Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
MODIFICATION

D -- NEXT GENERATION ENTERPRISE NETWORK (NGEN) DRAFT RFP MARCH 16, 2012

Notice Date
3/22/2012
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
N00039-12-R-0009
 
Response Due
3/30/2012
 
Archive Date
4/29/2012
 
Point of Contact
Point of Contact - John H Windom, Contract Specialist, 202-433-7317; John H Windom, Contracting Officer, 202-433-7317
 
E-Mail Address
Contract Specialist
(john.windom@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Modification #3 - Posted Word version of Draft PWS. Modification #2 to Draft RFP dated: 16 March 2012 - Remove single ("one-page") and font restrictions from industry responses to the Draft RFP.Industry is authorized to use as many pages (no limit) as necessary to captureits comments and concerns to the recently released Draft RFP. The due datefor responses of 30 March 2012 remains unchanged as do all other submissionrequirements. Modification #1 to the Draft RFP dated: 16 March 2012See attached single paragraph update to Section L-15. Word File attached. Addthe below language to Section L of the RFP in the identified location underVolume 1-Technical Proposal, 1.2: Transition:L-15 (a) (2) (v)For Combined Proposals only. The Offeror may submit, in response to L-15(a) (2) (i) b and L-15 (a) (2) (ii), plans which vary from the strictrequirementsof PWS 3.6 Transition, provided the Plans encompass the prescribedGovernment System Engineering Technical Review (SETR), Critical DesignReview (CDR) and Preliminary Design Review (PDR) dates in accordance withPWS 3.6. Additionally, the proposed plans must complete within 13 monthsafter contract award and incorporate the following: 1.) the early andsimultaneous transition of Network Operating Centers (NOCs) andcorresponding Server Farms; 2.) no increase in Government manpower orsupport requirements from the prescribed transition approach (outlined inattachment J-10) to support or oversee the proposed alternative transitionapproach; 3.) no increase in total costs to the Government as a result ofinefficient alignment or phasing with the established Continuity of ServiceContract (CoSC). Any alternative approach shall include: a corresponding SiteScheduling Spreadsheet (Attachment J-10), alternative projects, associatedDetailed Phase-In Project Plans and Readiness Templates. Additionally theOfferor shall include all pertinent change pages to the PWS, including anychanges to PWS Figure 3.6-1 (Notional Navy Transition Plan) and PWS Figure3.6-2 (Notional Transition Timeline for the First 160 Days) resulting from theproposed alternative approach, pursuant to L-15 (f) (1) (x). Original Draft RFP:The Space and Naval Warfare Systems Command (SPAWAR) in support of theNaval Enterprise Networks (NEN) Program Management Office (PMW-205) / NextGeneration Enterprise (NGEN) Program is seeking industry comments regardingthe attached DRAFT Request for Proposal (RFP) being developed to support theprospective acquisition of the future Department of the Navy (DON) TransportServices (TXS) and Enterprise Services (ES) requirements. Sections A through Mof the Draft RFP are being posted directly to the Federal BusinessOpportunities(FBO) website, however the related 44 Attachments are being posted to theMITRE website consistent with our Government Purpose Rights (GPR)agreement. Access to those attachments may be obtained by submitting therequisite Non-Disclosure Agreement (NDA) in accordance with the proceduresoutlined below. Authorization to access the MITRE site will be granted uponthe Program Office's receipt of a signed NDA. The updated Draft RFP is being released as part of the Government's efforts toprovide industry ongoing insight into the development of the NGEN requirementwhile also affording our Industry Partners an opportunity to provide feedback.This updated Draft RFP includes the requisite changes and clarifying remarks inresponse to the Government's own internal requirementsdevelopment/refinement efforts, as well as applicable changes in response tothe myriad of questions and comments offered by Industry since the release ofthe first complete DRAFT RFP on September 30, 2011. During this Draft RFP review you are not constrained on that which youcomment, however I request that you pay particular attention to three items:1. Any area where we are asking for a service that exceeds and willsignificantly drive price beyond what is normally provided by your company tothe majority of your customers.2. Any area where you believe that, by fulfilling the terms of thePerformance Work Statement, there is risk to continuous network operations ornetwork security.3. Any area that you highlighted in your responses to the programoffice where you do not feel we have adequately addressed the concerns youhighlighted. PLEASE REVIEW ATTACHED LETTER CONTAINING THE NAVAL ENTERPRISENETWORKS (NEN) PROGRAM MANAGER'S COMMENTS TO INDUSTRY REGARDINGTHIS DRAFT RFP RELEASE.*************************************************************************************Interested parties are requested to respond to this announcement by providingquestions or comments via e-mail only to the NGEN Procuring ContractingOfficer, CDR John H. Windom, at NGENPWS_NGENPWS@bah.com. Please notethat there is an underscore between NGENPWS and NGENPWS in the mailboxaddress. Each company's response should be limited to one page utilizing a 13-point Times New Roman font. The responses are due to the NGEN PCOmailbox NLT than 5:00 p.m. on March 30, 2012. Responses shall include thefollowing: name, mailing address, phone number, and e-mail of designatedpoint of contact. Proprietary information WILL NOT BE ACCEPTED. TheGovernment intends to use various military and civilian Navy and Marine Corpspersonnel to review and evaluate any responses to this announcement. Anycontractor support personnel used to assist the Government will have theappropriate signed organizational conflict of interest and non-disclosureagreements in place. This DRAFT RFP does not constitute a promise to issue an RFP in the future.This request does not commit the Government to contract for any supplies orservices whatsoever. Further, the Navy is not at this time seeking proposalsand will not accept unsolicited proposals. Respondents are advised that theU.S. Government will not pay for any information or administrative costsincurred in response to this announcement; all costs associated withresponding will be solely at the interested party's expense. Not responding tothis announcement does not preclude participation in any future solicitation,ifany is issued. If a solicitation is released, it will be synopsized on theFederalBusiness Opportunities (FBO) website and the SPAWAR E-Commerce Centralwebsite at https://e-commerce.spawar.navy.mil. It remains the responsibility ofthe potential offerors to monitor these sites for additional informationpertaining to this requirement. General background information on the Next Generation Enterprise Network canbe located at the publicly accessible website:http://www.public.navy.mil/spawar/PEOEIS/NGEN/NGEN/Pages/NGENReferenceLibrary.aspx Questions regarding this announcement shall be submitted by e-mail to theContracting Officer, at NGENPWS_NGENPWS@bah.com. Verbal questions will NOTbe accepted. Any Government answers, responses and/or comments will beposted to the NGEN Reference Library. Accordingly, questions shall NOT containproprietary or classified information. Non-Disclosure Agreement (NDA) and MITRE Site Access Information: In order to access the applicable documents, any company must have a fullyexecuted (signed) NGEN Government Purpose Rights (GPR) Non-DisclosureAgreement (NDA) on file with the NGEN Procuring Contracting Officer (PCO). Forcompanies that do not have a fully executed GPR NDA on file, contact the NGENPCO support staff at NGENNDA_NGENNDA@bah.com. Please note that there isan underscore between the NGENNDAs (NGENNDA_NGENNDA). MITRE, a Federally Funded Research and Development Center (FFRDC), isproviding a secure server to host the NGEN applicable documents and technicaldata. Access to technical data will be replicated to the Applicable Documentssection of the site. If you have been permitted access to the technical data,you do not need to reapply for access to the applicable documents, the linkbelow will direct you to the RFP attachments. https://partners.mitre.org/sites/NEN_TXS_RFP_GOV_TECH_DOC/NGEN_Technical_DATA/default.aspx Please follow the below instructions to gain access to the Technical Data sitehosted by MITRE:To request access to the NGEN MITRE hosting site, send an email request toNGENTDP@bah.com with the subject line NGEN TDP Account Request. Allrequests must list the name, company and corporate email address of eachindividual requesting an account. Once it has been verified that a fullyexecuted GPR NDA is on file, NGEN will direct a MITRE representative to beginthe process of granting access. A MITRE representative will respond to eachindividual with a confirmation email and instructions on how to access thetechnical data. Be advised that obtaining access to the NGEN MITRE hosting siteis a multi-step process and companies/individuals requesting access mayexperience lag times of up to 4 hours between each step, but should notexceed three business days for the completion of the entire process. Once theaforementioned steps have been completed, each individual will receive anemail from MITRE confirming the granting of access and be prompted toestablish a user id and password to access the secure site. Please direct all questions regarding the content of the technical data toNGENTDP@bah.com. All questions pertaining to technical problems in accessingthe NGEN MITRE hosting site should be directed tongensharepointown@mitre.org. Please engage the PCO staff only if difficultiesin gaining access persist.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039-12-R-0009/listing.html)
 
Place of Performance
Address: 1325 10th Street SE Bldg 196 Suite 301 Washington, DC
Zip Code: 20374
 
Record
SN02703647-W 20120324/120322235559-03ab894cbb24e59e8a95023c8fce2e58 (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.