Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2011 FBO #3406
SOURCES SOUGHT

D -- Department of Defense (DoD) Enterprise Voice over Internet Protocol (VoIP) Services - Costing Matrix

Notice Date
3/21/2011
 
Notice Type
Sources Sought
 
NAICS
517110 — Wired Telecommunications Carriers
 
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
EnterpriseVoIP
 
Archive Date
4/22/2011
 
Point of Contact
Meghan E. Eversgerd, Phone: 618-229-9421
 
E-Mail Address
meghan.eversgerd@disa.mil
(meghan.eversgerd@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Costing Matrix Request for Information (RFI) for Department of Defense (DoD) Enterprise Voice over Internet Protocol (VoIP) Services Contracting Office Address: Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Drive Bldg 3600, Scott AFB, IL, 62225-5406 Description: Defense Information Systems Agency (DISA) is issuing this Request for Information (RFI) for the sole purpose of conducting market research and to obtain additional information regarding potential solutions to achieve Enterprise VoIP Service goals. The purpose is to identify possible services available in the marketplace from responsible contractors to the extent needed by the Department of Defense (DoD) to provide a full range of voice related capabilities to over 2.7 million DoD users from central locations that fully leverage the Defense Information Systems Network (DISN) and Internet Protocol (IP) technologies. The purpose is to avoid the duplication of costs for voice services, operations and maintenance, network operations, sustainment and information assurance at nearly 2,000 locations worldwide with a lower total cost of ownership. The purpose is to eliminate multiple networks and duplicative services at Base/Camp/Post/Stations (B/C/P/S); centrally locate Video and Voice over Internet Protocol (VVoIP) Local Session Controllers; reduce the footprint of Military Departments (MILDEP) base infrastructure (operation and maintenance (O&M), space, personnel and costs); leverage DISN transport whereby the MILDEPs invest in bandwidth and diversity in lieu of telecom equipment; support migration to centralized secure VoIP and access to Internet Service Providers (ISP) offerings that replace the distributed legacy TDM technology interfaces to the Public Switch Telephone Network (PSTN); sustain survivability via regionalization; consolidate and integrate Information Assurance (IA) security and network operations into a single infrastructure; provide enterprise voice conferencing with automatic scheduling, 911 emergency notifications (enterprise and during site isolation from the core), and provide tighter integration with DISA enterprise collaboration and directory services. For tools, the purpose is to identify possible Unified Capabilities product suites in the marketplace available from responsible contractors to the extent needed by the Department of Defense to enable information dominance end-to-end for both fixed and tactical missions. Accordingly, contractors that can provide VoIP services which has been developed and is commercially available, are invited to submit their capabilities information for market research purposes. 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 statutes. Responses to the RFI will not be returned. Information provided in response to this RFI along with other information may be used to assist in developing an acquisition strategy for secure Enterprise VoIP Services for the Department of Defense. 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. 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 discounts that will be offered on products and services. Provide a list of the current contract vehicles your services may be procured from, to include General Services Administration (GSA), Federal Supply Schedule (FSS) and any other government contract vehicle. The contractors are encouraged to address all the requested information so that a thorough review of the information can be conducted. Requested Information: Interested vendors are requested to submit a statement of their knowledge and capabilities to perform the following: SECTION 1- Rough Order of Magnitude Cost Estimate Investment: Include cost of products, Engineer, Furnish, and Install (EF&I) and DIACAP at the site Enterprise • Equipment to Process Calls - Enterprise Local Session Controllers (LSC) with Enterprise functionality. Identify any cost break points or discounts that are a function of the number of users served and the upper limit of users which can be served. Identify any cost break points or discounts that are a function of the number ELSCs at a same location. • Edge Boundary Controllers (EBC) VVoIP Firewalls: Identify any cost break points or discounts that are a function of the number of EBCs at the same location. • DISN IA Equipment at the Enterprise locations to include DNS, DHCP, NTP, AAA (Radius/TACAS), and Syslog. • DISN Backbone MFSS/WAN SS Costs - Software Licenses Per LSC supported by an MFSS or WAN SS. Edge • Media Gateways for TDM PSTN Access without Stand Alone Capability. Identify any cost break points that are a function of the number of users on a base • Media Gateways for TDM PSTN Access with Stand Alone Capability • Edge Boundary Controllers (EBC) VVoIP Firewalls • (Distributed) Local Session Controllers (LSC) per UCR. Identify any cost break points or discounts that are a function of the number of users served and the upper limit of users which can be served. • Base IP Infrastructure upgrades for LANs that are compliant with the UCR and Tailored for the users' mission Operating Costs One Time Operating Expense due to low cost of each being below investment threshold: • End Instruments (Hard and Soft Phones); provide the full range of features and costs of your EIs. Identify any cost break points and discounts that are a function of the number of users served. • Seat Costs for Capabilities - Unified Messaging (including Voice Mail), Conferencing, IM/Chat/Presence. Identify any cost break points and discounts that are a function of the number of users served. Annual Operating Costs: Include cost of O&M and Moves Adds and Changes costs as well Enterprise • Equipment to Process Calls Enterprise Local Session Controllers (LSC) with Enterprise functionality. Identify any cost break points or discounts that are a function of the number of ELSCs at the same location. • MACs number per user per year and cost. Identify any cost break points or discounts that are a function of the number of MACs at the same location. • Edge Boundary Controllers (EBC) VVoIP Firewalls. Identify any cost break points or discounts that are a function of the number of EBCs at the same location. • DISN IA Equipment at the Enterprise locations to include DNS, DHCP, NTP, AAA (Radius/TACAS), and Syslog; Identify any cost break points or discounts that are a function of the number of EBCs at the same location. • Help desk support, network performance/analysis support, IA support/requirements Edge • Media Gateways for TDM PSTN Access without Stand Alone Capability. Indentify the maximum number of users that can be served by a single Media Gateway. Identify any cost break points that are a function of the number of users and Media Gateways on a base • Media Gateways for TDM PSTN Access with Stand Alone Capability. Indentify the maximum number of users that can be served by a single Media Gateway. Identify any cost break points that are a function of the number of users and Media Gateways on a base MACs identify number per user per year and cost. Identify any cost break points or discounts that are a function of the number of MACs at the same location. • Edge Boundary Controllers (EBC) VVoIP Firewalls • (Distributed) Local Session Controllers (LSC) per UCR. Identify any cost break points or discounts that are a function of the number of users served and the upper limit of users which can be served. SECTION 2 - Capability Recommendation (a) eliminate multiple networks and duplicative services at Base/Camp/Post/Stations (B/C/P/S); Q: Describe your approach to provide the following capabilities: (listing is not inclusive, you may add items if appropriate and recommended) • Information Dominance-Provide voice, video, collaboration and data services converged over IP • Recommended pace of deployment to enable the warfighter • Security in accordance with DoD Policies and the STIGs • Survivability to public safety when the edge is severed from the enterprise • E911 • Reliability • NetOps-Centralized management • Carbon Foot Print Q: What are some examples of performance metrics that are normally measured for these types of capabilities? Q: What is your methodology, approach, and labor categories (w/brief description) to Engineer, Furnish, and Install the following, if recommended: (listing is not inclusive, you may add items if appropriate and recommended) • Enterprise LSC - to include all associated EBCs and Media Gateways • Distributed LSC - to include all associated EBCs and Media Gateways Q: What is your methodology, approach, and labor categories (w/brief description) to provide Operations & Maintenance for the following, if recommended: (listing is not inclusive, you may add items if appropriate and recommended) • Enterprise LSC - to include all associated EBCs and Media Gateways • Distributed LSC - to include all associated EBCs and Media Gateways Q: What is your second alternative (choice) for a recommended solution? Q: What would be your timeline (phase) approach? Q: Does the Enterprise LSC/EBC provide any additional capabilities or features that are not available from the Distributed LSC/EBC, if recommended? (b) centrally locate Video and Voice over Internet Protocol (VVoIP) controllers; Q: What is your methodology for centrally locating VVoIP controllers? Q: What are your assumed risks to centralization? What do you recommend to mitigate these risks? Q: What is your recommended approach to integration and interface (ie., Help Desk and Automated Change Management)? Q: Within the recommended architecture, what is your approach and methodology for enabling broad end user mobility including the ability for users to move within an Enterprise region (e.g., from one MILDEP site to another MILDEP site) and still have transparent access to the same services and privileges (VVoIP, Conferencing, Presence/IM/Chat, etc.). Likewise, does your solution provide true Single Number Portability and Find-Me/Follow-Me capabilities with an Enterprise region? Q: Is your solution capable of securely being centrally managed and distributing configuration files across Information Assurance (IA) boundaries from the Enterprise location to end instruments (EIs) and media gateways at the customer edge using protocols that are approved by the Ports, Protocols, and Service Management (PPSM) Category Assurance List (CAL)? Q: Is your solution capable of securely accepting registration requests from end instruments and media gateways across the enterprise IA boundaries using protocols that are approved by the Ports, Protocols, and Service Management (PPSM) Category Assurance List (CAL)? Q: Within the recommended architecture, what is your approach to accessing local E911 services (i.e., the local PSAP) including the ability to provide dependable and sufficiently precise information about the caller's location? Is this capability available when subscribers move within the Enterprise? Q: Is your solution capable of assigning calls from a particular end instrument to the correct Assured Service Admission Control (ASAC) budget consistent with the EI's current location? Q: What is the recommended number VVoIP EIs that would be supported with your Enterprise LSC assuming a mix of 90% softphones and 10% voice and/or video hard phones? What number do you expect to be able to support within the next 5 years. Q: Is your solution capable of forwarding a voice session to local attendants when appropriate to meet assured services requirements (e.g., forwarding a precedence call to a local MILDEP attendant