AWAN

Download 19 Feb 2011 ... Army Wide Area Network (AWAN) is a secure “Desktop to Desktop” messaging system of the Indian Army. The AWAN system rides t...

0 downloads 634 Views 87KB Size
REQUEST FOR INFORMATION: ARMY WIDE AREA NETWORK (AWAN) PHASE-II MAIN SYSTEM LESS ENCRYPTION SYSTEM Introduction 1. Army Wide Area Network (AWAN) is a secure “Desktop to Desktop” messaging system of the Indian Army. The AWAN system rides the Indian Army backbone communication network. Existing AWAN system has limited reach and capability. The proposed system envisages a state of the art secure desktop to desktop messaging system with enhanced reach and capability. Aim 3. To invite responses from the prospective firms who are interested in participating in the development and execution of the proposed system. Scope 4. Indicative scope of the project (structured as user, operational and system requirements) is given at Appendix ‘A’. Objective 5. Directorate General of Signals (Sigs-7), Integrated HQ of MoD (Army), will evaluate responses to RFI so as to shortlist eligible Firms to issue Request for Proposal (RFP) for Project AWAN Phase –II (Main System less Encryption). Firms should furnish all details sought in Appx B to enable the user to achieve following objectives:(a)

Assess the financial capability of the Firm to handle this project.

(b)

Examine Firm’s experience and track record in implementation of similar projects.

(c)

Assess ability of Firms to provide maintenance support on pan India basis.

Eligibility Requirements of the Firm 6. Eligibility criteria are given at Appendix ‘B’. Compliance to all criteria is required to be individually endorsed in the RFI responses. Documents validating compliance have been indicated in the eligibility criteria. Non availability of documents in responses will indicate non compliance. Submission of responses will also indicate compliance to the following aspects:(a) The Firm should be a System Integrator, who can implement project on turnkey basis. (b) Only Indian Residents with Indian origin will be deployed for implementation of the Project in field. (c)

IPR of the customized software provided will be the property of MoD.

(d) On-site Inspection by Foreign Agencies will not be allowed. Products mandating the same will not form a part of the solution offered.

(e) Guarantee that all software patches/upgrades, spares and consumables will be provided for a period of ten years including three years warranty irrespective of availability of OEM support. (f) Firms shortlisted for issue of RFP will be required to sign “Non- Disclosure Agreement” with “Government of India before issue of tender papers as well as before award of contract. (g) The firm should posses the following certifications. Copy of certificates to be attached to the RFI response. (i) ISO 9001:2000 or equivalent certification for Quality management standards. (ii) ISO 27000:2005 or equivalent certification for Information Security Management System in case custom software is being developed by the Firm. (iii) ISO 20000/BS 15000 or equivalent by HW OEM partner for Information Technology Service Management. Evaluation Process 7. Short listing of Firms will be carried out based on vendor responses to the compliance of eligibility criterion. Compliance is required to be submitted in the exact format given at Appendix ‘B’. Firm submitting compliance in any other format or non-submission of any documents or incomplete information shall automatically disqualify and will not be considered for the selection process. Firms may be asked to give a presentation on capability, capacity and experience to undertake the said project to the committee, if required. Miscellaneous Issues 8. Right to suspend the RFI process or part of the process to accept or reject any or all applications at any stage of the process and/ or to modify the process or any part thereof at any time without assigning any reason is reserved with the user without any obligation or liability whatsoever. Procedure for Response 9. Firms are requested to forward their response to the proposal of AWAN II as per requirement listed in the preceding paragraphs along with introductory brief of their companies as per proforma given at Appendix ‘C’. 10. The response to this RFI may be forwarded through registered post/courier by 1200 h on 19 Feb 2011 to the under mentioned address :-. Director Directorate General of Signals (Sigs-7) General Staff Branch Integrated HQ of MoD (Army) Room No 649, ‘A’ Wing, Sena Bhawan Rajaji Marg, New Delhi -110105 Telephone : 011-23019746 Fax No : 011-23018933

