|
COMMERCE BUSINESS DAILY ISSUE OF MAY 4,1998 PSA#2087DISA/D211, 5113 Leesburg Pike, Room 428, Falls Church, VA 22041 D -- DEFENSE INFORMATION SYSTEMS NETWORK INTERIM ASYNCHRONOUS TRANSFER
MODE (ATM) SERVICE (DATMS) SOL DCA200-98-R-0046 DUE 052998 POC Ms.
Nancy McClain, Contract Specialist, 703-681-6152 or Mr. Peter G.
Smingler, Contracting Officer, 703-681-0526 E-MAIL: Click here to
contact the Contract Specialist via e-mail, mcclainn@ncr.disa.mil. THIS
IS A CORRECTION TO THE CBD NOTICE WHICH WAS POSTED ON MONDAY, 27 APRIL
1998. FIRST CORRECTION: UNDER THE SECTION TITLED "PHYSICAL
CONNECTIVITY," THIRD SENTENCE, CHANGE "LINE CODING B8ZS," TO READ "LINE
CODING B3ZS,". SECOND CORRECTION: THE TABLES OF CLINS / SITES AND CLINS
/ NOMENCLATURE HAVE BEEN MADE MORE READABLE IN THE SYNOPSIS FORMAT
AVAILABLE ON THE CBD. A MS WORD 97 COPY OF THE CBD WILL BE PROVIDED TO
THOSE WHO REQUEST IT VIA E-MAIL. The Defense Information Systems
Agency (DISA) has a requirement to acquire commercial Asynchronous
Transfer Mode (ATM) service for 43 Government sites. Service shall be
provided for a 6-month base period and may be provided, if requested by
the Government, for up to two additional 6-month option periods.
Additional sites may be added by bilateral modification as requirements
are identified. The ATM service requirement is in support of expansion
of DISA's Defense Information Systems Network (DISN) ATM Services
Unclassified Network (DATMS-U). This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR 12.6, as supplemented with additional information
included in this notice. This announcement constitutes the only
solicitation; proposals are being requested and a written solicitation
will not be issued. The solicitation number is DCA200-98-R-0046. The
solicitation is a Request for Proposal (RFP). The solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 97-04 and Defense Acquisition Circular
91-13. This solicitation is issued as a Full and Open Competitive
acquisition. Standard Industrial Code (SIC) 4899 will be used for
determining company size status. The contract will be awarded on a firm
fixed price basis. The provision at FAR 52.212-1, INSTRUCTIONS TO
OFFERORS -- COMMERCIAL ITEMS and at FAR 52.212-2, EVALUATION --
COMMERCIAL ITEMS apply to this acquisition. Evaluation factors in their
relevant order of importance are: (a) technical acceptability, (b) past
performance acceptability, and (c) price. Technical acceptability will
be determined based upon the following: (1) Each offeror shall provide
a short (no more than 15 pages) technical description of its commercial
ATM service offering. Existing commercial literature may be provided,
but is not required, to supplement the technical description; (2) The
offeror must have and shall identify the locations of a Continental
United States wide commercial ATM infrastructure currently in place
having a sufficient number of backbone core switches to support the
Government's requirement at, as a minimum, a commercial grade of
service; (3) The Government may request face-to-face meetings to ensure
its understanding of the service offering and infrastructure, may visit
the offeror's network operations center, or may conduct site surveys at
core switch locations. Past performance acceptability will be
determined based upon the following: Each offeror shall provide the
name and the point-of-contact and telephone number of Government
Organizations or Companies (minimum -- 5, maximum -- 15) to whom ATM
service has been provided. These references will be asked to provide
information concerning service installation timeliness, quality of
service, trouble resolution and general customer satisfaction.
Information acquired through sources other than the references
identified by the offeror may be considered by the Government in making
its past performance acceptability determination. Offerors shall
include a completed copy of the provision at FAR 52.212-3, OFFEROR
REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS with their
offer. The clause at FAR 52.212-4, CONTRACT TERMS AND CONDITIONS --
COMMERCIAL ITEMS and at FAR 52.212-5, CONTRACT TERMS AND CONDITIONS
REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS
apply to this acquisition. The provision at DFARS 252.225-7000, BUY
AMERICAN ACT -- BALANCE OF PAYMENTS PROGRAM CERTIFICATE and at DFARS
252.212-7000, OFFEROR REPRESENTATIONSAND CERTIFICATIONS -- COMMERCIAL
ITEMS apply to this acquisition. The clause at DFARS 252.212-7001,
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS
applies to this acquisition. The following technical information and/or
requirements apply to the commercial service to be provided: PHYSICAL
CONNECTIVITY: Each site will require a single physical Service Delivery
Point (SDP) DS-3 connection from the ATM Service Provider to the
above-designated DISN Service Delivery Nodes (SDNs) which will be a
Government provided ATM Switch and interface card (most common switch
type: Fore Systems ASX-200BX with NM-4/DS-3C interface card). The
physical SDP interface shall be compliant with ATM Forum Specification
af-phy-0054.000 for DS3 ATM service. Coaxial cable, line coding B3ZS,
Frame Format: C-bit parity, must be terminated with BNC connector. The
vendor shall be responsible for installation and maintenance of the ATM
service from theDS-3C interface card line side of the government ATM
switch to the commercial demarc. Request two hour response time
turn-around to repair once trouble call has been reported. Carrier is
required to have circuit visibility to assist in any circuit outages.
