East/West Pacific Bandwidth
THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. ********************************************* This publicatio... THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. ********************************************* This publication is a Request for Information (RFI) from the Defense Information Systems Agency (DISA) regarding bandwidth requirements to support 3KHZ through OTU4/OC-N dedicated point-to-point circuits focused on the Indo-Pacific area of operations (INDOPAC AOR). The Government is considering alternative contract structures to acquire point-to-point circuits for the INDOPAC AOR. The INDOPAC AOR may remain one unit or may be divided into two (or more) geographical areas (Eastern and Western Pacific). Western Pacific (WEST PAC) may consist of, but not be limited to Japan, Okinawa, Korea, Australia, New Zealand, Singapore, Thailand, Philippines, and Vietnam. Eastern Pacific (EAST PAC) may consist of, but not be limited to Hawaii, Alaska, the continuous U.S. states (CONUS), Guam, the Mariana Islands, Wake Island, and American Samoa. The purpose of this RFI is to conduct market research that may assist the Agency (a) in assessing the capability of industry and (b) in determining appropriate, cost-effective, and streamlined strategies to meet the bandwidth demands using dedicated point-to-point circuits. Additionally, the Government is interested in cost/pricing estimates between various locations on one landmass and locations on a different landmass ("inter-landmass connectivity") for EAST PAC and WEST PAC. The Government is also interested in cost/pricing estimates between locations on one landmass and other locations on that same landmass ("intra-landmass connectivity") for EAST PAC and WEST PAC. The Government requests that prospective contractors respond in writing with the information below. Requested Information Interested parties are requested to submit the following information: 1. Organization and the primary 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. Sample realistic inter- and intra-landmass connectivity (dedicated point-to-point circuits) cost/pricing information for a 10-year period 4. Cost-effective strategies to meet the bandwidth requirements 5. Industry feedback on feasibility, cost-effectiveness, and speed to circuit implementation as it relates to alternative contract structures to acquire point-to-point circuits for the INDOPAC AOR (to include EAST PAC/WEST PAC concept or others) 6. Brief capabilities statement package (no more than five pages) demonstrating ability to perform the required capabilities Submission Instructions Interested businesses are requested to submit the requested information above via e-mail no later than Thursday, February 21, 2019 at 10:00am Eastern to jennifer.s.ayres5.civ@mail.mil and disa.jbphh.ditco.mbx.ditco-pac-gns-pdc@mail.mil. The e-mail shall not exceed 15MB for all items associated with the RFI response. The e-mail subject line shall read: "RESPONSE: IE-PACIFIC EAST/WEST RFI-BANDWIDTH". Submissions cannot exceed 45 single-spaced, 12-point type with at least one-inch margins on 8 1/2" X 11" page size. Microsoft Excel Workbooks are acceptable when providing pricing information. Oral communications are not permissible. FedBizOpps will be the sole repository for all information related to this RFI. 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. Responses must be UNCLASSIFIED. Questions regarding this announcement shall be submitted in writing by e-mail to jennifer.s.ayres5.civ@mail.mil and disa.jbphh.ditco.mbx.ditco-pac-gns-pdc@mail.mil. The e-mail subject line shall read: "QUESTION: IE-PACIFIC EAST/WEST RFI-BANDWIDTH". Verbal questions will NOT be accepted. Answers to questions will be posted to FBO. The Government does not guarantee that questions received after Thursday, January 31, 2019 at 10:00am Eastern will be answered. The Government will not reimburse companies for any costs associated with the submissions of their responses. ? Disclaimer This RFI is not a Request for Proposal (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 does not intend to 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. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked "Proprietary" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »