Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2005 FBO #1426
SOLICITATION NOTICE

D -- Department of Homeland Security's Alerting and Coordination Network

Notice Date
10/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
517310 — Telecommunications Resellers
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Dr. Building 3600, Scott AFB, IL, 62225-5406
 
ZIP Code
62225-5406
 
Solicitation Number
Reference-Number-DHS-ACN-PR-RINC-06-0000X
 
Response Due
10/31/2005
 
Archive Date
11/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Information Technology Contracting Office (DITCO) intends to issue a sole source order to Arrowhead Global Solutions, Inc (AGSI) to continue network connectivity for the Department of Homeland Security?s (DHS?s) Alerting and Coordination Network (ACN). ACN program operations support and telecommunications network connectivity are currently provided under General Services Administration?s 8(a)STARS contract. Under that order, the ACN program operations support expires 05 July 2006; however, the telecommunications network connectivity expires 05 December 2005. This sole source action will establish a seven (7) month bridge of the ACN telecommunications network connectivity with an expiration date that will coincide with the expiration date of the program operations support provided under the existing 8(a)STARS order. The National Coordinating Center (NCC) for Telecommunications currently operates the nationwide ACN with contracted operational, administrative and technical support from AGSI. AGSI has directly subcontracted with AT&T Government Solutions for the existing nationwide Multi-Protocol Label Switching (MPLS) -enabled, virtual private network to provide essential non-public switched communications among selected critical Government and Industry operations centers. AT&T provides the wide area telecommunications network connectivity with AGSI providing management and technical oversight of all end-to-end services, (e.g., ACN Help Desk, ACN PBX?s, ACN Data Centers, ACN user devices, ACN Training/Documentation/Exercises, ACN Network Testing, and ACN activations). The ACN network provides a stable, isolated emergency communications network that supports critical planning, provisioning, and restoration activities (i.e., natural disasters, terrorism, etc) when the Public Switched Telecommunications Network is inoperable, stressed, or congested. The ACN is the critical link between major telecommunications carriers who in turn provide tactical on-ground telecommunications. Under the current contract vehicle, physical telecommunications connectivity is provided to thirty-eight distinct locations distributed throughout the Contiguous United States of America (CONUS). Any incoming telecommunications network connectivity provider may be required to conduct site visits to determine specific site requirements. Removal of the existing AT&T circuit/router equipment in parallel with new circuit/equipment installation would be required. Fully operational telecommunications network connectivity to support the ACN is required no later than 06 December 2005. The de-installation/installation process would require close transition planning to ensure that potential service disruptions do not occur during site cutover. Additionally, all efforts associated with providing the telecommunications network connectivity would be directly coordinated/managed by AGSI, who will continue to provide ACN program operations support, upon award of this order and throughout the 7-month performance period. The statutory authority for other than full and open competition is 10 U.S.C. 2304 (d)(1)(B). Only one responsible source and no other supplies or services will satisfy agency requirements. All inquiries regarding this synopsis shall be submitted electronically and directed to Kathy M. Tullock, Contracting Officer, at kathy.tullock@disa.mil. Estimated date of award is 30 November 2005. All responsible sources will be considered in evaluating the determination to issue a sole source contract. Due date for responses/inquiries is 31 October 2005. The North American Industry Classification System (NAICS) code is 517310. The following Government-wide numbered notes apply: 1, 22.
 
Place of Performance
Address: Arlington, VA
Zip Code: 22204
Country: USA
 
Record
SN00918277-W 20051022/051020211543 (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.