At initial installation, vendor must test the access line using a 2E23
test pattern for a 24-hour period. Vendor must provide all long-haul
circuit numbers and local circuit identifiers for each location to the
government prior to the government accepting service. LOGICAL
CONNECTIVITY: DISN SDNs shall be initially logically interconnected
through the commercial ATM Service using the interconnection topology
outlined in files (Microsoft Excel format) available upon request via
email from sminglep@ncr.disa.mil. Each logical connection shall be
established using an ATM Forum compliant Permanent Virtual Path
Connection (PVPC) between designated end-point Service Delivery Nodes.
CONNECTIVITY QUALITY OF SERVICE: Each logical connection shall be
initially established as an ATM Forum-compliant Variable Bit Rate
(non-real-time) end-to-end connection using Usage Parameter Control
mechanisms defined in ATM Forum UNI specifications, af-uni-0010.002.
The following QoS parameters shall apply to each individual logical
PVPC at any single Service Delivery Point: (1) Cell Loss Ratio (CLR):
Less than 1x10-6 for cells with CLP=0; (2) Peak Cell Rate (PCR): Limit
of Physical Interface (e.g., DS3 = 96,000 cells/sec); (3) Sustainable
Cell Rate (SCR): nominally 10 MB/s (or approx. 23,500 cells/sec) (see
Subscription Bandwidth Paragraph below). Note: Cell Transfer Delay
(CTD) and Cell Delay Variation (CDV) are unspecified. SUBSCRIPTION
BANDWIDTH: The commercial ATM service shall support Permanent Virtual
Path Connection Sustainable Cell Rates (SCR) in increments up to the
capacity of the physical interface. This is the configuration which
will be used for proposal evaluation purposes. The contractor shall
also propose a rate structure for incremental SCR up to the physical
line limit of the SDP interface, as well as down to zero. CHANGES: The
contractor shall provide for responsive configuration changes to the
initial configuration, both in terms of logical connectivity and in
terms of Quality of Service parameters associated with each logical
connection. For example, it is expected that the initially specified
Sustainable Rate (SCR) requirement per PVPC will be modified based upon
evolving usage and traffic patterns once service has been established.
Offerors shall prepare their technical and price proposals based upon
information provided herein and addenda containing site specific
information which will be provided by e-mail by sending a request to
sminglep@ncr.disa.mil. Information concerning the CLIN number, required
Service Date, Line Rate and Initial Sustainable Cell Rate for each of
the 43 sites is provided below: CLIN -- Site -- Service Date -- Line
Rate -- Initial Sustainable Cell Rate -- -- - 0001 -- Kelly AFB, TX --
15 JUL 98 -- DS-3 -- 47,000(20 Mbps); 0002 -- Pentagon, VA -- 15 JUL
98 -- DS-3 -- 47,000 (20 Mbps); 0003 -- Falcon AFB, CO -- 15 JUL 98 --
DS-3 -- 47,000 (20 Mbps); 0004 -- MacDill AFB, FL -- 15 JUL 98 -- DS-3
-- 47,000 (20 Mbps); 0005 -- North Is. (San Diego), CA -- 15 JUL 98 --
DS-3 -- 47,000 (20 Mbps); 0006 -- LeMoore NAS, CA -- 31 JUL 98 -- DS-3
-- 23,500 (10 Mbps); 0007 -- Travis AFB, CA -- 31 JUL 98 -- DS-3 --
