Terrestrial Dark Fiber - SOUTHCOM
The Defense Information Systems Agency (DISA) is seeking sources for Terrestrial Dark fiber into HQ SOUTHCOM. CONTRACTING OFFICE ADDRESS: Defense Information Technology Contracting Organization 2300 E... The Defense Information Systems Agency (DISA) is seeking sources for Terrestrial Dark fiber into HQ SOUTHCOM. CONTRACTING OFFICE ADDRESS: Defense Information Technology Contracting Organization 2300 East Drive, Building 3600 Scott Air Force Base, IL 62225 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of businesses (including the small business subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. DISA Infrastructure Directorate (IE) is seeking information for potential sources for the installation, testing, and transition of leased dark fiber supporting 100G Packet Optical Transport System (P-OTS) Government furnished equipment (and any optical amplifier equipment as required), necessary to connect the Service Delivery Node (SDN) to the existing Department of Defense Information network (DODIN) network located at HQ SOUTHCOM (9301 NW 33rd St Bldg. Conference Center of America Doral, FL 33172). The objective is to route from 9301 NW 33rd St Bldg. Main Headquarters Doral, FL 33172 to 3960 20th Place SW Cypress, FL; and from 9301 NW 33rd St Bldg. Main Headquarters Doral, FL 33172 to 120 SW 17th St Fort Lauderdale, FL in order to meet the urgent and critical telecommunications Network Enhancement requirement for 100G 6500 Packet-Optical Transport Network (P-OTN). DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: N/A, as this is a new requirement. REQUIRED CAPABILITIES: The Government has a requirement to provide and maintain a fiber communication solution that utilizes 100G P-OTS Government Furnished Equipment and fiber to connect the existing HQ SOUTHCOM (9301 NW 33rd St Bldg. Conference Center of America Doral, FL 33172), the route must connect to the NAP of Americas 36 NE 2nd Ave Miami, Florida 33132: •From HQ SOUTHCOM (9301 NW 33rd St Bldg. Main Headquarters Doral, FL 33172), the route must connect to 3960 20th Place SW Cypress, FL •From HQ SOUTHCOM (9301 NW 33rd St Bldg. Main Headquarters Doral FL 33172), the route must connect to 120 SW 17th St Fort Lauderdale, FL The Government desires dark fiber, equipment, and commercial facilities to support Department of Defense (DoD) users with a 100G 6500 Packet-Optical Transport Network (P-OTN) network. For this new critical telecommunications leased fiber optic link requirement, the solution must meet the following operational and program requirements: 1. Provide fiber, Engineer Install, Secure, Test (EFIST) and make operational a network solution. 2. Site surveys to determine Space, Power, Heating, Ventilation and Air Conditioning (HVAC), and infrastructure (racks, ladder rack, ground bus, DC power and cable management) required to support for the installation of a Ciena 6500 rack supporting P-OTS. 3. Implement, integrate, and make fully operational the P-OTN network. 4. Ciena 6500 32-slot shelf will require 4A and 4B -48VDC feeds with 60A breakers each. 5. Power usage for each Ciena 6500 32 slot shelf: Maximum operational: 4500Watts. Maximum start-up: 9000Watts. 6. Identify power for Emerson NetSure 721 racks, to include a 3' service loop. 7. The Emerson NetSure 721 rectifier units can be wired with single or three phase. Single phase, hard wiring to the rectifier shelves is preferable. AC installation requirements for hard wiring will be 6 x 50A loads per rectifier shelf (1 per rectifier module, 1 shelf holds 6 3200 watt modules). Wiring must be 8 AWG installed in conduit. SPECIAL REQUIREMENTS Must provide documentation of Secret clearance. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 517311, with the corresponding size standard of 1,500 employees. This Sources Sought Synopsis is requesting responses to the following criteria from businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, responses are encouraged to provide information regarding plans to use Joint Venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1)Business name and address; 2)Name of company representative and their business title; 3)Business Size; 4)CAGE Code; 5)Estimated Pricing; 6)Any contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, General Service Administration (GSA): OASIS, ALLIANT, VETS, STARS II, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Businesses who wish to respond to this notice should send responses via email no later than 2:00 PM Central Standard Time on 20 September 2019 to Ms. Katie Day and Ms. Kari Kinzel at katie.s.day.civ@mail.mil and kari.l.kinzel.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the capabilities listed in this notice. Documentation should be in bullet format. Questions regarding this announcement must be submitted to the email listed in this announcement no later than 10:00 AM Central Standard Time on 12 September 2019. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »