SOURCES SOUGHT
99 -- United States Navy (USN) Navy Circuit Management Office (NCMO) Wide Area Network (WAN)
- Notice Date
- 5/3/2024 5:09:08 PM
- Notice Type
- Sources Sought
- NAICS
- 517111
—
- Contracting Office
- DITCO-PAC PEARL HARBOR HI 96860-5815 USA
- ZIP Code
- 96860-5815
- Solicitation Number
- DITCOPAC0001
- Response Due
- 5/9/2024 11:00:00 AM
- Archive Date
- 05/24/2024
- Point of Contact
- Jodie S. Onaga-Nuttall
- E-Mail Address
-
jodie.s.onaga-nuttall.civ@mail.mil
(jodie.s.onaga-nuttall.civ@mail.mil)
- Description
- The Defense Information Systems Agency (DISA) is seeking sources for the United States Navy (USN) Navy Circuit Management Office (NCMO) for establishing a Wide Area Network (WAN) CONTRACTING OFFICE ADDRESS:� DISA, Defense Information Technology Contracting Organization-Pacific (DITCO-Pac) PS72, 477 Essex Street, Building 77, Suite 129, Joint base Pearl Harbor-Hickam, HI 96860. INTRODUCTION: This is a SOURCES SOUGHT NOTICE to determine the availability and technical capability of small businesses and large businesses (including the following subsets: Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses and Woman-Owned Small Businesses) to provide the required products and/or services. NCMO is seeking information from potential sources for establishing a new long-haul, Wide Area Network (WAN) architecture in Hawaii utilizing Metro Ethernet Forum (MEF) Ethernet Virtual Connections (EVC) that will utilize Ethernet Private Line (EPL) and Ethernet Virtual Private Line (EVPL) services to connect USN locations to the high-speed DODIN/DISN architecture in Hawaii. The anticipated Period of Performance is December 2024 � November 2027 The anticipated Place of Performance is various USN locations throughout Hawaii. DISCLAIMER: THIS SOURCES SOUGHT NOTICE 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 NOTICE.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE.� ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES: 1. Describe and provide an example of your company�s experience establishing 100G, 10G, and 1G circuits. NCMO will be establishing two (2) 100G circuits. These circuits will represent �hub� connections at DISN node locations where all the Navy circuit requirements at Remote (non-DISN) sites will be routed back to and aggregated onto commercial vendor equipment to utilize a single connection from the commercial vendor equipment to the DISN node. Unlike traditional point-to-point connections, this will require a network interface device (NID) and port at the hub for each connection to a remote site. Aggregating the individual connections from the remote sites onto a single connection from the commercial vendor equipment to the DISN node reduces the amount of ports/equipment required from both the commercial vendor and DISA. NCMO will be establishing eight (8) 10G circuits: These represent diverse connections at five (5) separate sites where diversity may be required. NCMO will establish three (3) 1G circuits: These represent a single connection at four (4) separate sites. No diversity required. 2. Is your organization able to provide circuit aggregation capability? Vendor�s NID at each remote site would need to provide 20 ports to the customer, to be separated by VLANs so that multiple Navy circuit requirements can be supported by the single commercial connection. 3. Does your organization have an existing fiber infrastructure in Oahu? Vendor must have an existing fiber infrastructure in Oahu. 4. Does your organization own at least 30% of the infrastructure planned to be utilized to deliver these circuit requirements? Vendor must own at least 30% of the infrastructure planned to be utilized to deliver these circuit requirements. 5. Is your organization able to deliver operational circuits by December 2024? If not, please provide an expected timeline for delivery of operational circuits. SPECIAL REQUIREMENTS: Vendor must be able to provide circuit aggregation capability. Vendor�s NID at each remote site would need to provide 20 ports to the customer, to be separated by VLANs so that multiple Navy circuit requirements can be supported by the single commercial connection. Vendor must have an existing fiber infrastructure in Oahu. Vendor must own at least 30% of the infrastructure planned to be utilized to deliver these circuit requirements. Vendor shall have a DITCO Basic Agreement (BA) with PS8 signed by both the Government and Contractor. Requirement will be issued requesting proposals by way of Letter Request for Proposal (RFP) referencing Telecommunication Service Requests (TSR) and Telecommunication Service Orders (TSO) citing 13 unique Customer Job Order Number (CJON) and associated circuit ID (CCSD) so vendors can ""tie"" the circuits together for the requested network. SOURCES SOUGHT: � The North American Industry Classification System Code (NAICS) for this requirement is 517111 (Wired Telecommunications Carriers), with the corresponding size standard of 1,500 employees. 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 FAR clause 52.219-14, Limitations on Subcontracting. To assist DISA in determining the level of participation by small business in any subsequent procurement that may result from this Sources Sought Notice, provide information regarding any plans to use joint ventures (JVs) or partnering.� Please outline the company's areas of expertise and those of any proposed JV/partner who combined can meet the specific requirements contained in this notice. SUBMISSION DETAILS: Responses should include: Business name and address; Name of company representative and their business title; Small Business Socio-economic status (if small); CAGE Code; Prime contract vehicles; to include and/or confirm ability to obtain a DITCO Basic Agreement (BA) holder as a Telecommunications Provider (TP) with PS8 signed by both the Government and Contractor; Brief capabilities statement package; Responses to required capabilities section; Rough Order of Magnitude (ROM) pricing for 100G, 10G, and 1G circuits Businesses who wish to respond must send a response via email NLT 8:00 AM Hawaii Standard Time (HST) on May 9, 2024 to Contracting Officers, Ryan Lee at ryan.g.lee.civ@mail.mil and Jodie Onaga-Nuttall at jodie.s.onaga-nuttall.civ@mail.mil. 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.� All submissions become Government property and will not be returned.� All government and contractor personnel reviewing submitted responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as pursuant to 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Attachment List: Navy Hawaii WAN Commercial Circuits List
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2f20388064e14a91a1b7f19de598cc50/view)
- Place of Performance
- Address: Honolulu, HI, USA
- Country: USA
- Country: USA
- Record
- SN07053249-F 20240505/240503230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |