Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2010 FBO #3093
SOURCES SOUGHT

D -- Defense Information Systems Network (DISN) Transport Network Modeling, Analysis, and Design Support (DMAS)

Notice Date
5/12/2010
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
DISN_Transport_Network_Modeling_Analysis_and_Design_Support(DMAS)
 
Archive Date
6/5/2010
 
Point of Contact
Brittney Kramper,
 
E-Mail Address
brittney.kramper@disa.mil
(brittney.kramper@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for DISA/GIG Enterprise Services Engineering Directorate (GE) Falls Church, VA, DISN Transport Modeling and Analysis Support Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: PURPOSE : The purpose of this Request for Information (RFI) is to conduct market research which will be used to formulate an acquisition strategy to procure network modeling, network engineering analysis, conduct network tools survey, for current and future Defense Information Systems Network (DISN), network capabilities, as well as support for on going tasks driven by operational support requests via the DOD community. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. Sources Sought This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Codes 517110 and 541519. In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable Small Businesses to provide the aforementioned service. The government is trying to determine if there is reasonable expectation of obtaining offers from two or more responsible small business concerns. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 517110 and 541519 are requested to submit a response to the Contracting Officer within 7 calendar days of issuance of this RFI. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past five years) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. 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. The contractor must have extensive knowledge and understanding of the following: Telecommunications standards and engineering design principles; operational understanding of the DISN networks and the components that make up the DISN such as Transport(DATMS, TDM), Voice( DSN, DRSN), Data( NIPR, SIPR, JWICS), Video(DVS), Testing(LES); key characteristics that are critical to large scale networks like the DISN, such as availability, reliability; expansion, re-configurability, interoperability; type's of customers that make up DISN user community base and how those users access the DISN in terms of the different technologies i.e. from base, post, camp or station or external DoD customer using NIPR, SIPR, DSN, DRSN; experience with network design tools similar to the GE34 a suite(ex. OPNET Transport Planner, Sycamore Modeler) of network design and performance assessment tools for all layers of the Open System Interconnection (OSI) stack. b. The contractor must be able to provide the necessary expert advice, assistance and guidance in support of GE343 in operating and maintaining a set of core network design capabilities in Global Information Grid (GIG) Modeling and Simulation that can be applied to DISA programs and activities as required over the course of the period of performance. c. The contractor must have extensive knowledge of DISN Modeling and analysis and be able to develop updates to the transitional topological designs per fiscal year for the DISN, and to provide operational analysis support for DISN Core and DISN convergence including the following: •§ End-state and transitional transport-layer design and modeling of the DISN Core Dense Wavelength-Division Multiplexing (DWDM) optical mesh, including Optical Terminal System (OTS), Optical Digital Cross Connect (ODXC), and Multi-Service Provisioning Platform (MSPP)/Synchronous Transport Signal (STS), to reflect current implementation plans and traffic requirements. •§ End-state design and modeling of DISN transport to leverage its use of long-haul new DISN Core transport as efficiently as possible, in conjunction with the DISN Access Transport Services (DATS) contract or GSA Networx contract vehicles. •§ Transitional DISN topological designs on an FY basis to ensure cost-effective, timely downsizing as their sub-networks (Non-secure Internet Protocol Network [NIPRNet], Secure Internet Protocol Network [SIPRNet], Internet Protocol [IP] Core, Defense Switched Network [DSN], etc.) converge onto the new DISN Core end-state topology. •§ Development of transitional STS routing plans with routing specifications for circuits to be provisioned on the optical DISN Core implementation, including path and STS assignments. •§ Additional ad hoc analyses as requested by GE343 are to support Center for Network Services, DISN Sustainment, DISN Transition, and GIG Combat Support customers. d. The contractor shall prepare Technical Report-Study/Services (A079) a TO Management Plan describing technical approach, organizational resources, and management controls to be employed to meet contract cost, performance and schedule requirements throughout TO execution. Additionally, the Contractor will provide and present Monthly Status Reports (MSRs) that includes task expenditures versus planned expenditures, technical progress made, schedule status, travel conducted, meetings at-tended, approved equipment/materials procured and excised, issues and recommendations. The Monthly Status Report shall be in Adobe PDF format and e-mailed to the Task Monitor, COR and appropriate program management offices. The Contractor shall provide a task order management plan within 30 days of contract award. e. The contractor must be able to provide strong support the GE34 in its mission of DISN transport network design/analysis by assisting GE343 engineers in the following areas: Evaluate the existing modeling and tariff tools used within GE343 for DISN transport topological design, capacity management and provisioning. Develop processes to improve costing and incorporating an improved costing capability back into the overall design process (as opposed to just costing the end design results). This includes but is not limited to updating DISA customized domestic Networx tariff tool using current FY costing data, historical lease circuit costs as an alternative means of pricing private line services to include large bandwidths up to OC48. The DISA customized domestic Networx tariff tool performs batch pricing of potentially thousands of circuits that may be of interest to network designers as potential candidates for the DISN Transport network. It accepts input that is compatible with existing GE343 file formats and provides output that tie directly into the GE343 DISN modeling processes and formats. It is the essential tool to enable processes to incorporate an improved costing capability into the overall design process. Update the current report on non-Domestic/International cost proxy tariff tool. The report provides DISA's initial exploration into developing a non-Domestic/International tariff tool to use in world-wide network designs. The contractor shall train GE343 in the use of all processes and tools. Analyze functional requirements and data sources for DISN sustainment, and DISN Core transport design and capacity management. Provide day to day support to GE343 engineers as needed; such assistance shall establish a ground-level familiarity with existing GE343 processes, and shall allow field-testing of the new processes as they are developed. The contractor shall also have the capability to provide ad hoc routing, provisioning, network design and analytical support to GE343, as required. f. Contractor must be able to perform ad hoc DISN Network sizing and/or analyses as requested by the Government. Potential ad hoc tasks may include: Conduct quick turnaround analyses to optimize DISN designs in terms of cost and performance assessment, and understand how cyber attacks or physical damage to the critical infrastructure may impact critical DoD mission(s). g. Conduct DISN network architectural studies and analyses and/or designs associated with major architectural changes to the DISN. These studies may include, but are not limited to: Studies associated with significant expansion/contraction of the DISN core, incorporation of new technologies such as Ethernet switching or ROADM into the DISN, or expansion of the DISN core capacity to 40 Gbps/100 Gbps. Analyses of system performance as related to customer circuit requirements. The performance metrics analyzed may include, but are not limited to, predicted availability, reliability, and end-to-end transport latency. h. Conduct industry survey/research of currently available modeling and performance analysis tools for multi-layer large-scale networks, similar to the current GE34 tool suite. As part of this industry survey, the contractor shall propose/develop (working in concert with the government) processes for evaluating potential future tool candidates, based on current needs and future technology direction of the DISN. The tool evaluation criteria proposed should consider performance metrics such as predicted availability, reliability, and end-to-end transport latency, as applicable to customer circuit requirements. The contractor shall propose an initial approach/strategy to provide results of the industry research findings, and make recommendations. Further evaluation of top contenders, the contractor shall develop a follow-on evaluation approach/strategy to include, but not limited to, obtaining evaluation copies of available tools, arranging for demonstrations and hands-on testing, and considering the practicality of exercising them in current DISN related modeling tasks. The contractor shall evaluate the potential applicability of these tools and present each tool's capabilities, benefits, and drawbacks, in the context of the capabilities, strengths, and weaknesses of the current GE343 Transport modeling processes. An understanding of the current transport modeling processes and tools will be necessary. i. Based on the results from the above mentioned survey, the government shall determine if one or more tools should undergo further testing in the context of current DISN modeling questions and ongoing GE343 tasks. If seen as practical, the government will direct the contractor to proceed with incorporating DISN data for use by the tool(s) under evaluation, to allow execution of the tool(s) and specific determinations as to what specific outputs of value are derivable under current circumstances. As far as possible, this further testing would be done with evaluation copies of the software. If purchase of the software tool is a prerequisite, that will be an early factor in deciding whether to proceed with this task. Any tool purchase will be done separately by the government, outside of this contract Responses Responses to this RFI are to be submitted by e-mail to tom.monger@disa.mil and RECEIVED by COB Friday, 21 May 2010. 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 accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/DISN_Transport_Network_Modeling_Analysis_and_Design_Support(DMAS)/listing.html)
 
Record
SN02147206-W 20100514/100512234721-2896f5805dd077abba0c20ab331e8368 (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.