Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2007 FBO #2132
SOURCES SOUGHT

D -- NRRC Sources Sought Notice

Notice Date
9/26/2007
 
Notice Type
Sources Sought
 
NAICS
517212 — Cellular and Other Wireless Telecommunications
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T08RN202
 
Response Due
10/31/2007
 
Archive Date
12/30/2007
 
Point of Contact
allison.murray, 732-532-2205
 
Small Business Set-Aside
N/A
 
Description
Description This is a sources sought announcement only. There is no solicitation available at this time. Requests for a solicitation will not receive a response. The North American Industrial Classification System (NAICS) code is 517212 with a SBA size standard of 1500 employees. Contractors must identify their business type (i.e., large, small, small and disadvantaged, 8(a) certified, woman-owned small, HUB Zone certified small, or service disabled veteran-owned small business) in their response. The primary mission of the Headquarters, U. S. Army Communications-Electronics Command, Program Executive Office Command, Control and Communications Tactical (PEO C3T), Northeast Regional Response Center (NRRC) is to serve as a test bed for technology inse rtion and to cooperatively build material solutions that fulfill capability sets within a Common Ground Communications Architectural vision for the Army. Part of this mission involves the promotion of a collaborative environment to highlight and resolve c ommunications infrastructure integration issues between dissimilar networks, including the voice, data, and video systems which support the Homeland Defense/Security response systems. The NRRC has been tasked by USNORTHCOM to explore the possibilities of sharing Communications Architecture and Information Technology for emergency, extraordinary or temporary operations. The concept of operations that USNORTHCOM employs requires Joint Ta sk Forces (JTF) to be equipped with traditional military communications systems as well as commercial capabilities. Elements subordinate to a JTF may not be equipped with military communications capabilities, since their primary mission may be to interfac e with State, local and Federal emergency response services. To deal with this interoperability challenged environment USNORTHCOM has identified objective and threshold environments with resultant specific technical solutions for deployed DOD elements. To a large extent, these technical solutions were the result of the expertise and resources brought to bear by the NRRC to mitigate the effects of a complete absence/degradation of communications and situational awareness during Hurricanes Katrina and R ita. Since that time, the NRRC has continued to support deployable elements such as ARNORTH and the 20th SUPCOM by providing engineering and communications support in accordance with USNORTHCOM guidance. To meet ongoing mission requirements the NRRC has identified objective and threshold environments (with resultant specific technical solutions) for deployed DOD elements. These include: " Multiple, geographically diverse, Satellite Teleports connected via dedicated, redundant and diverse terrestrial circuits to a private MPLS based network " Secure and redundant coverage of all 54 US States and Territories (redundant teleports, satellites and terrestrial connectivity to public Internet and PSTN), plus private (SIPRnet and NIPRnet networks) " Global multi-band infrastructure to support X, KU, extended KU, C, and L-BAND transmission schemes " Ability and authority to provide technical support and monitoring of NIPR & SIPR network infrastructure and services " Advanced reporting capabilities for providing performance metrics on all aspects of network infrastructure " Portable IP addressing and telephone numbers. This portable capability allows the unit(s) to keep the same IP addresses and telephone numbers globally " An Integrated BGAN (Broadband satellite L-BAND wireless) service has also been activated. This service provides: " Direct access from a fully managed INMARSAT Direct Private Access Point Name (APN) to a private MPLS network " Provides an immediate and effective way to restore essential communications, so that rescue efforts can start within minutes of arriving at the disaster area and continue unimpeded, regardless of the state of terrestrial networks " The assignment and management of the same block of private IP addresses to both KU and BGAN services " Two Network Peering Centers connected to INMARSATs meet me points in TeleCity (centers must be equipped with a Telco Class 5 VoIP Switch, able to provide Telco quality VoIP services on a Global Basis) " Technical Assistance Center (TAC) and Network Operations Security Center (NOSC) The NRRC is seeking potential sources capable of providing this capability for Homeland Defense/Security (HLD/HLS) operations. To ensure that Sensitive Information is protected through the project life cycle, the DoD Information Technology Security Certif ication & Accreditation Process (DITSCAP) and DoD Information Assurance Certification and Accreditation Process (DIACAP) will be followed for all DOD-related activities. This includes all advanced C&A interim guidance required to meet the transition to a streamlined C&A process that supports net-centricity, lends itself to evolving automated C&A tools, and is consistent with the Federal Information Security Management Act (FISMA), DoDD 8500.1 and DoDI 8500.2 The contractor must adhere to the National Information Assurance Certification and Accreditation process (NIACAP) for all other federal departments and agencies. The contractor must demonstrate past performance of the deployment of a global IP VSAT archite cture. In addition to the above, the implementation of Department of the Army Regulations such as the Army Regulation 25-2, November 14, 2003, Information Assurance (AR 25-2) will augment the requirements of the DITSCAP. The contractor must also demonstr ate a capability to support Advanced Encryption Standard (AES), Triple Data Encryption Standard (Triple DES) and IPv6 technologies. The NRRC Environment also requires that a fully developed security plan addressing each network, hardware and software item of the DOD 8510.1-M, DOD Information Technology Security Certification and Accreditation Process (DITSCAP) Application Manual be in place. Vendors should document their experience in this area including past performance of executing the Facility Security Clearance (FCL) process and of performing network operations and customer care in a cleared facility. The contractor will be responsible for service assurance, delivery, availability/integrity of the network, as well as 24/7/365 proactive monitoring of the network. Proactive monitoring of the network must include a staffed Network Operations Security Cente r (NOSC). The contractor will also be responsible for operating a reactive trouble management and help desk capability. This capability will be a facility that provides full time (24x7x365) reactive trouble management and help desk functions. The contracto r will manage this capability as a single point of contact tier 1 and tier 2 customer care and technical support staff operation. In order to be considered the contractor must provide technical, operational and support staff with current active secret or t op secret clearances. If selected, the contractor must be capable of providing both network services and user services. Network services shall include satellite reach back, LMR, cellular, wired and wireless Ethernet and radio gateway. User services shall include VoIP, VTC, ema il, chat, white boarding, common operating picture (COP), incident command system, web portal and directory services. To be considered the contractor must guarantee that all services will be available beginning June 1, 2008. The basic period of performance is expected to be a five (5) year Indefinite-Delivery/Indefinite Quantity (ID/IQ) IDIQ contract. In conjunction with the above referenced services, the Government anticipates outleasing facility space pursuant to the authority of 10 U.S.C. ? 2667. This facility space would be used to house contractor equipment which will be required for the provision of services. Firms capable of performing the described services are invited to submit a description of their capabilit ies and experience in writing. Responses shall be limited to 3 pages and should include, as a minimum, (1) evidence of relevant past experience; (2) related projects and/or existing systems, etc; and (3) business size as described above. This sources sought synopsis is for planning purposes only and does not constitute a solicitation for bids/proposals. It is not to be construed as a commitment by the Government. The Government does not intend to pay for any information provided under thi s synopsis. Responses will assist the Government in determining whether to set-aside/restrict competition in some way or solicit offers from all responsible sources. All respondents are required to complete the Central Contractor Registration (CCR) proces s to be considered eligible for any potential Department of Defense contracts. CCR registration information can be obtained at http://www.ccr.gov/. Responses to this notice must be provided no later than 30 days from the date of the announcement. Point of Contact Richard W Seyfert Jr USA C-E LCMC NRRC Attn: SFAE-C3T-NRRC (Seyfert) Bldg 2707, Pearl Harbor Ave Ft Monmouth, NJ 07703 Place of Performance Northeast Regional Response Center Building 3422 Fort Dix, NJ 08640
 
Place of Performance
Address: Northeast Regional Response Center Building 3422 Fort Dix NJ
Zip Code: 08640
Country: US
 
Record
SN01421769-W 20070928/070926224248 (fbodaily.com)
 
Source
FedBizOpps 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.