Type of document: Contract Notice
Country: United Kingdom
MOD Request For Information
GB-Corsham: DPS DII MARITIME DEPLOYED SHIP FIT
1. Contract Title
Title attributed to the request by the Contracting Authority: GB-Corsham: DPS DII MARITIME DEPLOYED SHIP FIT
2. Contracting Authority:
Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team
DPS Commercial, Spur B2, Building 405, Corsham, SN13 9NR, United Kingdom
Tel. 03067701821, Email: ISSComrcl-NSOIT-D-Mailbox@mod.gov.uk
Contact: Felicity Harrison
3. Object of the Request for Information:
Contracting Authority’s file Reference number: DPS/00030
Weblink to where further documentation can be obtained: www.contracts.mod.uk
Short description of requirement: IT services: consulting, software development, Internet and support. The Ministry of Defence (MOD) Joint Force Command (JFC) Information Systems and Services (ISS) organisation is considering the re-competition of the DII Maritime Deployed contract in relation to the commissioning / decommissioning of DII Maritime Deployed IT Systems onto all maritime platforms.
CPV codes :
72000000 – IT services: consulting, software development, Internet and support.
Time-limit: 19/01/2018 10.00 Information Requested: Introduction and Disclaimer
The Ministry of Defence (MOD) Joint Force Command (JFC) Information Systems and Services (ISS) organisation is considering the re-competition of the DII Maritime Deployed contract in relation to the commissioning / decommissioning of DII Maritime Deployed IT Systems onto all maritime platforms.
The MOD is seeking additional information from industry to assist in:
a. Confirming the viability of re-competing the systems and services currently included within scope of this RFI.
b. Understanding the challenges associated with taking on the systems and services associated with this RFI.
c. Identifying options for addressing the challenges.
The information provided in response to this request may be used to inform the options for conducting a possible subsequent competition. The information provided will not be used in the assessment of any proposal from industry relating to the provision of solutions as part of this project.
This RFI forms a part of the market assessment and is NOT part of any competitive procedure. Any information you submit will be considered solely for the purposes of building a greater understanding of the marketplace, and industry’s ability to meet any possible requirement. Should the decision be made to formally compete for this requirement, any information provided must be re-submitted as part of the formal bid process. Information provided as part of this process will not be shared with other industry participants without express consent of the originator.
The information contained in this RFI and any further information (whether written, electronic or oral) supplied by the Secretary of State and/or any of its representatives in respect of this RFI is, and will be, supplied on the condition that neither the Secretary of State, any of its representatives nor any agents, servants, officers or affiliates of the Secretary of State or its representatives whatsoever is liable for any error, omission, or inaccuracy therein nor for any loss or damage sustained by any party arising as a result of reliance on such information or any subsequent communication, including any error or omission or inaccuracy resulting from any negligent act or omission of any of the Secretary of State, its representatives or any other person (other than in respect of fraudulent misrepresentation). No party accepts any responsibility or gives any undertaking to provide further information, including any information required to correct any earlier inaccuracy or error.
Any participation in this Industry Market Test and any response to this RFI is entirely at your cost and risk.
You should note that any copyright in the information provided by the Ministry of Defence as part of the market assessment process, any further documents issued by the Ministry of Defence or its representatives in relation it, rests with the Crown. All other intellectual property rights in such documentation shall remain the property of the Secretary of State and no recipient shall obtain any right, title or interest therein. Such documentation may not be reproduced, copied or stored in any medium, in whole or in part, without the prior written consent of the Secretary of State, other than as strictly required for the preparation of responses to this RFI.
What
DII Maritime Deployed IT Ship Fits contract
The contract currently provides the commercial cover relating to the Ship IT design, commissioning and decommissioning of DII Maritime Deployable (CAT2 & CAT3) Systems & Equipment on to HM Ships, Submarines, RFA vessels and Ships Taken Up from Trade (STUFT).
Introduction to DII Maritime Deployed
The Defence Information Infrastructure (DII) Maritime Deployed (MD) solution is a deployable and scalable system which was formed to provide a coherent Information Infrastructure and associated service that enables the sharing of information and collaborative working across the whole defence network.
