Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2002 FBO #0154
MODIFICATION

R -- Design, Installation, Migration, and Certification of Data Processing Capability

Notice Date
5/3/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Combat Command, HQ AIA, HQ AIA/LGCK 251 Kirknewton, Bldg 2088, San Antonio, TX, 78243-7034
 
ZIP Code
78243-7034
 
Solicitation Number
Reference-Number-F567IW21000100
 
Response Due
5/13/2002
 
Archive Date
5/28/2002
 
Point of Contact
Abbe Guerra, Contract Specialist, Phone 210-977-2821 x 9030, Fax 210-977-3945,
 
E-Mail Address
abbe.guerra@lackland.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Electronic Systems Security Assessment (ESSA) Processing Capability Statement of Objectives GOAL:  Provide upgraded/enhanced data processing capability and storage of collected ESSA data OBJECTIVE:  Provide 67 IOW/DOO with planning, technical solution, and services for design, installation, migration, and certification of data processing capability at two geographically separated locations (Brooks AFB TX, Vogelweh Germany). Task 1. Provide planning support  Provide an implementation plan for installation of processing capability at two geographically separated locations over a three-month period. Include schedules for performance of DOD required certification processes (i.e. Defense Information Technology Security Certification & Accreditation Process (DITSCAP)). Engineering/installation support must be provided by the same personnel at all locations and be prepared to installation at a third location during early FY 2003. Task 2. Technical Solution  Provide a complete technical solution for network servers, connectivity, storage, web services, print services, and backup capability for each location. Solution must allow storage of at least 1 terabyte of data with expansion to at least 3 terabytes possible in the future. Web capability must include use of an index server for indexing all data stored and retrievable through web technologies. Tape backup capability must provide capability of unattended backup of all stored data in not more then 12-hours (including the appropriate drives and media). Solution must also meet all requirements of the Joint Technical Architecture ? Air Force and identification of unique power/space requirements for installation locations. Task 3 Design Services  Design the technical solution for review by engineering and user representatives for determination of applicability of solution. Task 4 Installation Services  Provide installation services at the locations identified previously. The same installation/engineering personnel must be used at each location to allow for synergy of the efforts and application of lessons learned prior to start of subsequent installation. Task 5 Data Migration Services  Provide all support necessary to complete migrate all existing data and user accounts to the new network architecture. Migration must be done during non-duty hours and without negatively impacting ESSA operations. Task 6 Certification Services  Provide all documentation for certification of technical solution by DoD certification officials. Included must be the development of test plans and installation of equipment at a central facility to allow test personnel to validate the certification documentation. All certification efforts must be guaranteed for issuance of approvals to operate the technical solution when installed at operational locations. PERIOD OF PERFORMANCE: 1 Jun 02 ? 31 Aug 02 TRAVEL: 1 trip for installation/engineering personnel to each of the locations identified. (Vogelweh GE and Brooks AFB San Antonio TX) CLEARANCE: No clearance required. CONTRACT OBJECTIVES: Generate a Cost Proposal, Statement of Work (SOW) detailing how the contractor will staff, plan and manage this effort to include the Contract Data Requirements Lists and a Service Delivery Summary. The Government reserves the right to approve the contractor developed SOW. 29 Apr 02 MEMORANDUM FOR PROSPECTIVE OFFERORS FROM: HQ AIA/LGCK 251 Kirknewton San Antonio TX 78243-7034 SUBJECT: Request for Proposal (RFP) 1. The Government is contemplating issuing a Firm Fixed Price (FFP) order using GSA schedules in response to the attached Statement of Objectives (SOO) entitled ?Electronic Systems Security Assessment (ESSA) Processing Capability?. Request you provide a cost proposal, Statement of Work, Contract Data Requirements Lists (CDRLs), and a Service Delivery Summary (SDS) based upon the attached SOO. 2. The anticipated order performance period is approximately three months beginning on or about 1 Jun through 31 Aug 02. Travel is considered reimbursable and in accordance with the Government Joint Travel Regulation. The tasks outlined in the SOO will be performed at government facilities. 3. The proposal shall contain a technical approach, past performance information, and cost/price estimate. Identify your technical and contract points of contact and authorized negotiators for this order. Include addresses, telephone numbers, fax numbers and e-mail addresses for each individual. The Government will determine the awardee of this task order based on an integrated assessment of past performance/recent relevant experience, technical approach, and total price. These factors are equal in importance. The estimated price shall be reviewed for realism and completeness. The Government reserves the right to award to other than the low offeror. 4. Request you submit your proposal no later than COB 13 May 02. Proposals submitted after this date shall not be considered for award in accordance with the provisions of FAR 52.215-1, paragraph (c)(3). Submit proposals (original and one copy) to the address cited above, attention Ms Abbe Guerra. Original should include everything as stipulated in paragraph 3 above. 5. If you have any questions, please contact this office in sufficient time to address them prior to proposal submission. I can be reached at (210) 977-2862, x9030 or fax (210) 977-3945. My e-mail address is abbe.guerra@lackland.af.mil ABBE L. GUERRA Contract Specialist MODIFICATION 3 QUESTIONS AND ANSWERS QUESTION 1. Can the proposal be submitted by email? If yes, can it be emailed to your email address? ANSWER Proposals may be submitted by e-mail to the contract specialist address. QUESTION 2. What is the estimated level of effort in terms of man-hours? ANSWER Level of effort is dependent on the solution. QUESTION 3. How many network servers and clients, what kind (hardware, operating system, and disk storage) exist at each location? ANSWER Currently there are three servers at each location. However, we do not want the existing capabilities considered. This is a completely new solution without consideration of any existing equipment, software, etc. QUESTION 4. How many web servers are there at each location? How many web pages exist at each location? Are the web services provided through Apache or Windows NT? ANSWER See No. 3. QUESTION 5. Is the 1-3 terabyte storage to be tape based or disk? ANSWER Disk based. QUESTION 6. Please identify type and quantity of network equipment for each location. ANSWER Currently there are at least 16 workstations with three printers. Anything above that is open for the solution. QUESTION 7. Some of the work can be performed off site; do you have any preference on place of performance for such work? ANSWER The off-site work should be done at the vendors location. QUESTION 8. Can you provide an electronic copy of the Defense Information Technology Security Certification & Accreditation Process (DITSCAP)? ANSWER DITSCAP is available on the web at http://iase.disa.mil/ditscap/ QUESTION 9. Are we required to submit Representations and Certifications with the proposal? ANSWER Yes QUESTION 10. Does modification 2 preclude the use of a GSA contract vehicle for companies that have one in place? ANSWER No. QUESTION 11. Will you post all questions and answers in response to this solicitation? ANSWER Yes QUESTION 12. When is last day for submitting & answering of questions? ANSWER Last day for questions is 6 May 02, 11:00 CDT. Answers will be posted on the same day. QUESTION 13. What type of infrastructure is this to integrate into? ANSWER Currently each unit has fiber into the facility and cat-5 within the facility. The only exception is the location in Germany. They are completely fiber from facility entry to workstation. QUESTION 14. Is the only function of this system to catalog, store and serve the data? ANSWER The services need to include print, access control, backup, storage, and data indexing. QUESTION 15. What is the current system, for migration purposes? ANSWER Current operating system is WINDOW NT. QUESTION 16. Existing number of users? ANSWER Number of users varies. The largest unit will have approximately 150 accounts. QUESTION 17. What is the existing operating system? ANSWER See No. 15 QUESTION 18. Is this a classified or unclassified system? ANSWER The system is unclassified. QUESTION 19. What type of print services are required- Local print services or remote? ANSWER Strictly local print services. QUESTION 20. What type of data is represented: large files, small files, binary, text, number of each category, etc? ANSWER File size ranges from typical small text documents, to large audio, picture, and binary files. QUESTION 21. Initial requirement is for 1-GB storage and backup ? When will data storage needs increase to 2-GB and 3-GB? ANSWER The requirement is for 1TB storage minimum. Increases are dependent on the location. QUESTION 22. What is method of shipping of hardware to Germany? Up to bidder or provided for by Air Force? ANSWER Shipping for Germany will be accomplished through AF channels. QUESTION 23. When are non-duty hours? ANSWER Late evening to early morning.
 
Place of Performance
Address: Brook Air Force Base, San Antonio, TX and Vogelweh, Germany
 
Record
SN00070982-W 20020505/020503213213 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.