Appendix ‘A’ (Refers to Para 4 of RFI for AWAN-II) USER REQUIREMENTS

1. Project Army Wide Area Network (AWAN) Phase II is proposed for implementation of a desktop to desktop secure workflow and messaging solution for users of the Indian Army. It requires a single system which should provide basic services like formal and informal messaging, portal, FTP etc. The solution will also have its own directory services, security architecture based on asymmetric key algorithm, certification and registration services. This system will be implemented on IP/MPLS based framework. The proposed solution should be platform/OS independent. The technology used for the solution should be open standards with minimum operational complexity. 2. The network architecture for the Project AWAN-II will be hierarchical to cater for the need of assured application delivery, scalability and high availability. The existing media of the Indian Army will be made use of for this project. It will have self organizing network architecture which will provide high resilience and fast convergence with minimal network failover time. Management traffic should be restricted to minimum during change in network topology, to avoid unnecessary flooding of the network and bandwidth wastage. A disaster recovery should be built into the system at various levels to ensure continuous availability of services and will be transparent to the users. All the network devices should be manageable through a central NMS. The system should also be able to work with Combat Net Radio and in poor media conditions i.e. as low as 600 bps. 3.

The implementation of the proposed solution is envisaged as given below:(a) Hardware. The system will be implemented in a hierarchical architecture. It will be based on the concept of communication node called Message Processing Server (MPS). These MPSs will be installed at approximately (300-500) locations on Pan India basis and this number may further increase as and when MPSs from various static locations are split, uprooted and deployed in an operational area. Most of these MPSs will be static. However, certain MPSs are required to be mounted on vehicles, to be provided by user. These transportable nodes will cater for those users who move out temporarily for short duration. Each communication node will comprise of major equipments like routers, switches, servers, firewall, IPS etc. The configuration and scale of equipments at each node may vary depending upon the user requirement. AWAN-II will also have support for integration with other IP/MPLS or ATM based network. The system will also be integrated with the inline encryption device provided by the user to be used between clients and servers. (b) Software. Besides the standard operating system/firmware required for the servers/network equipments following application software will form part of the project:-

(i) Application Software for Basic Services. Application software to support various services like formal and informal messaging, web portal, FTP, directory services based on LDAP, Network management etc. are required. The solution of AWAN-II will also be integrated with other existing applications like Single Sign On, Patch Management, Antivirus and Firewall. The application software will be structured to suit the work flow of the user i.e. setting up of priority, security classification, drafter/approver concept etc. and should comply with Military messaging standards being used internationally. It should provide assured delivery of all services. (ii) Application Software for Security Architecture. A purely customized application software for implementation of asymmetric key algorithm is required. The source code of implementation of PKI and encryption algorithms would require to be submitted to System Analysis Group (SAG), DRDO for evaluation. This should be able to provide security services like Confidentiality, Integrity, Availability, Authentication, Non Repudiation and Survivability. These services should be available using password as well as token based. The software will also have support for certification and registration services. 4.

Miscellaneous requirements are given below:(a) Training. A detailed and comprehensive training is required to be imparted to the users on operation and trouble shooting of the system. (b) Maintenance. The proposed system is intended to be in use for 10 years. It will be under warranty for three year followed by seven years of AMC. The terms and conditions of AMC will be decided mutually at the time of signing of contract.

Appendix ‘B’ (Refers to Para 6 of RFI for AWAN-II) ELIGIBILITY CRITERIA SER NO

I.

CRITERIA

COMPLIANCE STATUS (YES/NO)

DOCUMENTARY EVIDENCE IN SUPPORT OF COMPLIANCE STATUS

DOCUMENTS SUBMITTED (YES/NO)

REFERENCE FROM THE DOCUMENTS SUBMITTED BY FIRM

INTRODUCTION

1.

SI. Responses to the RFI for this project will be submitted by a System Integrator henceforth called as “SI” in this document. The SI will be responsible for delivery and professional services for the Army Wide Area Network. The SI cannot participate in more than one bid. The user department shall deal only with the SI.

2

OEM for IP/MPLS Network.

3.

