Telecommunication application software solution
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for the Defense Information System Network (DISN) Consolidated Provisioning – IE7 CONTRACTING OFFICE ADDRES... SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for the Defense Information System Network (DISN) Consolidated Provisioning – IE7 CONTRACTING OFFICE ADDRESS: DISA/Defense Information Technology Contracting Organization (DITCO) Scott/PL8413 2300 East Drive, Building 3600 Scott Air Force Base, Illinois 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, Woman Owned Small Businesses, and HUBZone Firms) to provide the required products and/or services. 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 This market research is in accordance with Federal Acquisition Regulation (FAR) Part 10 to determine industry's capabilities to provide network service provisioning costing and quoting for the DISA DISN Consolidated Provisioning program and approximately 40 supporting commands 140 agencies. The anticipated delivery of solution is October 1, 2019 or sooner. The specific area of focus is to provide network services costing and quoting in support of provisioning and deployment of new-leased telecommunication services supporting various technologies and bandwidth requirements including Ethernet E-LAN, E-Line, EPL or EVPL, DSx for access, point-to-point, dedicated internet, Broadband, optical, and others. The request is to identify sources that can provide an automated web-based or database telecommunication application solution for telecommunication network services costing and quoting. The solution shall include a geocoding engine supporting global address verification, specific vendor or carrier needs, and location of each carrier. Provide metrics for vendor quality control (QC) and performance evaluation score card. REQUIRED CAPABILITIES: Responses to this Sources Sought shall include the following requirements The ability to solicit telecommunication companies to determine their ability to provide network services in support of required Telecommunications services covering a variety of technologies and bandwidth requirements including Ethernet E-LAN, E-Line: EPL or EVPL, DSx for access, point-to-point, dedicated internet, Broadband, optical, and others. Contractor shall provide a tool or database for information retrieval and exchange. Due to special customer requirements, the vehicle chosen for the required information exchange has to contain current information and be available for information exchange 24X7. Provide metrics for vendor quality control (QC) and performance evaluation score card. The ability to provide the costing from telecommunications companies and Local exchange Carriers (LECs) in support of network services and bandwidth requirements within a specific time frame. The solution shall provide responsive telecom service quoting that reduces cost, time, and effort for identifying service providers ensuring the carriers with the greatest potential to meet the requirements are identified for contract awards. In addition to the required Network quoting, the solution must be able to provide GEO information services in reference to the customer’s location that service has been requested. The ability to provide Common Language Location Identifier CLLI Code is required. SPECIAL REQUIREMENTS None. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519, with the corresponding size standard of $27.5M. This Sources Sought Synopsis is requesting responses to the following criteria from ONLY from contractors 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, you are also encouraged to provide information regarding your 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: Business name and address; Name of company representative and their business title; Type of Small Business; CAGE Code; Your 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, National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP), Federal Supply Schedules (including applicable SINs), 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.) Vendors who wish to respond to this should send responses via email NLT July 30, 2019, 4:00 PM Central Time (CT) to taylor.j.rakers.civ@mail.mil and cody.r.seelhoefer.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating the ability to provide the product/solution capabilities as listed above and any pricing available for licenses, maintenance, and/or subscriptions. 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 personnel reviewing submitted 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 »