Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
MODIFICATION

D -- CAMPUS TRANSPORT SYSTEM

Notice Date
5/19/2011
 
Notice Type
Modification/Amendment
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-11-I-0035
 
Archive Date
7/2/2011
 
Point of Contact
Phyllis H. Woodward, Phone: 5405425281
 
E-Mail Address
Phyllis.Woodward@dhs.gov
(Phyllis.Woodward@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
DHS/FEMA/MWEOC seeks market research information from potential sources with the technical capabilities to provide a comprehensive campus fiber optic transport solution capable of meeting the technical requirements specified in ATTACHMENT A, Transport System Technical Requirements. This is a sources sought announcement only; not a request for proposals. DHS/FEMA/MWEOC is seeking a Rough Order Magnitude (ROM) budgetary cost estimate to provide a campus transport system design at the following three different option levels: • Level #1 Option: Capabilities to handle all of the TDM circuit requirements identified in the specification as well as (2) 10 GB Ethernet and (4) 1 GB Ethernet campus-wide connection oriented Ethernet networks using PBB-TE, MPLS-TP, or like protocols to transport common carrier grade networks over an optical network. FEMA would also like to see capabilities to provide dual homing of the buildings of the subtending rings to two core nodes per the diagrams in ATTACHMENT A, Transport System Technical Requirements. • Level #2 Option: Capabilities to handle all of the TDM circuit requirements identified in the specification as well as (4) 10 GB Ethernet and (2) 1 GB Ethernet campus-wide connection oriented Ethernet networks using PBB-TE, MPLS-TP, or like protocols to transport common carrier grade networks over an optical network. FEMA would also like to see capabilities to provide dual homing of the buildings of the subtending rings to two core nodes per the diagrams in ATTACHMENT A, Transport System Technical Requirements. • Level #3 Option: Capabilities to handle all of the TDM circuit requirements identified in the specification as well as (4) 10 GB Ethernet and (2) 1 GB Ethernet campus-wide connection oriented Ethernet networks using PBB-TE, MPLS-TP, or like protocols to transport common carrier grade networks over an optical network. FEMA would also like to see capabilities to provide dual homing of the buildings of the subtending rings to two core nodes per the diagrams in ATTACHMENT A, Transport System Technical Requirements. For the high-level design option, FEMA would like to see the technical ability to provide for full-meshed infrastructure between all core nodes. CAPABILITIES PACKAGE: Any information submitted by respondents to this sources sought synopsis is voluntary. The Government will not reimburse any costs associated with submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessment. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HubZone, 8(a), SDB, WOSB, VOSB, etc.). All interested contractors shall submit a response demonstrating their capabilities to provide a comprehensive campus fiber optic transport solution for each option level described above which is capable of meeting the technical requirements specified in ATTACHMENT A, Transport System Technical Requirements. Capabilities packages shall include an anticipated ROM cost estimate for the project, as well as a point of contact, including phone number and email address. Respondents are also requested to indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business, as well as their status as a Foreign-owned/Foreign-controlled vendor and any contemplated use of foreign national employees on this effort. Questions concerning this RFI should be directed to Phyllis Woodward at Phyllis.Woodward@dhs.gov. Responses may be submitted electronically in WORD format, not to exceed 8MB, to Phyllis.Woodward@dhs.gov or mailed to DHS, FEMA, Mt. Weather Emergency Operations Center, ATTN: Phyllis Woodward, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006. Oral communications will not be accepted in response to this notice. All responses must reference RFI # HSFEMW-11-I-0035 and shall be submitted by 1600 hours, DST on June 3, 2011. AMENDMENT # A00001 TO REQUEST FOR INFORMATION # HSFEMW-11-I-0035 Campus Transport System Design & Budgetary Cost Estimation Request for Information # HSFEMW-11-I 0035 is being amended to extend the due date for responses. The original due date for responses was scheduled for 1600 hours, DST on June 3, 2011; however the due date for responses to RFI # HSFEMW-11-I-0035 is now extended to 1600 hours, DST on June 17, 2011. All other submittal instructions remain unchanged by this amendment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFEMW-11-I-0035/listing.html)
 
Place of Performance
Address: DHS/FEMA/MWEOC, 19844 Blue Ridge Mountain Road, Mt. Weather, Virginia, 20135-2006, United States
Zip Code: 20135-2006
 
Record
SN02452118-W 20110521/110519234510-72a7cc13e13aa46f4e6ba6c95ad0e242 (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.