OEM for Software Applications The software applications comprise of limited workflow, portal, directory services, network management, FTP, Certification and Registration services, mail and messaging. The SI shall specify the arrangement with software application vendor and/or with software customization vendor. Software applications have to be from reputed OEMs.

The IP/MPLS equipment proposed to be provided should be carrier class, tested, certified and from reputed OEMs.

SER NO

CRITERIA

COMPLIANCE STATUS (YES/NO)

DOCUMENTARY EVIDENCE IN SUPPORT OF COMPLIANCE STATUS

II. GENERAL CRITERIA

(a) SI 1.

Is the Firm an Indian registered company under Company Act 1956 having Indian Management and control with Resident Indian Nationals? (Firm should be in existence in India for at least three years)

(a) Certificate of incorporation from Registrar of companies having clearance from RBI wherever applicable (Applicability to be specified by the SI). (b) Articles and Memorandum of Association. (c) Latest valid TIN, PAN and Excise & Sales Tax Registration number. (d) Details of the firm along with List of Directors on the Board of the Company with their address(es), contact telephone numbers, PIN etc. (e) Documentary evidence for registration with proof for Management and Control of Company with Resident Indian Nationals in the form of Form 32 pursuant to sections 303(2), 264(2) or 266(1)(a) and 266(1)(b)(iii) of Company Act 1956. The Management and Control with Resident Indian Nationals implies majority of Board of Directors of the Company should comprise individuals who are:(i) Indian citizens as per the Indian Citizenship Act 1955.

2.

Will the SI be able to quote for 100% of the quantities?

(ii) Resident Indian Nationals as per Indian Income Tax Act 1961, Section 6. Certificate from the Firm

DOCUMENTS SUBMITTED (YES/NO)

REFERENCE FROM THE DOCUMENTS SUBMITTED BY FIRM

SER NO

CRITERIA

COMPLIANCE STATUS (YES/NO)

DOCUMENTARY EVIDENCE IN SUPPORT OF COMPLIANCE STATUS

3.

DOCUMENTS SUBMITTED (YES/NO)

Will there be an agreement between SIs and Agreement between SI and various OEMs IP/MPLS and software application OEMs to ensure traceability and accountability with respect to entire scope of this project from hardware, software and services perspective on project life cycle basis. 4. What are the details of backend arrangement for Copies of relevant backend agreements third party solution providers? 5. The Firm should not be blacklisted or involved in Company Secretary certified documents to this corrupt and fraudulent practices with any effect. central/state government ministries / affiliates or PSUs for telecom related projects in India during last three years. Note: In case the bidder is a subsidiary of a parent company the clauses mentioned above are applicable only to the subsidiary. (b) IP-MPLS/ Software OEMs 1.

Is the Firm an Indian registered company under Company Act 1956? (Firm should be in existence in India for at least three years)?

(a) Certificate of incorporation from Registrar of companies having clearance from RBI wherever applicable (Applicability to be specified by the OEMs). (b) Articles and Memorandum of Association. (c) Latest valid TIN, PAN and Excise & Sales Tax Registration number.

2.

The Firm should not be blacklisted or involved in corrupt and fraudulent practices with any central/state government ministries / affiliates or PSUs for telecom related projects in India during last three years.

(d) Details of the firm along with List of Directors on the Board of the Company with their address(es), contact telephone numbers, PIN etc. (e) Documentary evidence for registration with proof for Management and Control of Company Company Secretary certified documents to this effect.

REFERENCE FROM THE DOCUMENTS SUBMITTED BY FIRM

SER NO

CRITERIA

COMPLIANCE STATUS (YES/NO)

DOCUMENTARY EVIDENCE IN SUPPORT OF COMPLIANCE STATUS

III. FINANCIAL CRITERIA

(a) SI 1.

Is the Firm profit-making for each of the last three years and have Cumulative turnover (last three fiscal years) of at least Rs 1500 Cr?

2.

Is the firm capable of undertaking a Pan India project of national importance?

Documentary proofs including audited and certified financial reports (including Balance sheet, P & L statement) are required to be submitted for each of the financial years reporting turnover and net profit. Bankers Solvency Certificate for at least Rs 150 Cr.

(b) IP-MPLS/ Software OEMs 1.