The majority of DII MD equipment is comprised of Commercial off the Shelf (COTS) products that have been modified to suit the Naval environment. However, certain CAT2 equipment is bespoke (e.g. 38U and 17U Server/Communications racks).
DII MD essentially comprises:
• One or more server racks for each domain
• Subscriber Access Module (SAM) switches
• End User Devices (EUDs) comprising:
o User Access Devices (UADs) i.e. Fixed desk stations
o Printers
o Laptops
o Mobile Printers
o Mobile Scanners
• Communications Rack (Comms Rack)
• Data Cabling comprising:
o Backbone Cables (i.e. Between Server Rack and SAM switches)
o Local Cables (i.e. Between SAM switches and EUDs)
o SAN (Storage Area Network) and Comms Links (i.e. between Comms Rack, Server Racks and off-ship bearers).
High Level Business Aims
The primary business aim for DII MD is to support Maritime Deployed staff to conduct operations and exercises throughout the entire operational cycle: from initial planning, through command and control of the operation, to post operation analysis.
Services
DII Maritime Deployed IT Services provides the ability for;
• Information Management – Large encyclopaedic, geographic and dynamic databases are provided in support of all functions.
• Messaging Applications – Communication and Collaborating applications that provide a capability that works across multiple operational levels.
• Climatological, Oceanographic & Meteorological Information – Calculate environmental conditions for operations.
• Situational awareness – Command support applications have been hosted on the network, when specific operational requirements exist.
• Reach-back to legacy IT Services.
System Description
DII Maritime Deployed extends IT systems and services from the Base to the Deployed environment and consists of platforms known as SYS03, SYS04 & Minerva. DII MD delivers to the Front Line Commands the capability for deploying assets into theatre by a variation of Type-2 (T2) nodes of varying physical footprints and supported user numbers.
Platform Baseline by Node
To accommodate the variations in the Deployed design there are currently four hardware baselines in use within the environment: SYS03.01.00, SYS03.01.04, SYS04.00.00 and Minerva.
Deployed Nodes Types
Type 2
Type 2 (T2) is a deployable and scalable DII MD service that provides a locally autonomous and reach back capability into the UK DII Fixed domains. Node capabilities come in 4 x types:
A. Type 2A – up to 50 UADS (Variant -1 = Surface Fleet: Variant -2 = Submarine Fleet)
B. Type 2B – up to 399 UADs
C. Type 2C – up to 1000 UADs
D. Type 2C (Binary/Enhanced) – +1000 UADs
Although the overall solution design for the Maritime Deployed environment is the same across all platforms, the packaging design varies according to the node type and the hardware baseline used.
The number of racks used for each of the node types defined above (Node Type supported under each baseline) does not include the single shared Communications rack.
A. Type 2A (variant 1) – 2 racks
B. Type 2A (variant 2) – 2 water cooled racks plus 2 UPS rack enclosures
C. Type 2B – 3 racks
D. Type 2C – 4 racks
E. Type 2C – (Binary Configuration) 7 racks
F. Type 2C – (Enhanced) 6 racks
Each type of rack has a different set of components, arranged to make the best use of space available.
Deployed Platforms
SYS03 & 04
There are currently four hardware baselines in use within the Maritime Deployed environment: SYS03.01.00, SYS03.01.04, SYS04.00.00 and Minerva. Each baseline accommodates an uplift of hardware components due to obsolescence. SYS03.01.04 is not a software baseline, but is a patch (patch 04) applied to SYS03.01.00. Patch 04 was introduced to support additional hardware.
Minerva
Minerva represents a technical refresh of the SYS04 hardware and software build to enable those platforms on long update and refresh cycles (such as Maritime platforms) to be updated prior to the rollout of NSoIT Deployed.
Minerva undertook a different virtualisation approach and wherever possible, virtualised on a per system / service / application basis. As such, Minerva represented the best avenue for ICT data and is now the foundation of the baseline for DII Maritime Deployed.
