Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2024 SAM #8235
SPECIAL NOTICE

N -- Test Enterprise Network Modernization II (TENM2) 2- RTC, WSTC, and Ft. Bliss

Notice Date
6/12/2024 7:12:09 AM
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-24-RFI-TENM2
 
Response Due
7/26/2024 12:00:00 PM
 
Archive Date
08/02/2024
 
Point of Contact
Constance K Hastings, Bobby Arora
 
E-Mail Address
constance.k.hastings.civ@army.mil, bobby.arora.civ@army.mil
(constance.k.hastings.civ@army.mil, bobby.arora.civ@army.mil)
 
Description
Description: Background: TENM encompasses the ATEC requirements of the following three projects: Test Network Modernization, ATEC Fiber Modernization, and Future Wireless Network. TENM will provide ATEC the critical on-range test network bandwidth to move large volumes of test data for analysis and decision-making via fiber and wireless technologies. The on-range test network is the foundation necessary to meet the interconnectivity and interoperability demands of Multi-Domain Live, Virtual, and Constructive (LVC) distributed testing, and to move data to the cloud environment. Program requirements include fielding test network hardware capable of addressing bandwidth limitations, and meeting end of life, redundancy, and network management requirements. Other aspects addressed within the programs include installation and replacement of existing fiber infrastructures necessary to meet current and future data throughput requirements. Development and installation of a modern enterprise wireless network solution that combines increased performance, enhanced interoperability, and lower sustainment costs, will also be addressed under TENM. TENM will provide an innovative and efficient platform capable of supporting ATEC�s current and future mission-critical test network requirements. Introduction: The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) Project Manager Cyber, Test & Training (PM CT2) intends to use this Request for Information (RFI) to obtain industry responses for the network design and cost estimation in developing a hybrid fiber and wireless communications network architecture utilizing existing infrastructure, to the maximum extent possible, at U.S. Army Test and Evaluation Command (ATEC) �Subordinate Organizations (ASOs) - (Aberdeen, Cold Regions, Electronic Proving Grounds, Redstone, West Desert, White Sands, Yuma and Operational Test Command (OTC)) and an expeditionary network design for Operational Test Command capable of meeting current and future U.S. Army Test and Evaluation Command (ATEC) test network requirements. Test Enterprise Network Modernization (TENM) will proceed in a phased approach with the release of 3 separate RFIs to address the requirements for the multiple ASOs. 1. The first RFI will focus on the hybrid network design for Aberdeen and Yuma released on 14 May 2024 under W900KK-24-RFI-TENM with response date by 28 June 2024. 2. The second RFI will focus on the hybrid network design for Redstone, White Sands and Ft. Bliss. released on 12 June 2024 under W900KK-24-RFI-TENM2 with response date by 26 July 2024. 3. The third RFI will focus on Cold Regions, Electronic Proving Grounds, and OTC. OTC will require an expeditionary network design solution and cost estimation is requested for each proposed approach release date to be determined. Specific use cases/scenarios will be provided for each location for all three RFI releases to assist potential respondents in developing their proposed solutions. These use cases are not all encompassing and are focused on high usage test areas at the respective locations to assess potential initial solutions. Interested parties shall provide well-articulated and detailed technical solutions in their capabilities statement submissions and include a cost ROM estimate for all or part of the requirements detailed in the supplemental attachment. The Government is requesting submittals from interested U.S. only vendors (Small Businesses preferred) that can provide an existing commercial solution for developing a hybrid fiber and wireless network solution capable of meeting the current and future U.S. Army Test Network requirements. Site visits to each of the locations will be established to assist potential vendors in understanding the test environments, existing infrastructure, RFI scenarios and answer questions. Visit requests will be required to attend the site visit and the process is detailed in the attachment. The site visit is completely voluntary and is not required to submit a response to the RFI. Requirements: Develop a hybrid fiber/wireless network solution for ASOs capable of providing connectivity utilizing both fixed and mobile wireless towers while leveraging the current fiber infrastructure at each location to meet ATEC test network requirements while adhering to the following:� Cybersecurity: Ability to support U.S. D.O.D cybersecurity requirements. Spectrum Utilization and Spectrum Availability. Performance: Throughput, available bandwidth (BW), spectral efficiency. Propagation Range: Range of RF signal based on operating frequency. Integration Effort: Operational ease of deployment, interoperability. Mobility: Handoff between nodes if needed to cover a large area.� Support for vehicle mobility. Portability: Maximum flexibility for ASOs to configure the network with transportable hardware to set up an expeditionary network (OT) and/or �temporary� network infrastructure for coverage of remote locations on the test ranges. Recurring cost: Monthly operating expenses (spectrum costs, infrastructure maintenance, licenses, fees, etc.) Scalability: Ability to support required number of users for systems under test and associated assets. Support for future network needs both fixed and mobile (Mbps, coverage, spectrum): A technology path to support higher throughput, and lower latency services with a reasonable investment. Standards-Based Technology: Reduce investment risk and guarantee interoperability across vendors as opposed to proprietary solutions. Upfront cost: Initial investment to build a network to meet coverage and capacity requirements. Training: Required training for the setup/configuration/maintenance of the proposed network High Noise: The ability to perform in a high noise environment (D.O.D); Robustness of the system. In addition to addressing the above stated requirements: Explain how the recommended solution or solutions could be demonstrated. What infrastructure requirements would be necessary to implement the recommended approach? How would the newly developed wireless network infrastructure be physically integrated into an already existing hardwired and mobile network in varying geographic terrains? Will the proposed solution consist of standards based commercial off-the-shelf (COTS) technologies? If a commercial off-the-shelf (COTS) or proprietary solution is proposed, provide evidence to support the recommendation. Explain how the newly proposed wireless network solution would minimize risk from cyber threats consistent with DoD Instruction 8500.01. Explain how the proposed solution (i.e. 5G cellular, Wi-Fi, etc.) would best suit the requirements? If modeling and simulation tools are used to provide coverage analysis, specify the tools, methodology and design considerations involved. For the proposed solution provide a lifecycle sustainment plan with cost estimate. Site visits to each location identified in the respective RFI release will be conducted to assist vendors with the ability to meet with the local ASO representatives to address questions and see the network environment.