network management and monitoring 5.3.3.1. Perform network management and monitoring to ensure earliest identification and resolution of trends and events that negatively impact, or have the potential to negatively impact performance of daily operations 5.3.3.2. Provide network management and monitoring reports that depict the capacity utilization and health of the network. Reports will depict the health of major infrastructure links to include the POP/WAN uplinks and Maxwell-Gunter link and critical components of the infrastructure such as routers, firewalls, switches, access points, and other equipment. The report will include graphical data, and written descriptions of the data presented, the area of concern, impact, and recommendation to resolve issues 5.3.3.3. Provide traffic trend and analysis reports that depict network utilization. Reports will include graphical metrics, charts and statistics identifying the major types of traffic, the schools, centers, and offices of the AU that is generating this traffic, and the percentage of bandwidth utilization and impact on the throughput of the network 5.3.3.4. Provide ability for technical personnel from the schools, centers, and offices of the AU to produce ad-hoc reports on traffic data for their specific area of responsibility. These reports will be provided through use of an online reporting tool with a user-intuitive interface. The reporting tool will provide the ability to drill down into traffic utilization to the end user level 5.3.3.5. Must implement multi-zone capabilities (i.e. multiple, separate networks with varying security that are accessible from each AP) 5.3.4. Utilize existing Air University help desk system. Will provide technical support for user issues with tiered response times 5.4. Support access to the internet service for personally owned devices, laptops, smart phones, etc. while maintaining compliance with policies and standards 5.5. Propose network diagrams for all facilities 5.5.1. Include location of secured communications rooms and all networked equipment to include Fiber Optic Distribution Panels, firewalls equipment, controllers, switches, wired ports, and wireless access points 5.5.2. Include plans to use existing government ground/building fiber/wiring and equipment if available 5.5.3. Include plans to provide additional ground fiber and building fiber/wiring as necessary to provide optimal wireless service 5.6. Contractor will be required to provide proposed and as-built drawings where network equipment is installed to include communications room equipment configurations, access point locations, and work area outlet configurations for all hard-wired connections in a format specified by 42 CS planners Additional information request: 6. Please provide answers or information pertaining to the following questions and/or requests. 6.1. What types of metrics are important and should be reported on with regard to the availability and performance of a wireless network? 6.1.1. Please provide recommendations, best practices, and/or industry standards for monitoring and defining the threshold for each metric 6.1.2. What does each type of metric measure and why is it important for an organization to understand these metrics? 6.2. Provide an explanation of how uptime/downtime is calculated for a wireless network. For example, if network performance is required to provide a 99.95% uptime, what formula would be used to provide this calculated rate? What kinds of events are discounted (e.g. ISP outage, approved ASIs, acts of God, etc)? 6.3. What types of tools are typically used with a wireless network to monitor and track sites that users visit? 6.4. Contractor must have experience with developing a RMF and be able to provide assistance in acquiring an ATO 6.5. Are there additional services the contractor recommends for the success of AUCIS? 6.6. What are the estimated costs associated with each item in Paragraph 5.1 through Paragraph 5.6 of this request?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/AUCIS-2/listing.html)
 
Place of Performance
Address: Maxwell AFB, Alabama, 36122, United States
Zip Code: 36122
 
Record
SN04687527-W 20170922/170920232836-415347ad4f6dfd25ba0653dfcf515c82 (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.