Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 4,1998 PSA#2087

DISA/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