� Visit requests to each location must be completed and approved prior to arrival to attend.� It is not a requirement to attend the site visit to submit a response to the RFI.� Site visits are being offered to assist respondents in viewing the test environment(s) at each location. Dates for the site visits: White Sands Test Center: 25 June 2024 Ft. Bliss: 26 June 2024 (0800-1200 only) Redstone Test Center:�9 July 2024 Visit request process for can be found at the following links: Redstone Test Center: �https://home.army.mil/redstone/about/visitor-information Redstone POC: Mr. David Mier (david.e.mier.civ@army.mil/256-955-6447) Ft. Bliss:� https://home.army.mil/bliss/about/Garrison/DES/gate-information Ft. Bliss POC:� Mr. Gregory Hunt (gregory.hunt21.civ@army.mil/915-568-2608) or Ms. Rosa Laney (rosa.m.laney.ctr@army.mil) White Sands Test Center: https://home.army.mil/wsmr/about/visitor-information WSTC POC: Enrique Lerma (enrique.lerma2.civ@army.mi/575-678-54654) Also, included the WSTC forms as an attachment to the RFI. Acquisition Strategy- Planning Information: North American Industry Classification System (NAICS): The applicable NAICS codes being considered for this effort is 541519-Other Computer Related Services, 518210-Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services, and 238210-Electrical Contractors and Other Wiring Installation/Contractors. The applicable Product Service Codes (PSC) is J069 � Maintenance, Repair, and Rebuilding of Equipment � Training Aids and Devices. NOTE 01: The current SBA Table of Small Business Size Standards was updated 17 March 2023;since the beginning of 2022, the SBA has regularly updated the table to account for inflation. Businesses must update their SAM.gov profiles in order to have their small business status reflect the most current small business size standards. Until updated, the SAM profiles will continue to display the small business status under outdated size standards. NOTE 02: In accordance with 13 C.F.R. 121.104, the current calculation for dollar (monetary) value based NAICS codes is average total receipts over the last five (5) completed fiscal years. NOTE 03: In accordance with 13 C.F.R. 121.106, the current calculation for employee based NAICS codes is average number of employees used for each pay period for the preceding completed 24 calendar months. Submission Details: Interested parties shall provide capability statement responses outlining technical solutions, existing capabilities, and key cost and schedule drivers that demonstrates their capability to fulfill the requirements described herein (20 pages maximum for each RFI). Responses should indicate those functions that the response satisfies currently and those functions that would require additional design and development efforts to satisfy the requirement. Responses are requested to provide a Rough Order of Magnitude (ROM) cost and schedule information. Is your company classified as a large or small business under NAICS code 541330 or 238210? If small business, please indicate any applicable socio-economic status [i.e., 8a, Small Disadvantaged Business (SDB), HUBZone, Veteran� Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB)]. If you plan on subcontracting to other companies in order to deliver technical capability, please provide details on exactly which tasks will be assigned to those subcontractors; in addition, provide the names of those anticipated subcontractors, and list the anticipated percentage of small business subcontracting. **NOTE (LIMITATIONS ON SUBCONTRACTING): If you are a small business interested in being the prime contractor for this effort, please be advised of updated FAR clause 52.219-14 (Limitations on Subcontracting) (OCT 2022). The current clause adds the definition of ""Similarly Situated Entity"" and the 50% calculation for compliance with the clause. Small business prime contractors may now count ""first tier subcontractor"" work performed by a ""Similarly Situated Entity"" as if it were performed by the prime contractor itself. To assist in our market research and set-aside determination for this effort, if you are a small business interested in priming this effort and plan to utilize a ""Similarly Situated Entity"" to meet the Limitations on Subcontracting requirements, please identify the name & Unique Entity ID/CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned ""Similarly Situated Entity"" should be included in answering any questions outlined in the RFI in order to assist the Government's capability determination. Please reference the System for Award management (SAM) notice number and title in the subject line of your e-mail and on all enclosed documents (footer). Responses shall use Microsoft Office 2013 (.xlsx, .docx, .xlsx or .pptx) or Adobe Acrobat 9 Pro {.pdf) formats. Responses shall be in sufficient detail for the Government to determine if your business possesses the necessary functional area expertise and experience to be considered. Information and materials submitted in response to this request WILL NOT be returned. All information/materials received in response to this RFI that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. DO NOT SUBMIT CLASSIFIED MATERIAL. Attachment/Links: RFI Project Descriptions USAISEC Technical Criteria for the Installation of Information Infrastructure Architecture (I3A), February 2010 Visit Request process for Redstone Test Center Visit Request process for White Sands Test Center Visit Request process for Ft. Bliss, TX Contact Information. Electronic responses to this RFI shall be submitted via email to the Contract Specialist, constance.k.hastings.civ@army.mil, with an electronic copy (CC) to the Technical Point of Contract (Engineer) via email, bobby.arora.civ@army.mil, no later than 3:00 p.m. (EST) on 26 July 2024 Primary Point of Contact: Constance K Hastings, constance.k.hastings.civ@army.mil Secondary Point of Contact: Bob Arora, Bobby.arora.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f0370d756b884675b022030a6aa903d9/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07094360-F 20240614/240612230110 (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 |
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.