DISA Fiber Operation and Maintenance (Korea Dark)
THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. ********************************************* I. Purpose. Thi... THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. ********************************************* I. Purpose. This publication is a Request for Information (RFI) from the Defense Information Systems Agency (DISA) for the operation and maintenance of dark fiber and commercial facilities to support the Defense Information Systems Network (DISN) within the Republic of Korea (South Korea) from Camp Humphreys to Camp Walker. The purpose of this RFI is to conduct market research. Information obtained through this RFI will be used to determine appropriate strategies to meet the Agency's requirements. The Government requests that prospective parties complete and return a Capabilities Statement as described below to determine current ability to meet the objectives and requirements herein. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment for an RFP in the future. This RFI does not commit the Government to contract for any supply or service. Further, DISA is not seeking proposals at this time, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative cost incurred in response to this announcement. All costs associated with responding to this RFI will be solely at the responding party's expense. Not responding to this RFI will not preclude participation in any future solicitation, if any is issued. II. Background. The U.S. Government has a requirement for dark fiber and commercial facilities to support Department of Defense (DOD) communications for a period of performance of up to 10 years. DISA requires specific dedicated fiber property assets for approximately 400 km of fiber generally acquired under an Indefeasible Right of Use (IRU) agreement. Operations and Maintenance (O&M) services, and in-line amplification shall be provided. The fiber network must provide for a robust, flexible, long-term solution for dedicated infrastructure, diverse route connectivity from existing government owned fiber, transmission and integration services, and equipment and capabilities necessary to provide for the data transport needs of DOD. The fiber provided must be two fiber optic cable strands between the following locations: Table 1: Sites City Country Camp Humphreys, 85-21 Daechu-ri, Paengseong-eup, Pyeongtaek-si, Gyeonggi-do, South Korea ROK Camp Walker, 1338-51 Bongdeok-dong, Nam-gu, Daegu, South Korea ROK III. Required Capabilities. •· Provide, operate, and maintain a robust, flexible, long-term end-to-end dark fiber solution for dedicated infrastructure, diverse route connectivity, transmission and integration services, and equipment and capabilities. • · Provide fiber transmission at all bandwidths required. Provide, operate, maintain dark fiber, facilities, and repair the fiber during the life of the contract by providing support 24 hours, 7 days a week, and 365 days a year. • · Install and/or maintain amplifiers and regenerators at the direction of the Government. • · Support services including: installation, operation, maintenance, and related installation services to accommodate service delivery. • · The overall network shall maintain an availability of 99.99%. • · When a terrestrial fiber optic cable failure (e.g., cable cut) occurs, the following response and repair times are required: response time (on site) 2 hours and repair time 8 hours. Repair time begins once personnel arrive on site. • · Optical Line Amplifier (OLA) response will be 8 hours from callout to site arrival. • · Provide O&M support for fiber cable, ducts, amplifiers, and/or regenerators, • · Provide program management, planning, design, coordination, implementation, control and reporting. • · Avoid fiber route and infrastructure shown in Attachment A maps. IV. Special Requirements. Information and Physical Security: Must be able to ensure protection of fibers and commercial facilities that houses equipment and fibers. Must have knowledge and experience with securing critical fiber infrastructure. V. Requested Information. DISA is seeking industry information on fulfilling this requirement. Interested parties should submit the following information: 1. Organization and the point of contact, title, phone, and e-mail. 2. Description of organization's business, including business size, Commercial and Government Entity (CAGE) code and the PRIMARY North American Industry Classification System (NAICS) code that your organization utilizes (if applicable). 3. Pricing information for a 10-year period, in terms of both an (1) IRU and (2) lease of dark fiber. 4. Organization's facility security clearance and personnel security clearance levels. 5. Brief capabilities statement package (no more than ten pages) demonstrating ability to perform the required capabilities. 6. Describe any anticipated proprietary elements of your solution. Small businesses are strongly encouraged to provide responses to this RFI, in order to assist the Government in determining the potential levels of interest, competition, and technical capability to provide the required services within the small business community. In addition, this information will be used to assist the Government in establishing a basis for developing any subsequent potential subcontract plan small business goal percentages. This RFI is issued to assist the agency in performing market research to determine whether or not there are qualified and capable small businesses to provide the aforementioned service. VI. Submission Instruction All submissions must be UNCLASSIFIED. Interested parties are requested to submit all questions, comments, and concerns via e-mail no later than 12:00 PM Hawaii Standard Time, 14 March 2019 to Lee Miyashiro at lee.h.miyashiro.civ@mail.mil and Jennifer Ayres at Jennifer.s.ayres5@mail.mil. Inquiries should identify the paragraph and subparagraph in question. Oral communications are not permissible. The subject line of the e-mail shall read: "QUESTION: IE-DFOM-ROK-DK-2019-001" Final submissions are due via e-mail no later than 12:00 PM Hawaii Standard Time, 26 March 2019. The subject line of the e-mail shall read: "RESPONSE: IE-DFOM-ROK-DK-2019-001" VII. Disclaimer This RFI is not a RFP and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, "Request for Information or Solicitation for Planning Purposes," is incorporated by reference in this RFI. The Government will not pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked proprietary will be safeguarded in accordance with applicable Government regulations. 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 or suffer any consequential damages incurred if proprietary information is not properly identified. Please be advised that all submissions become Government property and will not be returned.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »