Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
SOURCES SOUGHT

D -- Earth Observing System Data and Information System (EOSDIS) Mid-Atlantic Crossroads (MAX) Membership - Statement of Work

Notice Date
2/8/2018
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.P, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
ESDIS-18-647755
 
Point of Contact
Ria A Price,
 
E-Mail Address
ria.a.price@nasa.gov
(ria.a.price@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Mid-Atlantic Crossroads (MAX) Statement of Work - DRAFT NASA/GSFC is hereby soliciting information from potential sources for the Earth Observing System Data and Information System (EOSDIS) membership in the Mid-Atlantic Crossroads (MAX) and the ability to participate in the MAX with all of the benefits of MAX membership therein. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Systems under the ESDIS project, located at Goddard Space Flight Center (GSFC), are part of the larger EOSDIS system which has key components and team members at over 40 universities, other Federal Agencies and International locations. ESDIS systems located at GSFC generate high volume data flows requiring multi Gigabit per second (Gbps) connectivity to these components and team members. The majority of these remote systems can best be reached via their existing connectivity to established Research and Education (R&E) networks such as Internet2, FedNets such as NOAA N-Wave, and International R&E networks such as GEANT, APAN, and SINet. NASA is interested in awarding a contract for high speed network connectivity from the ESDIS network located at Goddard Space Flight Center, Greenbelt MD, to the Washington DC regional Gigapop, MAX, via diverse network paths at 100Gbps. This contract will also be utilized to provide direct 10Gbps connectivity to NOAA N-Wave at geographically diverse locations. The scope of work includes but is not limited to (see the Statement of Work): 1.To continue membership in the MAX gigapop and all benefits of membership which provides layer 3 network connectivity to Internet2, Washington DC region R&E (Research and Education) networks, Federal R&E networks such as NWave, DREN and ESNet, and international R&E networks such as GEANT and NORDUNet. 2.Two 100 Gigabits per second (Gbps) connections to diverse geographical locations on the MAX networks, and maintenance for these 100 Gbps interfaces. 3.Direct 10 Gbps connectivity to NOAA N-Wave network at geographically diverse locations. Reference 1.Internet2 Regional Gigapop locations https://www.internet2.edu/products-services/advanced-networking/network-connectors/ 2.NOAA N-Wave https://noc.nwave.noaa.gov 3.ESDIS Project Website https://earthdata.nasa.gov/about/esdis-project 4.EOSDIS Earthdata Website https://earthdata.nasa.gov/ The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the MAX Membership and connectivity to the MAX Gigapop for the Earth Observing System (EOS) Data and Information System (EOSDIS). The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. Responses should demonstrate the ability to provide 100Gbps connectivity to all regional, national, and international R&E networks provided by the MAX Gigapop, direct connectivity to NOAA N-Wave at 10Gbps at diverse locations, the operational reliability and robustness of the proposed approach, as well as simplicity and straightforwardness in the design. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of five (5) pages or less indicating the ability to perform all aspects of the effort described herein, which conforms to Annex 1, "Template for ESDIS Gigapop connectivity submittal". ANNEX 1 TEMPLATE FOR ESDIS GIGAPOP CONNECTIVITY SUBMITTAL 1.Background and Description of Proposed Approach Describe in adequate detail the specific approach to implementing the requirements detailed in this RFI and statement of work (SOW) being proposed for consideration and the current state of its development. Specifically address connectivity requirements to R&E networks and direct connectivity to NOAA at diverse locations (both). Provide a diagram detailing proposed data paths to meet the requirements in the SOW, please include proposed diverse connectivity. Please call out external dependencies in the proposed design. 2.Operational Robustness and Flexibility for Growth and Evolution of Proposed Approach Address the operational reliability and robustness of your proposed approach, as well as simplicity and straightforwardness for ESDIS to transition to and utilize the proposed connectivity. Describe how your approach could adapt to growing data flow requirements and connectivity to new R&E networks with minimal impacts to existing ESDIS data flows and costs. 3.Transition Plan Describe specific details of transition to the proposed approach. Specific concerns to ESDIS are continuity of operations during the transition and transition timelines. Please identify any risks to implementation in a timely manner based upon external dependencies identified in ANNEX1.1. 4.Cost to Operate Provide associated costs with the proposed approach. Specify costs based upon either one-time or annual re-occurring. SCHEDULE: Deadline for Submission: Monday, February 18, 2018, no later than 5:00pm EST Responses may be sent via electronic mail (in either Microsoft Word or ADOBE PDF format) to: Ria Price Contract Specialist ria.a.price@nasa.gov All questions should be directed to: Ria Price Contract Specialist ria.a.price@nasa.gov This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2d8126429d1859b978e20593dbcb4acc)
 
Record
SN04816495-W 20180210/180208231113-2d8126429d1859b978e20593dbcb4acc (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.