Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
SOLICITATION NOTICE

D -- AIR FORCE SYSTEMS NETWORK

Notice Date
9/21/2009
 
Notice Type
Presolicitation
 
Contracting Office
501 East Moore Drive, Bldg 884MAFB-Gunter AnnexMontogmery, AL
 
ZIP Code
00000
 
Solicitation Number
R2249
 
Point of Contact
Mary Peters mary.peters@gunter.af.mil
 
E-Mail Address
E-mail the POC
(mary.peters@gunter.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) forAir Force Systems NetworkingLarge Scale Enterprise Network & Project Support Contracting Office Address:HQ 754 ELSG/ESO, Bldg 884, 490 East Moore Dr., Maxwell AFB-Gunter Annex, AL, 36114-3000 Description:The Headquarters 754th Electronic Systems Group (ELSG/ESO) is issuing this Request for Information (RFI) to Certified 8(a) Program Participants for the purpose of conducting market research. Respondents to this RFI should provide capability statements as qualified prospective vendors capable of providing the services that support the objectives identified in the RFI. The Air Force Systems Networking (AFSN) office, is conducting this RFI to determine sources with core competencies and demonstrated experience in large scale enterprise network support, integration, and deployment. The area of focus is network systems support and installation, project support for Air Force Network Operations (AFNETOPS) implementation, and circuit actions management. Network systems support is comprised of modernization, implementation, testing and integration of classified and unclassified network solutions. The network systems support also serves to centrally manage and administer assignmen! t, allocation, and redistribution of Air Force internet protocol address space consistent with Department of Defense (DoD) addressing scheme. Project support is an integral component providing the necessary efforts from conception to implementation, to include site coordination and scheduling, event and hardware tracking requirements management to ensure they are tracked, documented and fielded. Lastly, circuit actions management serves as the Air Force focal point for upgrades, discontinues, new starts and rehoming of common user Air Force (AF) enterprise (long haul communications) circuits in coordination with Defense Information System Network (DISA) and the Air Force Network Integration Center (AFNIC). THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled in accordance with applicable regulations and statues. Responses to the RFI will not be returned. Information provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for AFSN contracts. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the government to form a binding contract. This RFI is a request for interested Certified 8(a) Program Participants, with North American Industry Classification System (NAICS) code 541512, to describe their technical and project support capabilities and demonstrate experience within a large scale enterprise network support, integration, and deployment. All interested certified 8(a) contractors are requested to provide a written response to the questions below. A response to this RFI is necessary in order to assist AFSN in determining the potential levels of interest, adequate competition, and technical capability within the 8(a) Small Business Community to provide the required services. In addition, this information will be used to assist AFSN in establishing a basis for developing any subsequent potential 8(a) small business participation plan and/or small business goal percentages. TARGET AUDIENCE: Only Certified (8a) Program Participants with 541512 NAICS are requested to respond to this RFI to assist the AFSN in formulating an acquisition strategy that fairly considers 8(a) small business' ability to participate in the acquisition, either as prime contractors. Interested 8(a) businesses must submit responses that demonstrate their qualifications certify that they are a Certified 8(a) Small Business. Please note that personnel with current DoD Secret clearances (minimum) will be required at contract award. Interested businesses meeting the small business (8a) standard are requested to submit a response to the Contracting Officer by 02 October 2009. Late responses will not be considered. Respondents shall also include in their response to this RFI the following information: a. Business sizeb.DUNS numberc.CAGE Coded.North American Industry Classification System Code (NAIC): 541512e.Identify whether United States or foreign business Additionally, responses should include recent (within the past three years or work that is on-going) and relevant (work similar in type, scope, and complexity) experience, to include contract numbers, project titles, dollar amounts, a clear description of the work performed, and points of contact with telephone numbers where the responder performed the relevant work. Provide a list of the current contract vehicles your services may be procured from, to include the General Service Administration (GSA), Federal Supply Schedule (FSS) and any other government contract vehicle. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Requested Information:Interested vendors are requested to submit a maximum 10 page statement of their knowledge and capabilities to perform the following: a)Describe your experience in modernization, implementation, and integration of classified and unclassified network solutions. The experience should include, but are not limited to: experienced technical staffing which possesses, at a minimum, a current DoD Secret clearance; and the ability to provide network engineering support for modernizing, implementing and testing classified and unclassified network solutions. b)Describe your experience with documenting hardware installations and providing onsite coordination and technical support for a wide range of hardware components (routing networking equipment, proxy servers, firewalls, mail relays, etc) typically found in an AF network boundary environment. c)Describe your experience in supporting the development of test plans and scripts, subsequent performance of functional and vulnerability testing and providing test results for existing capabilities as well as integration of new network capabilities. d)Describe your ability to manage and administer assignment, allocation, redistribution of internet protocol address space (IPv4 and IPv6). e)Describe your experience or abilities in providing the Government with project and technical support in site coordination and personnel, event and hardware tracking to ensure requirements are tracked, documented and fielded. f)Describe your ability or experience with managing enterprise (long haul communications) data circuits in the DoD or civilian environment. g)Describe your experience in supporting or implementing system certification and accreditation (C&A) efforts and the DoD Information Assurance Certification and Accreditation Process (DIACAP). h)Describe any commercial certifications that personnel within your organization currently maintain including: ITIL, MCSE, CISSP, Security Plus and Program Management Professional etc. i)Describe your experience and ability to work with any or all of the following commercial hardware and software products that may be present in the Air Force enterprise boundary architecture and/or AFSN office. Include any reseller or unique support relationship with the vendors of these products..CISCO routers (7200 series and above).McAfee (Intrusion Protection System) IPS solutions.Netapp SANs.BlueCoat Web Proxy.NetIQ.METASTORM Database Responses:Interested 8(a) vendors should forward their capabilities and other information to be considered to HQ 754 ELSG/ES, Mary Peters, mary.peters@gunter.af.mil, and Adam Williams, adam.williams@gunter.af.mil. Responses to this RFI are to be RECEIVED by Close of Business (COB) 02 October 2009. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled in accordance with applicable regulations and statues. Please be advised that all submissions become Government property and will not be returned. All government personnel reviewing RFI responses will have signed non-disclosure agreements on file and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Points of Contact:Contracting Officer: Mary PetersPhone: 334-416-4637E-Mail: mary.peters@gunter.af.mil Contract Specialist: Adam WilliamsPhone: 334-416-5000E-Mail: adam.williams@gunter.af.mil Flight Chief: Roy BryantPhone: 334-416-7224E-Mail: roy.bryant@gunter.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/R2249/listing.html)
 
Record
SN01964367-W 20090923/090922001255-045b6070bcb8d2e335d0afff710b1e57 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.