Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2005 FBO #1208
SOLICITATION NOTICE

70 -- DODIIS VOIP EQUIPMENT

Notice Date
1/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Intelligence Agency, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard Post Office Box 46563, Washington, DC, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-05-R-0007
 
Response Due
2/8/2005
 
Point of Contact
Lynda Cave, Contract Specialist, Phone 202-231-8464, Fax 202-231-2831,
 
E-Mail Address
brunilda.cave@dia.mil
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. This requirement is unrestricted. The North American Industry Classification System code is 334210 (formerly SIC code 3661) at a 1,000 size standard. The contractor shall provide all personnel, equipment, tools materials, and other items and services necessary to support the requirement in the Statement of Objectives (SOO) and Appendix A, DODIIS VOIP Technical Requirements. STATEMENT OF OBJECTIVES (S00) FOR DEPARTMENT OF DEFENSE INTELLIGENCE INFORMATION SYSTEM (DODIIS) VOICE OVER IP (VOIP) SYSTEM 1.0 - INTRODUCTION 1.1 Project Objective: Determine the VoIP feasibility and implementation in the DoDIIS Community. 1.2 Scope and Constraints: This effort covers the infrastructure to be located at each of the regional service centers (RSCs) and IP phones that will be required to support VoIP in the DoDIIS environment. This infrastructure will operate at the TS/SCI level and will interconnect the NSA Secure Telephone System (NSTS). There will not be any interconnection with the unclassified voice system or internet. The operational fielded VoIP networks existing within DoDIIS supporting Operation Iraqi Freedom (OIF) must interoperate with the proposed VoIP system. 1.3 Background: The DoDIIS community is comprised of DoD Intelligence community users that work at many locations around the world. These users are supported by a world wide IT infrastructure that gives them the capability to collaborate, share, and disseminate information. JWICS, described briefly below, is the transport network that supports this infrastructure. The RSCs, also described briefly below, provide all the required common applications for these users. 1.3.1 JWICS: The Joint Worldwide Intelligence Communications System (JWICS) is the global backbone network for the Department of Defense Intelligence Information System (DoDIIS) providing direct support to a wide range of users -- from the policy makers, to the unified commands, to the Warfighters in the field. The JWICS network is also the primary Sensitive Compartmented Information (SCI) component of the Defense Information Systems Agency's (DISA) Defense Information System Network (DISN). As such, it is a 24-hour-a-day; 7-day-a-week networked capability designed to meet the requirement for secure (TOP SECRET SCI) high speed multimedia communications. JWICS supports 160 permanent user locations worldwide as well as over 40 deployable systems that are used by the Major Commands in all crises since Operation Iraqi Freedom (OIF). This is a closed network that does not interconnect to any public networks. The services supported by the network include, but are not limited to: IP data transport, point-to-point and multipoint video teleconferences (VTCs), and video broadcasts. The JWICS Program is now expanding the infrastructure to support Voice over IP (VoIP). The DoDIIS VoIP infrastructure will be located at each of the Regional Service Centers (RSCs) or distributed within a 100 mile radius proximity of the RSC locations. DoDIIS currently has over 1150 VoIP phone endpoints supporting a critical operational network at CENTCOM. Also, DoDIIS has over 40 deployable C-JWICS and JMICS tactical mobile units utilizing an operational VoIP network supporting OIF. The proposed VoIP system must be able to place secure phone calls, connect, maintain calls without dropping while utilizing standard PBX features (listed in the DoDIIS technical requirements, section 1.15) into CENTCOM operational VoIP system and the C-JWICS/JMICS tactical VoIP network. 1.3.2 RSCs: The DoDIIS Architecture will transition to a new IT organizational construct that implements geographically dispersed information management centers. The RSCs will provide the Defense Intelligence customers and analysts’ access to data, applications, and core services. The RSC geographical regions and sponsors are as follows: Washington, DC - Bolling Air Force Base; Tampa, FL – USCENTCOM; Colorardo Springs, CO – USNORTHCOM; Hawaii – USPACOM; Stuttgart, GE – USEUCOM. The RSC will include IT capabilities and future data, applications and core services into the RSC domain based on the processes outlined in this document. 1.3.2.1 Virtual vs. Physical RSC Architecture: The RSC implementation will be accomplished using a virtual, regional architecture. This “virtual” vice “physical” implementation approach allows each RSC to immediately exploit existing IT capabilities within its geographic region--not every RSC component needs to be physically collocated to be effective. As an example, in Europe the IT components could be located at Stuttgart, RAF Molesworth UK, and Naples IT. Over time some consolidation of IT capabilities and services will occur when cost or mission support benefits can be realized. The initial RSC locations were based on the location of JIVA components and will be evaluated over time to determine if adjustments are warranted. The geographical location of a RSC or its component elements may change over time if for mission support purposes, cost, or disaster recovery concerns indicate that an adjustment is warranted. The DoDIIS VoIP infrastructure equipment will be located at each of the Regional Service Centers (RSCs) or distributed at another site within a 100 mile radius proximity of a RSC location as listed in paragraph 1.3.2. The DoDIIS VoIP system must support load balance and automatic failover for calls and voice mail without human intervention to another IP PBX(s)/voice mail server(s) located within a 100 mile radius proximity of a RSC location or other distributed site. 1.3.2.2 RSC Capabilities: Each RSC will provide a number of IT capabilities for its supported region. These capabilities are composed of critical GDIP mission applications, data, and core services that are shared or used by more than one organization. This may take the form of hosting the data and application within the RSC, providing access to the data through a portal or middleware hosted at the RSC, or by organizations providing access to the data on their external servers (e.g., Intelink). Other capabilities such as imagery and intelligence-related Command and Control applications such as the Global Command and Control System Integrated Imagery and Intelligence (GCCS-I3) will also be included in the RSCs. Initially, the core set of RSC capabilities provided will include the DMS, IDS, access to the JIVA community applications and tools, application and data recovery capabilities by embedding support from the DRP, and full use and access via the Full Service Directory (FSD) and Public Key Infrastructure (PKI) programs. As such, bandwidth conservation is critical to ensure these RSC applications will be readily available for users to support vital intelligence missions. 