Connectivity
The DII Maritime Deployed WAN creates an infrastructure that allows DII IP traffic to be selectively routed to bearers such as SkyNet-5 (military satellite), Ship Along Side (SAS) or NAICIS (commercial satellite) back to the RLI or SLI.
CAT2/CAT3 Infrastructure
Since DII hardware is mainly COTS equipment, through the life of a vessel it will undergo an obsolescence / replenishment cycle a number of times. This cycle is referred to as Maritime Tech Refresh (MTR). To facilitate initial installation of IT hardware and multiple MTRs the DII
system is divided into two elements:
• CAT2 – Permanently Fitted/Fixed Infrastructure
• CAT3 – Replaceable Hardware/Infrastructure
The CAT2/CAT3 split also aligns with commercial installation responsibilities. CAT2 installation is a Shipbuilder/Ship Refit Authority (SRA) / Supplier task whilst CAT3 installation is a Supplier task.
CAT2 – Permanently Fitted/Fixed Infrastructure
This equipment is installed by the Shipbuilder / Ship Refit Authority (SRA) and includes equipment which is fitted permanently to the vessel and can generally be considered fit-for-life (i.e. part of the vessel). It includes, but is not limited to:
• Server Racks
• Comms Rack
• Fixed Backbone Cabling
• Fixed Local Cabling
• Fixed Cabling Presentation Boxes e.g.
o FOTCs
o FODBs
o FNAPs
o 12 Way NAPs
o 2 Way NAPs
• Baseplates for UADs and Printers
• Mounting Plates for Node Stacks
• X Mounts
• Cable Management Systems (e.g. tie bar, channel plate)
• Power Supplies e.g.
o Transformers
o Distribution Boxes
o Fixed Power Cabling
o Isolation Switches etc
• Fixed Furniture e.g.
o Desks
o Shelves
o Safes etc
CAT3 – Replaceable Hardware/Infrastructure
Whilst this equipment may be retained on-board for a number of years it is essentially considered as ‘portable’ since it can be removed easily and replaced in the event of MTR a number of times through the life of the vessel. It includes, but is not limited to:
• Server Rack contents
o Servers
o UPS
o SAN Storage devices
• Comms Rack contents
o Switches
o Firewalls
o IPS
o WAN Optimisers
o Crypto devices
• SAM switches (including their bespoke mounts)
• End User Devices (EUDs) e.g.
o User Access Devices (UADs)
o Laptops
o Printers
o Scanners
• Power supply cables (3 pin plug to EUD)
• Data fly-leads
Note that whilst CAT3 equipment is not installed by the Shipbuilder / SRA the Level 4 Guidance should consider this equipment in the overall design to ensure space, weight and services (SWAS) of the final CAT3 installation is accounted for.
SAM switches, UADs and Printers (CAT3 Equipment) are supplied with a rugged mount to secure the device to the vessel’s structure. The containment systems are bespoke to the device and will be considered as part of the CAT3 kit.
Design Functions/Process
This section defines the processes employed from the original customer requirement through to full installation. It identifies the key roles involved in the process and the documents produced by them.
Key roles
The following key roles are involved in the design and delivery of DII
• Scaling Authority (NCHQ ‘The Customer’): Defines quantities of EUDs and their locations.
• Platform Authority: The Vessel Owner / Manager / Procurement Authority.
• DII Equipment Authority: MOD installation authority for DII.
• Installation Officer (IO): DII Equipment Authority Representative assigned to a specific vessel.
• ISPEC Author (Supplier): Author of the Installation Specific document and SME for infrastructure and CAT3 hardware.
• DDL Author (Supplier): Converts NCHQ’s scaling requirement into DDL and LAN schematics.
• N&C Document Author (Supplier): Produces detailed logical network design.
• IGP Author / Ship build designer: Produces Level 4 Installation Guidance Package / Ship Build Drawings.
• IGP Manager: Oversees production of IGP. Acts as SME SPOC for IGP author and maintains record of decisions and deviations.
• CAT2 Installer: (Shipbuilder / Supplier ‘aka SRA’ – Ship Refit Authority) Installs Permanent/Fixed (CAT2) infrastructure/equipment.
