Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19,1997 PSA#1975

DISA/D211, 5113 Leesburg Pike, Room 428, Falls Church, VA 22041

D -- DISN SERVICES -- PACIFIC POC Peter G. Smingler, Contracting Officer, (703) 681-0526 WEB: Click here to download copies of DISN Services -- Pacific documents, http://www.disa.mil/disn/disnhome.html. E-MAIL: Click here to contact the contracting officer via e-mail, sminglep@ncr.disa.mil. The Defense Information Systems Agency (DISA) hereby issues a Request for Information (RFI) regarding transmission and network services to support Defense Information System Network (DISN) users within the Expanded Pacific Region which currently includes, but is not limited to: Alaska, Hawaii, Southeast Asia (including Singapore, Taiwan, and the Philippines), Southwest Pacific Islands (including Guam, New Zealand, and the Trust Territories), Northeast Asia (including Korea), South Central Asia (including India and Ceylon), Australia, Wake Island, Indian Ocean (including Diego Garcia), Okinawa, Johnston Island, Kwajalein, mainland Japan, Antarctica, Canada, the Caribbean, and Central and South America. Two separate solicitations are envisioned, one for transmission services and one for a number of network support services required to fully implement the DISN. The transmission solicitation is for dedicated bandwidth leased services comprised of one-way and two-way transmission links over a full range of media and interfaces (air, ground) with bandwidth ranging from sub T-1 (N by 64 Kbps) through OC-12 (or higher if commercially available during the life of the contract) between service delivery points (inter-country and intra-country) within the expanded service region. The transmission architecture allows for incorporation of evolutionary or new commercial-off-the-shelf, open-systems standards, nonproprietary based technologies and media capabilities. A Government developed transmission matrix is included in this package for information only. This matrix design should not be interpreted as representing the Government's complete requirements nor as an order for services and should not limit responders' vision for an acceptable design. The network services solicitation will provide for switching services, bandwidth management services (both TDM and ATM based), related network management, and professional support services with sufficient scope to support Government engineering design and modeling efforts, operation and maintenance, and expansion of Government information management facilities. Services sought will be commercially available but subject to a measure of Government oversight and emergency control. Essential components of the end service (bandwidth managers, switches) will be required to be installed on U.S. Government-controlled facilities and supported at selected facilities by contractor personnel cleared at the U.S. Secret level. Contractor personnel at select locations may be limited to U.S. citizens cleared at the U.S. Secret level. It is contemplated that the proposed contracts will be fixed price Indefinite Delivery/Indefinite Quantity delivery and/or task order contracts. It is contemplated that the periods of performance will be a three-year base period with seven one-year option periods. The DISN Pacific strategy is to consolidate independent networks into a single, integrated, multimedia, cost-effective, efficient, common-user global "infosphere." The DISN will provide seamless and interoperable information transport and service management across strategic and tactical networks. The DISN will use available commercial products and services, while providing the degree of network control necessary to ensure rapid response to end-user requirements. The DISN will facilitate the management of information resources. Respondents are invited to offer comments regarding the acquisition strategy, the draft documents located on the DISA DISN WEB site, and the questions listed below. The questions pertain to the issue of the availability of commercial services for providing transmission and network services for the DISN Pacific program. Your comments concerning the creative use of emerging technologies to satisfy evolving requirements, accommodate future technology insertion, and reduce costs are also encouraged. The DISA DISN WEB site address is http://www.disa.mil/DISN/disnhome.html. You are requested to provide comments concerning the following questions within these parameters: (A) Estimate the nonrecurring and investment cost and/or recurring costs which would be charged to the government and (B) Describe the contractual features of your proposed concept. (1) Can you provide sub T-1 through OC-12 transmission capabilities? If not, by what date can you provide these services? Please describe your capabilities by country (intra and inter) for the region. (2) Describe your plans for commercial ATM transmission services, if any. Provide details of the geographic coverage and available access bandwidths, emphasizing the locations and bandwidths defined in the DTS -- P topology. Please include a list of standards based service offerings (native ATM and legacy interfaces) with anticipated pricing and expected date of availability at each DTS -- P location. Background data that supports the anticipated quality and robustness of the ATM Services would also be appreciated. (3) When might international standard ATM services be available between any of the listed service points, and what would be the order of magnitude cost for these services? (4) What are your quality of services and restoral time periods for the various media throughout the entire region? Provide matrix which compares QOS and restoral times for the regions listed. (5) For new service (normal and expedited) requests, what is the time necessary from an order date to the delivery of the new service? (6) Can you provide network management information through an active interface with the government DISN network management center at the Regional Operations and Security Center (ROSC) Pacific? ROSC Scott? (7) In any of the above noted inquiries/questions, please describe any limitations for a given geographical area of the region. The Point Of Contact (POC) for technical issues concerning this announcement is William Martens, DISA/D214 at (703) 681-0916, Fax (703) 681-0345. The POCs for contractual issues are Mr. Aaron J. Tilock, Contract Specialist at (703) 681-6985, Fax (703) 681-6625, and Mr. Peter G. Smingler,Contracting Officer, DISA/D211 at (703) 681-0526, Fax (703) 681-6625. Proprietary information should be identified as such. In order to be considered, responses must be submitted no later than 15 December 1997 and must include one original, ten hard copies and one electronic copy in MS Word 7.0. Each solicitation (Transmission and Network Services) should be addressed in a separate package. Responses should be sent to Mr. Aaron J. Tilock, DISA/D211, 5113 Leesburg Pike, Room 428, Falls Church, VA 22041. Responses should include the Company Name, Street Address, City, State, nine-digit Zip Code, POC, POC telephone and facsimile numbers. If the company address includes a post office box, a complete street address should also be provided. It is contemplated that Standard Industrial Code (SIC) 4899 will be used for determining company size status.***** LLLL (0321)

Loren Data Corp. http://www.ld.com (SYN# 0029 19971119\D-0009.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page