Is the Firm profit-making for each of the last three years?

Documentary proofs including audited and certified financial reports (including Balance sheet, P & L statement) are required to be submitted for each of the financial years reporting turnover and net profit.

IV. TECHNICAL CRITERIA (a) SI 1.

2. 3.

4.

The SI must have strong System Integration and Project Management (SIPM) portfolio for delivery of required services Is the Firm an ISO 9001:2000 or equivalent certified for Quality management standards? Does the Firm have ISO 27000:2005 or equivalent certification for Information Security Management System in case custom software is being developed by the Firm? Does the Firm have certification for ISO 20000/BS 15000 or equivalent for Information Technology Service Management?

Performance certificate from customers having a similar Pan Indian Network. Current and valid certificate Current and valid certificate

Current and valid certificate

DOCUMENTS SUBMITTED (YES/NO)

REFERENCE FROM THE DOCUMENTS SUBMITTED BY FIRM

SER NO

5.

CRITERIA

The bidder shall provide list of names of main technology partners, platforms and hardware/software solutions proposed in the bid. Can the Firm provide the proposed implementation plan for the messaging application?

COMPLIANCE STATUS (YES/NO)

DOCUMENTARY EVIDENCE IN SUPPORT OF COMPLIANCE STATUS

(a) The proposed implementation plan to be provided. The plan must cover following aspects:(i) Whether an existing messaging application will be customized to meet user’s requirements or it will be developed ab initio. (ii) If proposed to be customized then the COTS messaging applications likely to be used must be listed.

6.

7. 8.

9.

Will the Firm provide an undertaking to share with the user, the source codes of all exclusively developed software / customizations done for the project? This will, however, not include source codes of standard COTS applications used by the Firm. IPR of customized software would belong to MoD. Does the Firm guarantee to provide all software patches/upgrades for a period of ten years. Does the Firm confirm that there are no infringements of any Patent rights and the transfer of IPRs for the customized part of the software as per the laws of the country? Would you be able to provide source code for implementation of Asymmetric key and Encryption algorithms?

(b) List of names of main technology partners, platforms and hardware/software solutions proposed. Commitment letter from Firm

Commitment letter from Firm Commitment letter from Firm

Commitment letter from Firm

DOCUMENTS SUBMITTED (YES/NO)

REFERENCE FROM THE DOCUMENTS SUBMITTED BY FIRM

SER NO

10.

CRITERIA

The bidder should be able to support in situ repairs at users’ premises and have support centres in India.

COMPLIANCE STATUS (YES/NO)

DOCUMENTARY EVIDENCE IN SUPPORT OF COMPLIANCE STATUS

Details of support centes to be furnished

(b) IP-MPLS/ Software OEMs 1. 2. 3. 4.

5.

6.

The quoted models are currently being offered and should have been deployed in a live network. Offered network equipments/Operating System should be EAL certified on date of submission. Is the Firm an ISO 9001:2000 or equivalent certified for Quality management standards? Does the Firm have ISO 27000:2005 or equivalent certification for Information Security Management System in case custom software is being developed by the Firm? Does the Firm have certification for ISO 20000/BS 15000 or equivalent for Information Technology Service Management? Will the customized application software be developed by a Firm having adequate Capability Maturity Model (CMM) certification?

Certificate from the existing customer Commitment letter from the firm Current and valid certificate Current and valid certificate

Current and valid certificate

Current and valid certificate of the Firm or agreement with certified firm along with certificate

DOCUMENTS SUBMITTED (YES/NO)

REFERENCE FROM THE DOCUMENTS SUBMITTED BY FIRM

SER NO

CRITERIA

COMPLIANCE STATUS (YES/NO)

DOCUMENTARY EVIDENCE IN SUPPORT OF COMPLIANCE STATUS

DOCUMENTS SUBMITTED (YES/NO)

REFERENCE FROM THE DOCUMENTS SUBMITTED BY FIRM

V. CAPABILITY AND EXPERIENCE CRITERIA (a) SI 1.

2.

3.