• CAT3 Installer: (Supplier) Installs Replaceable/portable equipment.
Design Key Documentation
The following key documents are employed in the design and installation process for DII.
Scaling Blueprint
Produced by Naval Command HQ (NCHQ). Details how many EUDs are required on a specific vessel and identifies the compartments in which they are to be fitted.
DDL
Produced by (Supplier) for most vessels. Describes the topology for a specific vessel and shows cabling type and routes between every EUD, active LAN device and SAN Comm device. Includes a LAN schematic for the whole vessel along with device quantities. Along with ISPEC informs the MDS (Mature Design Solution) to assist in the production of Level 4 IGP / Shipbuilder drawings, the provision of Bills of Material (BoMs), the production of detailed Network and Communications documents, the installation of CAT3 equipment etc.
ISPEC
Produced by (Supplier) and specifies physical requirements for Active and Passive DII equipment and infrastructure. Includes space, weight and power requirements and other environmental considerations such as shock, heat etc. It includes generic connectivity details for cabling and lists supply details for essential CAT2 and CAT3 equipment. Combined with the DDL it includes the detail required by the Level 4 IGP Author / Ship Designer to produce the Level 4 design.
Level 4 Installation Guidance Package (IGP) / Ship Design Drawings
Produced by IGP Author / Shipbuilder. Referred to as the Mature Design Solution (MDS) or more recently as the Installation Solution (IS) describes the detailed scope of work required at refit / new build to make the vessel CAT2 Fit to Receive (FTR). Includes final Datum Pack Drawings based on the full CAT3 installation.
N&C Documentation
Produced by (Supplier). Provides detail of cable patching requirements, active network components etc for a specific vessel. Is used in the production of a detailed network BoM and by the CAT3 installers in making final cable connections on-board.
Note: The ISPEC is written from the viewpoint of installing new equipment throughout. Many legacy equipment and or systems will be suitable for re-use, (for example, legacy Server Racks, baseplates etc during a Tech Refresh, legacy power supplies etc). The extent of legacy re-use will be agreed by the Platform Authority, DII Equipment Authority and IGP Manager at Survey.
Note: The Scaling Blueprint produced by NCHQ dictates which compartments equipment is fitted in, but does not specify precise locations within that compartment. The precise location will be selected by the Platform Authority and/or DII Equipment Authority during Survey/Design Review. Ideally this location will be one that does not obstruct or hamper the use of legacy equipment. However it is inevitable that occasionally this cannot be achieved. In such cases the SRA may need to re-locate legacy equipment instead, if agreed at Survey.
Design Methodology
The detailed FTR (Fit To Receive) Work Package may be included as part of a Ship Build Programme (as Ship Build Drawings) or as a separate (Alteration & Addition) A&A (as Level 4 IGP or MDS/IS) during a refit or other maintenance period.
For In-Service vessels, prior to the production of Level 4 IGP or MDS/IS, it is essential that an on-board IGP Survey is conducted. Ideally the IGP Survey will be conducted in a timely manner to enable the subsequent Work Package to be incorporated in the Maintenance Period and will be attended by:
• The Scaling Authority
• The IGP Author
• The DII EA
• The Platform Authority
• The IGP Manager
• The Supplier SME (ie the ISPEC Author)
At IGP Survey precise location of every device and item of equipment, and any deviations from the ISPEC will be agreed between all attendees and recorded by the IGP Manager.
For New Build vessels, prior to the production of Final Build Drawings, it is essential that a Design Review is conducted. Ideally the Design Review will interrogate detailed GA Drawings and/or the 3D CAD Model and will be attended by:
• The Scaling Authority
• The Shipbuilder
• The DII Equipment Authority (EA)
• The Platform Authority
• The (Supplier) SME (i.e. the ISPEC Author)
At Design Review the precise location of every device and item of equipment, and any deviations from the ISPEC, will be agreed between all attendees and recorded.
Defence Standards
The Supplier is to adhere to the standards specified in their Ship Build/Refit Contract with the Authority. Where a conflict is perceived the standards (e.g. DEFSTANS, BRs, Commercial Ship Building Classification etc) the DII Equipment Authority and ISPEC Author are to be engaged for resolution.
