Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2009 FBO #2948
SOURCES SOUGHT

D -- Cisco Professional Network and Operational Support Services

Notice Date
12/18/2009
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
10CM0001A-CISCO-PROFESSIONAL-SUPPORT
 
Archive Date
1/22/2010
 
Point of Contact
Carlos A. Mayorga, Phone: 813-828-0486, Russell T Beasley, Phone: 813-828-4729
 
E-Mail Address
carlos.mayorga@macdill.af.mil, russell.beasley-02@macdill.af.mil
(carlos.mayorga@macdill.af.mil, russell.beasley-02@macdill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force, 6th Contracting Squadron is seeking sources for a contemplated requirement for non-personal Cisco Professional Network Support and Operational services on an annual basis for HQ USCENTCOM, Tier 1 Joint Theater Data Network at MacDill AFB, FL and USCENTCOM Theater wide locations. The 6th Contracting Squadron (6 CONS) at MacDill AFB issues this Request for Information (RFI) to help determine the availability and technical capability of qualified companies capable of meeting the Government's needs. The information collected is for planning purposes only. This is not a Request for Proposal (RFP), nor is a Request for Quote (RFQ). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor quotes. No award will be made as a result of this RFI. The United States Air Force or HQ USCENTCOM will NOT be responsible for any costs incurred by interested parties in responding to this RFI. This FedBizOpps notice is an announcement seeking market information. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of 6 CONS evaluation of the information received. As a result of this Request for Information 6 CONS may issue a Solicitation/Request for Proposal (RFP). However, should such a requirement materialize, no basis for claims against 6 CONS shall arise as a result of a response to this Request for Information (e.g., use of such information as either part of its evaluation process or in developing specifications for any subsequent requirement). The North American Industry Classification System (NAICS) Code is 541513 - Computer Facilities Management Services with a size standard $25 million. This Sources Sought notice is intended in seeking HUBZones and SDVOSB concerns only. Please send capability statement geared to explain how your company is suited to provide the contemplated service. This notice supercedes previous notice publicized on https://www.fbo.gov, 11 Dec 09. GENERAL REQUIREMENTS: The Contractor shall provide appropriately technically qualified, experienced, and screened employees to support in the operation, management, and maintenance of USCENTCOM, Tier 1 Joint Theater Data Network. Functions which the contractor may be responsible for include, but are not limited to the following: SCOPE/OBJECTIVE: The Cisco FSP program is a Service Level Agreement(SLA) driven, technical services subscription program providing access to the complete technical and personnel resources of Cisco Systems Inc. The Cisco FSP Engineer, under the guidance, direction, and coordination of the Manager, FSP Technical Services, will be responsible for providing vendor expertise and technical reach back to Cisco and other Cisco vendor resources to support all phases of an ever evolving USCENTCOM enterprise environment. The Government will supply the software, computers, workspace, and reasonable supplies needed to support this effort. The FSP Engineer and Manager, in consultation and coordination with the local J6 IP network professionals will provide services including, but not limited to: the study the existing network architecture, establish a baseline; recommend upgrade hardware and IOS changes; design the upgrade plan; test the upgrade plan; execute the upgrade; test the new systems; and document the new baseline. Additionally, the FSP engineer will provide on going network technical support to resolve routing and switching issues, IP telephony and other technical service and application solutions. TECHNICAL REQUIREMENTS: The following matrix includes, but does not limit, the specific services, project targets and probable end users the FSP resources will support: Design Assistance Out-of-band Net Mgmt Design Assistance BGP Core Redesign Design Assistance VoIP Rollout Design Assistance Network Analysis/Mgmt Design Assistance QOS Design Design Assistance IPv4 to IPv6 Conversion Performance Engineering LAN Best Practices Performance Engineering NMS Baselining Performance Engineering VLAN Recommendation Performance Engineering VoIP Strategy Software Strategy IOS Strategy Focused Engineering Network Operations Staff Knowledge Transfer Operations Supt. Training Implementation plan Assistance Remote Deployment Support Software Upgrade Support Operating Management support Additionally the contractor will provide the following: a. Network and computer engineering research, design and testing in accordance with network design, engineering and customer specifications. b. Apply enterprise-wide best practice disciplines for planning, analysis, design, development, testing and implementation of information systems. c. Systems engineering planning, performance management, capacity planning, testing and validation, and benchmarking of information systems. d. Integrate, test, and evaluate the USCENTCOM Command and Control Networks. e. Develop and document integration and implementation strategies for major system/application fielding. f. Develop and design and support new system/ application distribution strategies. g. Assist in any required security/vulnerability test. h. Chair critical design reviews associated with major system/application integration. i. The contractor shall maintain administrative records and be able to show the status of work conducted and be able to make projections to the end of the period of performance. ADDITIONAL SECTIONS. Personnel Requirements. Contractor employees performing services shall be required to comply with all USCENTCOM and installation rules and regulations applicable to the conduct, safety, security, and procedures governing site entry and exit. Contractor employees shall be proficient on all of the systems and applications that are employed at the command. All contractor personnel must be U.S. citizens and those requiring access to headquarters USCENTCOM, must possess an appropriate security clearance. Those contractors supporting the C2 Network shall require a current Secret clearance as a minimum. Those contractors supporting the Intelligence Directorate shall require a current SCI clearance. Contractor personnel will be required to safeguard data files and output products in accordance with appropriate security measures for the classification of data being handled. GOVERNMENT FURNISHED PROPERTY AND SERVICES: The Government shall furnish working space, including necessary utilities, electrical power, test data files/forms in support of the program. The Government shall furnish testing and operational analysis hardware/ software, access to copy equipment for multiple copy document distribution, and access to local telephone services (no toll capabilities). The contractor shall provide other commercial telephone services. The contractor shall be responsible for the routine work day care, maintenance, and cleanliness of space provided. The government will also provide computer resources to support all work areas on an as required and available basis. -A task manager who will coordinate the execution of all work performed under this effort. -Access to C2N, current 500-Day Plan, and other documentation; i.e., requirements documentation, system/subsystem specification documents, functional description documents, and data base specifications, if available. -Access to required documentation for existing automated systems and their related communications to support required systems engineering tasks. -Access to the USCENTCOM development laboratory with computer hardware and software representative of the current operational CC2N enterprise network for contractor use in software and hardware integration, development, and testing. APPLICABLE TECHNICAL ORDERS, SPECIFICATIONS, REGULATIONS, AND MANUALS. a. USCENTCOM Regulation 12-2 (Security Assistance Policy, Administration and Management) 27 June 2000 b. USCENTCOM Regulation 25-206 (Command, Control, Communications, And Computer (C4) Services And Support And Network Management), 27 December 2001. c. USCENTCOM Regulation 37-13, (Internal Management Control Program), 1 April 1998. d. USCENTCOM Regulation 335-1 (Computer Systems Policies, Responsibilities and Support Procedures), 18 November 1988. USCENTCOM Regulation 380-8 (Automated Information Systems (AIS) Security Program), 20 August 2001. Point of Contact(s): Mr. Carlos Mayorga, Contract Specialist, phone: 813-828-0486, email: carlos.mayorga@macdill.af.mil; Fax: 813-828-5111 or you may contact Mr. Russell Beasley, Contracting Officer, phone: 813-828-4729, email: russell.beasley-02@macdill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/10CM0001A-CISCO-PROFESSIONAL-SUPPORT/listing.html)
 
Place of Performance
Address: 2606 Brown Pelican Ave, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02027502-W 20091220/091218235038-4adb825f91ef255ad74fb9ff6362dede (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.