23,500 (10 Mbps); 0008 -- Malmstrom AFB, MT -- 15 AUG 98 -- DS-3 --
23,500 (10 Mbps); 0009 -- Mountain Home, ID -- 15 AUG 98 -- DS-3 --
23,500 (10 Mbps); 0010 -- F.E. Warren AFB, WY -- 15 AUG 98 -- DS-3 --
23,500 (10 Mbps); 0011 -- USAF Academy, CO -- 15 AUG 98 -- DS-3 --
23,500 (10 Mbps); 0012 -- Ft Carson, CO -- 15 AUG 98 -- DS-3 -- 23,500
(10 Mbps); 0013 -- Peterson AFB, CO -- 15 AUG 98 -- DS-3 -- 23,500 (10
Mbps); 0014 -- Ft Riley, KS -- 15 AUG 98 -- DS-3 -- 23,500(10 Mbps);
0015 -- McConnell AFB, KS -- 15 AUG 98 -- DS-3 -- 23,500 (10 Mbps);
0016 -- Ft Leavenworth, KS -- 15 AUG 98 -- DS-3 -- 23,500 (10 Mbps);
0017 -- Whiteman AFB, MO -- 15 AUG 98 -- DS-3 -- 23,500 (10 Mbps); 0018
-- Ft Leonard Wood, MO -- 15 AUG 98 -- DS-3 -- 23,500 (10 Mbps); 0019
-- Grand Forks, ND -- 15 AUG 98 -- DS-3 -- 23,500 (10 Mbps); 0020 --
Minot AFB, ND -- 15 AUG 98 -- DS-3 -- 23,500 (10 Mbps); 0021 --
Ellsworth AFB, SD -- 15 AUG 98 -- DS-3 -- 23,500 (10 Mbps); 0022 --
Little Rock AFB, AR -- 15 SEP 98 -- DS-3 -- 23,500 (10 Mbps); 0023 --
Vance AFB, OK -- 15 SEP 98 -- DS-3 -- 23,500 (10 Mbps); 0024 -- Altus
AFB, OK -- 15 SEP 98 -- DS-3 -- 23,500 (10 Mbps); 0025 -- Ft Sill, OK
-- 15 SEP 98 -- DS-3 -- 23,500 (10 Mbps); 0026 -- Sheppard AFB, TX --
15 SEP 98 -- DS-3 -- 23,500 (10 Mbps); 0027 -- Dyess AFB, TX -- 15 SEP
98 -- DS-3 -- 23,500 (10 Mbps); 0028 -- Goodfellow AFB, TX -- 15 SEP
98 -- DS-3 -- 23,500 (10 Mbps); 0029 -- Ft Hood, TX -- 15 SEP 98 --
DS-3 -- 23,500 (10 Mbps); 0030 -- Barksdale AFB, LA -- 15 SEP 98 --
DS-3 -- 23,500 (10 Mbps); 0031 -- Laughlin AFB, TX -- 15 SEP 98 -- DS-3
-- 23,500 (10 Mbps); 0032 -- Corpus Chrisi NAS, TX -- 15 SEP 98 -- DS-3
-- 23,500 (10 Mbps); 0033 -- Ft Polk, LA -- 15 SEP 98 -- DS-3 -- 23,500
(10 Mbps); 0034 -- Ft Gordon, GA -- 30 SEP 98 -- DS-3 -- 23,500 (10
Mbps); 0035 -- Ft Jackson, SC -- 30 SEP 98 -- DS-3 -- 23,500 (10 Mbps);
0036 -- Shaw AFB, SC -- 30 SEP 98 -- DS-3 -- 23,500 (10 Mbps); 0037 --
Beaufort Naval Hosp, SC -- 30 SEP 98 -- DS-3 -- 23,500 (10 Mbps); 0038
-- Ft McPherson, GA -- 30 SEP 98 -- DS-3 -- 23,500 (10 Mbps); 0039 --
Ft Benning, GA -- 30 SEP 98 -- DS-3 -- 23,500 (10 Mbps); 0040 -- Moody
AFB, GA -- 30 SEP 98 -- DS-3 -- 23,500 (10 Mbps);0041 -- Ft Stewart,
GA -- 30 SEP 98 -- DS-3 -- 23,500 (10 Mbps); 0042 -- Jacksonville NAS,
FL -- 30 SEP 98 -- DS-3 -- 23,500 (10 Mbps); 0043 -- Patrick AFB, FL
-- 30 SEP 98 -- DS-3 -- 23,500 (10 Mbps) Based upon the information
above and the addenda containing site specific information, propose a
price for each of the Sites in the following format (Alternate formats
shall be rejected without review): CLIN -- NOMENCLATURE --
NONRECURRING COST -- MONTHLY RECURRING COST -- -- - 0001 -- (Site
name); 0001AA -- ATM Service Installation -- $ -- N/A; 0001AB -- ATM
Service -- N/A -- $ Technical and cost proposals are due in one (1)
soft copy in either MS Word or WordPerfect 6.1 no later than 29 May
1998, 2:00 EST p.m. to DISA/D211, Mr. Peter G. Smingler, 5113 Leesburg
Pike, Room 428 Falls Church, VA 22041.***** LLLL (0119) Loren Data Corp. http://www.ld.com (SYN# 0023 19980504\D-0001.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|