2.0 - FUNCTIONAL DESCRIPTION 2.1 System Requirements: The requirements for the DoDIIS VoIP system are listed in Appendix A, DODIIS VOIP Technical Requirements. For each requirement listed in Appendix A, the requirement must be fully met and not partially met by the proposed VoIP system. Any proposed hardware must be generally available (GA) for public use prior to Jan 1, 2005 and shipped to the government within 30 days of award date. Any proposed software must be GA for public use prior to Jan 1, 2005 and provided to the government within 30 days of award date. For each requirement listed in Appendix A, list the VoIP system name to include all hardware and software releases and associated GA dates for all hardware and software that meets the requirement. Also, provide a description describing how the proposed VoIP system (hardware and/or software) meets the requirement. 3.0 - TASKS/TECHNICAL REQUIREMENTS 3.1 Service Area(s) and Resource/Skill Mix: N/A 3.2 Tasks to be Performed 3.2.1 The contractor will deliver the required infrastructure hardware and software to the Government that supports all requirements within 30 days of award date. 3.2.2 The Contractor shall provide 24 X 7 telephonic maintenance for the delivered hardware and software. The contractor may also be required to provide on-site specialized maintenance within 3 hours in the event telephonic support cannot solve the problem. 3.3 Deliverables and Reporting Requirements: Any proposed hardware must be generally available (GA) for public use prior to Jan 1, 2005 and shipped to the government within 30 days of award date. Any proposed software must be GA for public use prior to Jan 1, 2005 and provided to the government within 30 days of award date. 4.0 - SPECIAL PROVISIONS 4.1 Performance Schedule: The infrastructure equipment will be delivered to the DIA warehouse facility located in the National Capital Region within 30 days from contract award. 4.2 Place of Performance: RSC locations for on-site maintenance as required. 4.3 Times of Performance: N/A. 4.4 Travel Requirements: Contractor to travel to RSC/virtual RSC locations in the event telephonic support does not correct problem. 4.5 Security Requirements: All personnel traveling to Government facilities must have active TS/SCI (DIA level 6) clearances. 4.6 Government Furnished Equipment (GFE): The JWICS network infrastructure is GFE. Facilities and the RSC are GFE. 4.7 Facilities and Logistics: None required. 5.0 - INSPECTION AND ACCEPTANCE 5.1 Receiving Reports: The Government will inspect and accept all deliverables as provided. FAR PROVISIONS: The provisions at 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-3, OFFERORS REPRESENTATION AND CERTIFICATIONS-COMMERICAL ITEMS (JAN 2005); 52.212-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) and 52.233-2 SERVICE OF PROTEST (AUG 1996) are hereby incorporated. Clause 52.212-2, EVALUATION--COMMERCIAL ITEMS applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, past performance and price; with technical being more important than past performance. The Government will award to the offeror submitting the lowest priced technically acceptable proposal. In order to be considered technically acceptable, proposals must meet the following requirements: 1) Technical requirements. The offeror must demonstrate that the products offered comply with the mandatory technical requirements described in the DODIIS VOIP Technical Requirements of the solicitation. 2) Experience on similar contracts. The offeror must demonstrate that it has succcessfully performed at least three contracts for pure IP deployments within the past three years as defined under Special Instructions. Offerors must submit a completed copy of the following provisions: FAR 52.212-3 OFFERORS REPRESENTATION AND CERTIFICATIONS-COMMERICAL ITEMS (JAN 2005) ALT I (APR 2004); FAR 52.225-2 BUY AMERICAN ACT CERTIFICATE (JUNE 2003); DFAR 252.225-7000 BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE with their proposals. All clauses and provisions can be found at the following website: www.farsite.hill.af.mil. FAR CLAUSES: The clause at 52.212-4, CONTRACT TERMS AND CONDTIONS-COMMERICAL ITEMS is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-4, 52.209-5, 52.209-6, 52.214-34, 52.214-35, 52.219-9 Alt II, 52.219-16 , 52.227-1, 52.227-2, 52.232-1, 52.232-25, 52.233-1, 52.242-13, 52.242-15, 52.245-4, 52.246-16, 52.500-4079, 52.253-1, 252.204-7003, 252.204-7004 Alt A, 252.209-7001, 252.209-7004, 252.219-7003, 252.225-7001, 252.225-7002, 252.232-7003, 252.241-7001, 252.243-7001, 252.246-7000. FAR CLAUSE 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS applies to this acquisition, specifically the following cited clauses: 52.233-3, 52.203-6, 52.219-4, 52.219-8, 52.219-9 Alternate II, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33. DFAR CLAUSE 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, specifically the following cited clauses: 52.203-3, 252.225-7001, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024 To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). Contractors can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. Questions concerning this solicitation should be addressed to Lynda Cave, Contracting Officer, Phone (202) 231-8464, Fax (202) 231-2831, Email to brunilda.cave@dia. mil. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (29-JAN-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 16-MAR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/DIA/ZD50/HHM402-05-R-0007/listing.html)
 
Place of Performance
Address: Bolling Air Force Base, Washington DC
Zip Code: 20340
Country: USA
 
Record
SN00770440-F 20050318/050316214711 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.