Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOURCES SOUGHT

D -- TELEPHONE REPLACEMENT SYSTEM INITIATIVE

Notice Date
5/1/2012
 
Notice Type
Sources Sought
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ12BJ2001L
 
Response Due
5/31/2012
 
Archive Date
5/1/2013
 
Point of Contact
Ester H. Lunnon, Contracting Officer, Phone 281-244-7532, Fax 281-244-0995, Email ester.h.lunnon@nasa.gov
 
E-Mail Address
Ester H. Lunnon
(ester.h.lunnon@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration's (NASA)Johnson Space Center(JSC) located in Houston, TX and White Sands Test Facility (WSTF) located in Las Cruces,New Mexico is soliciting information for replacing the Telephone System in the year 2014timeframe. NASAJSC-WSTF is hereby soliciting information seeking capability statements/ideas on howto replace an existing Private Branch Exchange (PBX) system supporting 15,000 handsetswith utilizing a cost saving technologies that integrates with smart phones from allinterested parties.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential vendors responsibility to monitor these sites forthe release of any solicitation or synopsis. Background information: A. JSC has a PBX Siemens Electronic Switch (EWSD) Central Office (CO) telephoneinfrastructure that supports approximately 15,000 telephones, and has a combination ofdigital and analog circuits. The CO consists of a host switch and three remote switchesthat interface with AT&T as the external communications provider. There are a total of437 Integrated Services Digital Network (ISDN) lines to the host telephone switch at JSC, 46 ISDN lines to a remote telephone switch at JSC that terminate in Building 30, and 46ISDN lines to a remote telephone switch that is located at Ellington Field. EllingtonField is used by NASA to support astronaut flight training and is located about 5.5 milesaway from JSC.The Siemens telephone switch also provides long distance services for thecenter. There are 23 ISDN lines and 96 T1 connected to the Siemens host telephonesystem. There is an existing Voice over Internet Protocol (VoIP) deployment at JSC withapproximately 1500 Cisco VoIP handsets and licenses deployed, which is currentlyconnected to the Siemens telephone switch. The JSC VoIP infrastructure includes 2 VoIPgateways with four Primary Rate Interfaces (PRI) supporting them, two call mangers, Unityvoicemail server, Cisco Unified Contact Center Express (UCCX) (help desk) server, CiscoUnified Application Environment (CUAE) (call forward) server. The JSC network has ahighly redundant Core, Distribution and Access Layer architecture. The data rates forthe network include a predominantly 1Gb backbone (with 10G portions, e.g. Data Center)and 100 Mb connections to end user devices. The access layer devices support Power overEthernet (POE) and end devices are connected using Cat5e or better cabling. Also, thereare 23 ISDN lines and one Cisco gateway located at the Sonny Carter Test Facility (SCTF). SCTF is an astronaut training facility located about 6 miles away from the Johnson SpaceCenter. There are approximately 100 facilities at the JSC site, which is comprised of aninter mall area of 35 facilities. The remaining facilities are in the outer areas withinthe site. The JSC Call Manager also supports approximately 30 VoIP phones at WSTF.B. The WSTF location has a Nortel Meridian/Option 61c PBX telephone system and a NorstarKey system with three interconnected nodes and one standalone node. Of the threeinterconnected nodes, two reside on the WSTF main campus and one resides at the WhiteSands Space Harbor (WSSH) located on the White Sands Missile Range (WSMR). WSTF issupported by Century Link as their external communication provider. There areapproximately 860 telephones, modems and sensors. The capacities of the 2 WSTF campusPBXs are as following: Node 1792 digital and 512 analog lines; Node 2576 digital and160 analog line. The configuration of T1/FTS lines equates to 24 inbound/outbound, 24outbound only and 24 long distances. The trunking capacities to the remote sites are 48trunks from Node 1 to Node 2, and 72 trunks from Node 2 to WSSH. The one standalone nodeis located at the El Paso Hangar Forward Operations Facility, and it has a Nortel NorstarKey System and supports 28 phones. External communications to the El Paso Hanger areprovided by AT&T which include copper trunks, four inbound direct inward dialing (DID)and six outbound.Vendor(s) are encouraged to submit informational proposals on all of the key areas listedbelow. 1. Provide an approach for total replacement of the current PBX based telephone (circuitswitch technology) systems at JSC and WSTF with an implementation of a telephone (packetswitch technology) system (15,000 handsets). 2. Provide a telephony replacement system for JSC and NASA that can scale to a maximumof 65,000 handsets. 3. Provide an approach that supports a diverse set of end user device technologies which incorporate features such as smart-phone integration, unified communication,voicemail-to-email, email-to-voicemail, video conferencing, instant messaging,smart-phone and/or and 802.11x capable mobile devices such as, the Apple iPod Touch,Cellular (mobile device), or PC-based soft-phone. 4. Provide an outsourced approach (e.g. Cloud based approach) for up to 65,000 usersbased upon a dynamically scalable architecture. Any proposal should show cost for aminimum of 15,000 handsets, up to a maximum of 65,000 handsets. 5. NASA-JSC is open to any other approaches the vendor(s) may offer. These may includealternate financing models, fully outsourced models, etc.6. Provide an approach that is capable of supporting a distributed E911 capability thatallows for local emergency dispatch.Vendor(s) comply with Section 508 Program Need, Deliverable Requirements-Technicalstandards from 36 CFR part 1194 Subpart B, Evaluation Factors, and Acceptance Criteria -Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29U.S.C. 794d) are determined to be relevant for the following program need to supportTelephone Services. Interested vendor(s) having the required specialized capabilities to meet the aboverequirement should submit a capability statement of not to exceed 30 pages or lessindicating the ability to perform all aspects of the effort described herein. Theresponses shall be in Word and or Portable Data Format (PDF) readable by Microsoft Officeand or Adobe Acrobat software. Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.This Request for Information (RFI) is for information and planning purposes and is not tobe construed as a commitment by the Government nor will the Government pay forinformation solicited.Respondents will not be notified of the results of theevaluation. The initial planning framework contained in this request for information issubject to change as the proposed initiative is formulated. Furthermore, the responsesmay be utilized to create a NASA Agency wide strategy for future implementation ofcommunication services to support end users.This data will not be shared outside the Government. The Government may use this data torefine requirements. Data that is submitted as part of Industrys response that ismarked Proprietary will not be reviewed. The Government will protect all proprietaryinformation. Responses that are received will not be returned, and will be disposed ofafter reviews of the responses are completed. NASA will not reimburse or otherwisecompensate for any costs associated with the submission of information. NASA willutilize information received from this RFI to assist in planning for research anddevelopment activities under the proposed Telephone Replacement Systems Initiative. NASA/JSC and WSTF reserves the right to use any idea(s) that the vendor(s) provide. All responses shall be submitted to COL Terry Lindsey via email toterry.k.lindsey@nasa.gov respectively, no later than May 31, 2012, 4:00 PM local time. Please reference NNJ12BJ2001L in any response.Any referenced notes may be viewed at thefollowing URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12BJ2001L/listing.html)
 
Record
SN02735765-W 20120503/120501235734-1ce105f0c5f9885ebfe2e07fdb0c39fd (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.