The reference list below is provided to assist with the understanding of some of the standards that are required to be adhered to by any supplier, relating to equipment or machinery being installed on HM Ships, Submarines, Royal Fleet Auxiliaries (RFA) and Ships Taken Up from Trade (STUFT).
SDIP-29 (NATO)- Installation of Electrical Equipment for the processing of Classified Information
BR 2000 (20)* / BRd 167 – Ship Engineering Practices Safety Considerations and Precautions
*(BR2000(20) was superseded by BRd167 however the RFA are still referring to it until BR875 is updated).
BR 875 – Regulations for the Royal Fleet Auxiliaries
BRd 167 – Safety, Health & Environment Manual for HM Ships and Submarines
BR 2000 (52) – Electrical Power Distribution and Utilisation (Currently under review – expected issue date 22/12/17)
BR 4603 (1) – Electrical Installation Manual Volume 1 Installation Practices
BR 4603 (2) – Electrical Installation Manual Volume 2 – Data Sheets
BS EN ISO 7010: 2012+A6: 2016 – Safety Signs and Colours
BS 5378 – Safety Signs and Signals
BS EN 100015/1 – Harmonised System of Quality Assessment for Electrical Components. Basic Specification. Protection of Electrostatic Devices. General Requirements.
DEFSTAN 61-12 – Guide to Cables, Electrical and Associated Items – Cables, Electrical Silicon Rubber Insulated, Limited Fire Hazard (LFH) or Chlorosulphonated Polyethylene (CSP) Sheathed for General Services.
DEFSTAN 02-900 Part 3 – Requirements for Marker Plates
DEFSTAN 08-107 – General Requirements for the Design of Electro-Technical and Naval Weapon Equipment
DEFSTAN 59-411 Part 3 – Electromagnetic Compatibility Part 3: Test Methods and Limits for Equipment and Sub Systems – Standards for Sea Service, Below Decks Limits
DSA02-DMR – MOD Shipping Regulations for Safety and Environmental Protection.
JSP 440- The Defence Manual of Security
Why
These key deployed systems and services are currently in live operation and as such continuity of service is the primary goal. MOD recognises that the nature of Service Operations is a highly specialised domain which benefits from the currency, continuity and availability of industry capability. Such capability is of value in both augmenting and developing organic MOD capability.
When
DII Maritime Deployed Ship fit Contract expiration
The current contract expires in 2019 and a new contract must be in place to transition these services such that live service can be sustained. In meeting this requirement it is recognised that a prior transition period is required in order to develop the capability needed. The contract term is likely to be based on a three year duration, plus one, plus one.
RFI Requirements
MOD raise this request for information notice to investigate the market for Communication information Systems installations to the Maritime environment. The services the MOD require are as stated below:
• Design – Activity conducted prior to system build and preparing the vessel to receive the new system Node based on an approved scaling and Distributed Device List (DDL).
• Build – The system will be built and FAT tested in a contractor defined establishment.
• Logistics – Transportation from system build location to designated UK dockyard by approved Secure Courier.
• Implement- Install the configured hardware on to the designated platform to a level that adheres to Defence Standards.
• Assurance – Commission the ICT system into Live Service demonstrating full functionality of hardware and software applications, gaining full accreditation from external assurance agency.
• Data migration – Activity to migrate DATA and USERS off ship to shore accounts.
• Implementation Support – Activity to provide initial (Go-Live) support following implementation.
• Removal – To remove and dispose of the legacy IL3/IL5 equipment already installed on the vessel.
• Asset Management – Activity to maintain the asset register relating to commissioned/ decommissioned equipment.
Questionnaire
Service & Delivery Management
1. To what extent do your current In-Service Support Management Services meet the requirements? If existing services do not meet the requirements, what is the extent of any development to the services that may be needed to meet the requirements?
2. Describe the overall skills, experience and capabilities to execute the requirements of this RFI.
3. What are the key risks and dependencies to delivering the required services to meet the requirements? Provide feedback on mitigation activity that you would try to put in place at the earliest opportunity to try and minimise risk, cost etc in the future.
4. Would you prefer to contract against key performance indicators for this type of service? If so, what would be the likely limitations or conditions for any contractual indicators and what would be your responsibilities? How would you see this working with a moving programme?
5. Metrics and Measures of Success: Provide feedback on metrics or measures of success that the MOD should use to evaluate, and take into consideration to monitor your organisation’s performance.
6. What is the current maximum in use capacity of your business unit/company to deliver the service in this RFI to the required sites?
(Primary Locations: Portsmouth, Devonport, Falmouth, Rosyth, Birkenhead)
7. Can you supply all the requirements to all the Primary sites?
8. Can you supply all the requirements over and above the primary sites? If so please list sites below.
9. Do you have spare capacity that could be brought into operation if required, as demand increases for the required sites? If so how much spare capacity do you have, and how long would it take to bring it on-line for delivery purposes for specific sites?
10. Are you prepared to work closely with the MOD and link your operational processes completely into theirs, or would you prefer an arm’s-length operational relationship in which there is no close operational collaboration over and above normal operational linkages about service requirement, or would you accept either approach?
11. What is your preference between providing remote support from your own facilities or at MOD facilities, and are there any limitations on, or premiums on, the locations and environments where in-service support could be provided?
12. What would you require in order to support hardware and software provided by 3rd parties? How would you interact and manage the relationship with 3rd party suppliers?
Security
1. Does your organisation have the requisite security accreditation and clearance to be able to deliver in-service support service to the MOD? This could include List X Status for the storage and processing of SECRET material (data and hardware), minimum SC clearance for all staff and DV clearance for those with administration privileges, suitable transport facilities for SECRET data and hardware and suitable hardware re-use (data cleansing and refurbishment), or disposal facilities in line with HMG IS5. If not, how could this be achieved within the timescales and at what cost?
2. As per the requirements for this RFI you will be required to build and configure (as much as possible) the IT platforms before they are transported to the relevant dockyard for installation, please describe:
a. Where you would propose the location for the build site
b. Is this site owned by your organisation?
c. The security features of this site
d. Any uplift to current site security features required, and timescales to achieve this
e. How would you securely manage the Transportation of the IT Platforms to and from the relevant dockyards
Commercial
1. Are there any commercial or military standards that would limit your ability to compete or act as a significant cost driver if compliance were required?
2. What is the right packaging of any future procurement? For example, to what extent will the procurement of Service Support packages such as Augmentation, support to exercises/operations, service desk personnel, supply chain support be combined?
3. Given the current In-Service Support requirements, what requirements are the most significant cost or schedule drivers? Provide feedback on suggestions on how these could be minimised.
4. The MOD has a number of options for commercial constructs. These range from the simple purchase of individual systems and a support package, to potentially more sophisticated options, including Contracting for Availability (CfA). What is the preferred commercial construct and what are the benefits?
5. What are the main supply chain risks and are there any critical or unique suppliers?
6. What is the appetite for your organisation to bid to deliver in-service support service management, based on the draft requirements?
Quality Management, Assurance & Defence Standards
1. Please describe the Quality Management standards that your organisation adheres to?
2. As part of the Assurance process on the IT Builds, you will be required to gain full IT Accreditation from an external supplier/agency, therefore please provide details of your preferred agency and the standards that they align too?
3. Prior to FUL of the installed IT platforms/Services you will be required to perform acceptance testing of all elements, please describe the Acceptance testing processes that your organisation would conduct prior to FUL?
4. As stated in this RFI there are a few Defence Standards that need to be adhered to when installing equipment/machinery on to HM Ships, Submarines, Royal Fleet Auxiliaries (RFA) and Ships Taken Up from Trade (STUFT).
a. Would your organisational services be able to meet the requirements, if not what is the extent of any development to the services that may be needed to meet the requirements?
b. Provide feedback on any metrics or measures of success MOD should use to evaluate, and take into consideration to monitor your organisation’s performance against the stated standards?