Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2009 FBO #2630
SOURCES SOUGHT

D -- THIS IS A REQUEST FOR INFORMATION ONLY. The Government is in need of information on potential sources to provide Low Visibility Communications Support. Qualified vendors must possess a TS Facility Clearance.

Notice Date
2/5/2009
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, PEO EIS Technology Applications Office, PEO EIS Technology Applications Office, ATTN: SFAE-PS-TAO-C, 1671 Nelson Street, Fort Detrick, MD 21702-5044
 
ZIP Code
21702-5044
 
Solicitation Number
W904TE09TVISI
 
Response Due
2/20/2009
 
Archive Date
4/21/2009
 
Point of Contact
Thea R. Hofgesang, 301-619-6365<br />
 
Small Business Set-Aside
N/A
 
Description
The Technology Application Office (TAO) intends to solicit REQUEST FOR INFORMATION (RFI) ONLY FOR PLANNING PURPOSES. THIS IS A REQUEST FOR INFORMATION ONLY as defined in FAR 15.201(e). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. The Government is in need of information on potential sources to provide Special Communications Support. Responses to this RFI will support the development of an acquisition strategy for a contract to provide Special Communications Support. See the Statement of Objectives. Statement of Objectives PURPOSE: SOCOM requires a communications network capable of supporting voice and data that provides a high level of operational security, while also providing multiple transmissions paths not associated with or attributable to the US Government. GENERAL REQUIREMENTS: Qualified vendors must possess a TS Facility Clearance and proposed must currently be or are eligible for SCI indoctrination. Networking hardware and a secure architecture to ensure user location security. IP-based technology, utilizing the commercial Internet as much as possible for voice, data and video. Multiple user nodes at US Government locations, providing multiple IPs and multiple phone lines. "User locations to include military and other USG facilities. "Bandwidth required is 1.5-3.0 MB, depending on location. "Up to 32 IP addresses per location. "UP to 12 phone lines per location. Multiple user nodes at non-US Government locations, providing multiple IPs and multiple phone lines. "User locations have the potential to be located nationwide. "Bandwidth required is 1.5-3.0 MB, depending on location. "Up to 10 IP addresses per location. "Up to 10 phone lines per location. Phone lines must support secure telephone (STU/STE) functionality, and should be IP based if possible. Contractor to implement the network NLT 01 JUN 09. Contractor to provide recommendations for added security and operational functionality/flexibility on a semi-annual basis. Security vulnerability testing to be conducted quarterly with results reported to customer CLT 10 days following test completion. Must support multiple simultaneous users at remote and HQ locations. Architecture must be flexible to support potential changes in operational requirements. Contractor to provide a transition plan to include: no break in service from current network; QA testing and demonstration prior to cutover. Connectivity from POP node must be untraceable back to customers physical location. Customer must be able to conduct remote administration of a Web server, if used. Customer will approve all changes in functionality, operations and security to the network. Contractor will provide 24/7 telephone technical support. Network must be available 24/7/365 with a 99% reliability. Contractor to provide an OPSEC plan for the network and support personnel. Network must be secure from attempts to hack any web servers or connectivity path back to customer location. Customer to provide an evaluation criteria plan to ensure network proposal meets the desired objectives. Contractor to provide initial and periodic follow-on training to users and administrators. Contractor to provide an implementation schedule consistent with desired timeline. Network latency must be kept to the absolute minimum to support voice and live video feeds. Contractor to provide an option for administration of user-directed website development, if utilized. INDUSTRY DAY: An Industry Day will be held on 27 February 2009 in Spring Lake, NC. Complete details will be provided to interested parties who submit a white paper and possess a TS/SCI clearance. All questions shall be submitted by 20 February via email to thea.hofgesang@us.army.mil. Responses to questions will be distributed and discussed at the Industry Day. Only seriously interested parties who possess a TS/SCI clearance shall attend. Only contractors who attend the Industry Day shall be considered for the proposal that may follow. Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institution Name, Address, Point of Contact, Cage Code, Phone Number, Email address, and Webpage URL, business size standard, and business classification. A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). State the clearance held by the Company. Qualified vendors must possess a TS Facility Clearance and proposed must currently be or are eligible for SCI indoctrination to attend the Industry Day. The North American Industry Classification System (NAICS) Code for this effort is 517910. White papers shall be submitted by 20 February 2009 at 1200 hours EST. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. Formal responses should be e-mailed to thea.hofgesang@us.army.mil. Technical questions regarding this RFI should be directed to Ms. Thea Hofgesang, 301-619-6365 or thea.hofgesang@us.army.mil. Responses shall be submitted NO LATER THAN 20 February 2009 at 1200 hours EST. Please limit responses to no more than 5 pages. Marketing materials are not a sufficient response to this RFI. A point of contact that can speak for the responding company should be identified to support further Government inquiries as well as explanations that might be needed with regard to the information provided.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2375be749a6627359f9db44dc22015bc&tab=core&_cview=1)
 
Place of Performance
Address: PEO EIS Technology Applications Office ATTN: SFAE-PS-TAO-C, 1671 Nelson Street Fort Detrick MD<br />
Zip Code: 21702-5044<br />
 
Record
SN01745297-W 20090207/090205220446-2375be749a6627359f9db44dc22015bc (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.