instead of forwarding the call to voicemail)? (c) reduce the footprint of Military Departments (MILDEP) Levels (operation and maintenance (O&M), space, personnel and costs); Q: What is your methodology and approach to managing EIs and media gateways at the customer edge from the centralized location? Q: In support of the reduction in footprint, with an understanding that local COOP capabilities and public safety functions to the PSTN are necessary when the connection to the enterprise is severed, what are your solution components that must remain within the MILDEP? Q: Configuration Management is an issue with any complex system. What is your methodology for tracking configuration? Q: What is your experience in facilitating configuration management of a wide variety and large number of assets at sites worldwide? Q: What are some of the strengths and weaknesses of de-installation and removal as part of a potential solution? Q: What is your recommendation to handle expiring DoD PKI certificates in both end instruments and/or LSCs? Could your solution support centralized replacement of DoD PKI certificates? (d) leverage DISN transport whereby the MILDEPs invest in bandwidth and diversity in lieu of telecom equipment; Q: In general, what augmentation of the DISN backbone location infrastructure at the B/C/P/S could be reduced? Q: What user equipment and licenses for unified capabilities for worldwide users would be required? Q: Would you offer volume discounts or other discounts. (e) support migration to VoIP and Internet Service Provider (ISP) offering that replace the Public Switch Telephone Network (PSTN); Q: What is your methodology to support centralized access to the PSTN while maintaining public safety (i.e., E911) services on a local level? Q: What is your methodology to work with ISPs to properly route calls to include scenarios where the MILDEP is severed from the enterprise and only COOP dialing capability to the PSTN is available? Q: What is your recommendation to enforce security for sessions transmitted to/originated from an ISP? Q: If multiple points of access were provided to an ISP, what is your recommendation to load balance between the various ISP Points of Presence (POPs)? (f) sustain survivability via regionalization; Q: What is your methodology and approach for "failover" from a Primary Enterprise LSC to a Secondary Enterprise LSC? How "service disrupting" is a failover from the Primary to the Secondary LSC? Q: What is your methodology and approach to providing local survivable call processing and PSTN/E911 access capabilities in the event that access to Enterprise VVoIP Services is interrupted? Q: What is your methodology and approach to "Failback" once access to the Enterprise VVoIP has been restored and detected? Q: The DoD operates sites all over the world (Europe, Middle East, Pacific Rim, etc). How would you provide service to these extremely remote locations? Examples of such sites are Thule, Greenland and Ascension Island Q: What is your approach for contingency locations and routing strategy/prioritization? (g) consolidate and integrate Information Assurance (IA) security and network operations into a single infrastructure; and provide tighter integration with DISA enterprise collaboration and directory services. Q: What is your router Quality of Service/Port and Required Auxiliary Equipment (RAE) requirements? Q: Does your Enterprise Services solution have the ability to integrate with an LDAP Enterprise Directory? The intent is for Enterprise LSC to be able to import user account data from the Enterprise Directory in an effort to automate aspects of the user provisioning process and to reduce the cost/time associated with moves, add, and changes. Q: In support of IM/Presence/Chat services, does your solution include the ability to securely federate with native XMPP servers across the DoD? (h) government-industry partnering; The DoD desires to develop a healthy long-term partnership in this effort that will be mutually beneficial to all parties. Q: What are typical industry practices for partnering? Q: What is a typical contract structure and pricing arrangement for similar non-governmental contracts you are performing or have performed? Q: What type of incentives, either monetary or non-monetary, do you believe would be effective to encourage quality contract performance in the areas of system engineering, cost, schedule, and performance? Q: Some companies envision themselves as integrators, others as direct service providers. What is your recommendation for a large network such as this? Why? Q: What is industry's standard for length of contract and operations in years for a contract of this type? Example: base contract of 4 years with two 2-year options, or a 2-year base with one-year options, etc. Q: What considerations should the Government give to a long-term partnership with industry? Respondents shall also include in their response to this RFI the following information: (a) Business size (b) DUNS number (c) CAGE Code (d) North American Industry Classification System Code (NAIC) (e) Identify whether United States or foreign business Responses: DISA requests responses be submitted via e-mail to Meghan Eversgerd at meghan.eversgerd@disa.mil AND Jessie L. Showers, Jr. at jessie.showers@disa.mil. Responses shall be transmitted no later than 3:00 PM Central Standard Time (CST) on Friday, 8 April 2011. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003. Respondents should use the attached costing matrix as a guide. This matrix is not all encompassing, you may add items if appropriate and recommended. 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. Original Point of Contact: Meghan Eversgerd, Contracting Specialist, Phone 618-229-94221, Fax 618-229-9174, e-mail meghan.eversgerd@disa.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/EnterpriseVoIP/listing.html)
 
Record
SN02405459-W 20110323/110321234352-82b49c80f7d4d21189ba9b784df7d646 (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.