Federal Bid

Last Updated on 02 Apr 2014 at 8 AM
Sources Sought
Location Unknown

Session Initiation Protocol (SIP) Design and Development

Solicitation ID 2014-S-035
Posted Date 21 Feb 2014 at 7 PM
Archive Date 02 Apr 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Finance Division
Agency United States Senate
Location United states
DESC: MARKET SURVEY AND BIDDERS LIST DEVELOPMENT - SOURCES SOUGHT REQUEST FOR DESIGN AND DEVELOPMENT OF SESSION INITIATION PROTOCAL (SIP). The purpose of this notice is to gain knowledge of potential qualified industry sources for Session Initiation Protocol trunking in a telecommunications lab environment with an option to implement the solution in a telecommunications production environment.

The United State Senate, Office of the Sergeant at Arms (SAA) requires a contractor to provide support to supplement the SAA professional staff and assist with the design and development for the installation of Session Initiation Protocol (SIP). This solution will need to work in conjunction with our single split-core existing Avaya CS2100 VoIP solution and adjunct systems. These SIP trunks would support an upgrade for the CS2100 from CVM 13 to SE 16 software load and replace existing PSTN services (84 PRIs) in Washington, DC and fifty (50) States for Member offices.

This Sources Sought Notice (SSN) is not a request for proposal and in no way obligates the Senate in an award of a contract. This sources sought synopsis contains the current available information. This information is subject to change at any time. Requirements are stated in terms of minimum capabilities and characteristics required by the Senate.

REQUIREMENTS

All requirement listed below are mandatory.

Qualified vendors will have demonstrated experience working directly with customer staff in all phases of systems development and maintenance to include:

1. Analysis, design, development, testing, implementation, training and documentation.
2. Independent management of projects and tasks.
3. Demonstrate the ability to support the following applications and technologies: Avaya CS2100 (CVM 13 to SE 16 software load), ESNA technologies, Microsoft Lync, Cisco (Tandberg) VCS videoconferencing, SST, SSL, and Biscom fax services.
4. Ability to provide high-quality senior and mid-level staff with strong technical and communication skills.
5. Implement geo-diverse trunking to ensure automatic and seamless re-routing of calls in the event of a trunk failure; carrier-grade and five nines reliability with inclusion of 24X7X365 support and maintenance.
6. The solution shall include technology to protect the Senate's network.
7. Port all existing Senate telephone numbers from Washington, DC and fifty (50) states for Member offices with capability to determine originating call and route calls as local, long distance or international and appropriate local 911 Public Service Access Point (PSAP). The Senate has approximately 20,000 telephone numbers in Washington, DC and approximately 5,000 in Member state offices for a total of 25,000 telephone numbers.
8. Ability to dial local, long distance and international as well as ability to block specific NPA NXX.
9. Provide customer with means of generating real-time and historical performance reports including: Bandwidth utilization, traffic analysis, QoS reports.
10. At a minimum the SIP trunks shall support the following:
a. Codecs G.711A, G.711u, G.722.2, G.728, G.729A, AMR, GSM.
b. SIP trunks shall support pass-through fax.
c. Secure over a private connection and vendor shall demonstrate utilization of SHA, TLS, SRTP and AES.
d. Transcoding multiple codecs and simultaneous calls

RESPONSES:

The SAA invites all qualified sources to respond to this sources sought notice.
In responding to this SSN, state your qualifications to perform each of the mandatory requirements listed above. Your response to each requirement must include paragraph numbering identifiable to the requirements listed above. The submissions must include:

a) Professional qualifications (education, certification, registration and experience) of current staff available to provide the required services;

b) A minimum of three (3) past performance references for the requirements with similar contracts for Government agencies and private industry in the past three (3) years, including contract number, customer name and address, and brief synopsis of work performed relevant to requirements listed above;

c) organizational information including your Dun and Bradstreet number and point of contact with telephone, fax and e-mail address.

The information contained in this notice will be the only information provided by the Senate during the Sources Sought process. All qualified sources should respond to this Sources Sought by submitting an information package in accordance with the instructions provided. If suitable responses are received from qualified sources, the SAA anticipates inviting capable sources to provide a demonstration of the proposed solution during the third quarter of Fiscal Year 2014. Vendors responding to this notice and deemed qualified by the SAA following a successful product demonstrations may be requested to submit a proposal in response to a solicitation. Only firms deemed qualified will be permitted to submit proposals. Neither the SAA nor the Senate will be responsible for any costs for the preparation of responses to this request. The Senate will not provide debriefings for any vendors responding to this notice.

INSTRUCTIONS: Responses to this Market Survey-Sources Sought request are due to the POC no later than April 1, 2014, at Noon EST and shall be submitted electronically via email only to the attention of Jill T. Johnson at: [email protected]. The subject line of the email message shall be: "SSN 2014-S-035 Session Initiation Protocol (SIP) Design and Development". No other method of transmittal will be accepted. The response shall not exceed twenty-five (25) pages, including resumes. Unnecessarily elaborate submissions are discouraged. Pages over the page limitation may be discarded. Access by the SAA to information in any files attached to the response is the responsibility of the submitting party. Neither the SAA nor the Senate is responsible for any failure to access vendor's information.

THIS IS NOT A REQUEST FOR PROPOSAL. THIS NOTICE CONSTITUTES THE ENTIRE SOURCES SOUGHT NOTICE AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR SENATE. ANY REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED.
Bid Protests Not Available

Similar Past Bids

Location Unknown 07 Jun 2019 at 6 PM
Colorado springs Colorado 29 Jan 2024 at 11 PM
Ridgecrest California 04 Jun 2015 at 3 PM
Hanahan South carolina Not Specified
Santa monica California 12 Dec 2011 at 5 PM

Similar Opportunities

Dyess air force base Texas 14 Jul 2025 at 6 PM
Chicago Illinois 31 Dec 2025 at 5 AM (estimated)
Washington District of columbia 18 Jul 2025 at 9 PM
Washington District of columbia 23 Jul 2025 at 9 PM
Washington District of columbia 23 Jul 2025 at 9 PM