Has the Firm successfully completed at least one or more projects of such a large scale (including supply, installation and integration of IT equipments like Routers, High-end Servers, Network Area storage, Switches etc.) as a System Integrator in last five years? The proposed system is to be integrated with the existing networks of the Indian Army. The proposed system should be open-standard and fully integrable with the existing networks. Does the Firm have experience in integration to existing networks? Is the Firm capable of providing maintenance support for minimum of ten years? It will include facilities and spares backup for on-site maintenance support to include resident engineer.

Details of such projects along with performance certificate from the customer in this regard to include maintenance aspects.

Firm shall produce performance certificate from the customer in this regard. The performance certificate/report should also provide broad details of Network topology & equipment details.

Existing establishment in India for on-site maintenance, technical support, repair and training along with address and contact numbers.

(b) IP-MPLS/ Software OEMs 1.

2.

3.

The IP-MPLS OEM equipment offered should be deployed in MPLS network in India with large No. of nodes. The OEM of main technology block for this project must have supplied equipment (Routers/switches/security systems) for such a large scale network in the last ten years. The OEMs should be able to support the system for seven years after the warranty period.

Details of such networks with No of nodes and Client reference certificate from existing customers. Undertaking to be provided by the OEM.

A letter from OEM signed by authorized signatory (who is legally competent to sign the agreement on behalf of the OEM) to be enclosed. Note: Criteria mentioned above are broad criteria for selection of vendors. Responses to the RFI will form basis for short listing vendors for participating in the project. Conditional/partial compliance may not be sole criteria for rejection.

Appendix ‘C’ (Refers to Para 9 of RFI for AWAN-II) INFORMATION PROFORMA (INDIAN VENDORS) 1.

Name of the Vendor/Company/Firm.

______________________________________________________________________ _____________________________________________________________ (Company profile, in brief, to be attached) 2.

Type (Tick the relevant category).

Original Equipment Manufacturer (OEM)

Yes/No

Authorised Vendor of foreign Firm

Yes/No (attach details, if yes)

Others (give specific details) __________________________________________ __________________________________________________________________ 3.

Contact Details.

Postal Address: ______________________________________________________________________ _________________________________________________________________ City : ______________________ State : ______________________________ Pin Code : ___________________ Tele : ____________________________ Fax : _______________________URL/Web Site: ______________________ 4.

Local Branch/Liaison Office in Delhi (if any).

Name & Address: ___________________________________________________ __________________________________________________________________ Pin code : ______________ Tel : ______________ Fax : __________________ 5.

Financial Details.

(a)

Category of Industry (Large/medium/small Scale) :____________________

(b)

Annual turnover: _______________________ (in INR)

(c)

Number of employees in firm: _________________________________

(d)

Details of manufacturing infrastructure : _____________________________

__________________________________________________________________ (e)

Earlier contracts with Indian Ministry of Defence/Government agencies :

Contract Number

6.

Quantity

Cost

Certification by Quality Assurance Organisation.

Name of Agency

7.

Equipment

Certification

Applicable from (date & Year)

Valid till (date & year)

Details of Registration.

Agency

Registration No

Validity (Date)

Equipment

DGS&D DGQA/DGAQA OFB DRDO Any other Government Agency 8.

Membership of FICCI/ASSOCHAM/CII or other Industrial Associations.

Name of Organistion

Membership Number

9.

Equipment/Product Profile (to be submitted for each product separately)

(a)

Name of Product : ____________________________________________

(Should be given category wise for e.g. all products under night vision devices to be mentioned together) (b)

Description (attach technical literature): _____________________________

__________________________________________________________________ (c)

Whether OEM or Integrator : __________________________________

(d)

Name and address of Foreign collaborator (if any):_____________________

(e)

Industrial License Number: ____________________________________

(f)

Indigenous component of the product (in percentage): __________________

(g)

Status (in service /design & development stage): ______________________

__________________________________________________________________ (h)

Production capacity per annum: ___________________________________

(j)

Countries/agencies where equipment supplied earlier (give details of quantity

supplied): __________________________________________________ __________________________________________________________. 10.

Any other relevant information: ____________________________________

______________________________________________________________________