Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2002 FBO #0353
SOLICITATION NOTICE

70 -- CITRIC technical support services for DECC OKC

Notice Date
11/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Information Systems Agency, Acquisition Directorate, DITCO-Scott, 2300 East Drive Bldg 3600, Scott AFB, IL, 62225-5406
 
ZIP Code
62225-5406
 
Solicitation Number
Reference-Number-DMCUMT03MPT0036
 
Archive Date
12/6/2002
 
Point of Contact
Merry Bayer, Contract Specialist, Phone 618-229-9708, Fax 618-229-9177, - Linda Fingerhut, Contracting Officer, Phone 618-229-9496, Fax 618-229-9177,
 
E-Mail Address
bayerm@scott.disa.mil, finger1l@scott.disa.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. (ii) DMCUMT03MPT0036. This solicitation is a Request for Quote (RFQ) that is set-aside for SMALL BUSINESS. Size Standard is $21M. (iii) This RFQ is issued for a CITRIX technical support services in accordance with Statement of Work (SOW) included herein. NAICS Code 541519-Other Computer Related Services. (iv) Provide a price for the following services required by the SOW in para (v) below: CLIN 0001-CITRIX Infrastructure Assessment (one-time charge/unit price); CLIN 0002-Telephone support (monthly price-12 month requirement) In addition, provide a toll free telephone number for DECC OKC to use to contact your technical support team.; CLIN 0003-On-site/on-demand (hourly and daily rate along with the titles of labor categories) and CLIN 0004- Authorized travel (estimated by the Government as $5,000 for the year-Contractor need not estimate travel expenses). (v) SOW: CITRIX SUPPORT 1. Task Monitors (TMs)- Primary TM: Mike Doubleday, DISA DECC-OKC/CDK11, 8705 Industrial Blvd., Building 3900, Tinker AFB, OK 73145, (405) 739-2590, DSN: 339, fax-405) 739-2716, DSN: 339, email address: mdoubleday@okc.disa.mil and Technical TM: Rob Fila, DISA DECC-OKC/CDK341, 8705 Industrial Blvd., Building 3900, Tinker AFB, OK 73145, (405) 739-7963, DSN: 339, fax-(405) 739-2716, email address: rfila@okc.disa.mil 2. Task Order Title: Assessment of CITRIX Configuration with follow-on telephone support and available on-site support. 3. Background: The Defense Enterprise Computing Center Oklahoma City (DECC-OKC) is a 96,000 square foot computer processing facility constructed in 1994. DECC-OKC provides robust Citrix environments for multiple customers. 4. Objective and Scope: The requirement exists for a Citrix Infrastructure Assessment. This assessment will include a report and briefing that documents DECC-OKC Citrix environments, performance, policies, and procedures, as well as make recommendations to create a more reliable and robust system to support our customers. In conjunction with the study, the contractor shall provide unlimited telephone support from 8:00 AM-5:00 PM, Monday-Friday, excluding Federal holidays, for the Citrix MetaFrame 1.8 & MetaFrame XP environments installed on 22 servers across 4 farms at DECC OKC. The contractor shall provide up to 14 man-days of System Engineering services on-site troubleshooting in emergencies. 5. Specific Tasks: Platinum Partner of the Citrix Support Network organization must perform these tasks. 5.1 Task 1 - Infrastructure Assessment The Contractor shall conduct an infrastructure assessment of DECC-OKC installed Citrix environment and provide feedback in the areas of applications, hardware, systems management, Windows 2000, MetaFrame, network, backup, printing, client environment, support structure, testing, training, change control, security, and disaster recovery. The Platinum Partner must utilize Citrix Consulting Services from Citrix for this Infrastructure Assessment to insure integrity and standards with Citrix official policy. 5.2 Task 2 - Telephone Support The Contractor shall provide telephone support with unlimited calls for troubleshooting in relation to the DECC-OKC Citrix environment. Telephone support shall be available 8:00 AM-5:00 PM, Central Time, Monday-Friday, excluding Federal holidays. This includes notification of patches and hot-fixes that are available that would improve our environment performance, reliability, and security. 5.3 Task 3 - On Site Support The Contractor shall provide for up to 14 man-days as necessary for onsite system engineering support in critical situations. There are a number of production environments installed at DECC-OKC and as little downtime as possible is required. This task of the contract will provide the support required in emergency situations. The personnel must arrive on-site within 4 hours of notification by TM or alternate TM of the need for on-site at DECC-OKC. 6. Place of Performance. The Contractor team shall accomplish the work specified in this SOW at the locations listed below in paragraph 6.1. 6.1 Locations. The Contractor personnel shall perform on-site SOW at DECC Oklahoma City, on an as required basis. Telephone support will be provided at a location at the choice of the contractor. 6.2 Travel Requirements. All travel must be authorized, in writing, by the TM or alternate prior to commencing travel. Reimbursement for allowable travel expenses will be in accordance with the Federal Travel Regulation and approved by the TM. 6.3 Contractor Compliance. The Contractor shall comply with the appropriate DOD-approved architectures, programs, standards, and guidelines (e.g. DII Strategic Technical Guidance (STIG). 7. Deliverable/Delivery Schedule. 7.1 Task 1 The infrastructure assessment will be completed and briefed within 30 days of contract award to TM and appropriate DECC OKC personnel. Delivery of a hardcopy and electronic format of the assessment is required in contractor preferred format. The out-brief will be conducted at DECC-OKC and discuss, as a minimum the information in paragraph 5.1. 7.2 Task 2 Unlimited 8:00 AM-5:00 PM, Central time, Monday-Friday, excluding Federal holidays, telephone support for Citrix environment will begin from date of contract award for a period of 1 year. 7.3 Task 3 The available onsite support will be available from the date of contract award for a period of 1 year. Personnel must arrive on-site within 4 hours of notification of need from DECC-OKC. 8. Security. The following security requirements shall apply to this effort: 8.1 Contractor personnel are required to have a completed favorable Single Scope Background Investigation (SSBI) for performance under this SOW. It is acceptable to the Government if this investigation is pending. However, a request for Interim ADP-I Access must be approved by the chief, Security and Certification Department (ISBE), Defense Information Systems Agency, Center for Information Systems, 5113 Leesburg Pike, Suite 400, Falls Church, VA 22041-3230. Simultaneous with the submission to the Falls Church office, a copy must be provided to DECC OKC Security Office. A copy of each individual's SSBI paperwork must accompany the request for Interim ADP-I Access. If contractor personnel do not have ADP-1 access level, they will be escorted at all times when on-site, and not be granted their own user-ids on the systems. In the case of limited access, the contractor personnel must work through a knowledgeable authorized government employee. All contractor personnel requiring access to classified information will have an active security clearance to the appropriate level. 8.2. System is subject to the Privacy Act of 1974. 8.3 All contractor personnel working on/managing this effort shall strictly adhere to DISA and DOD security regulations and procedures. 9. GFE/GFI. The Government will provide access to DOD-approved architectures, programs, standards and guidelines (e.g. DII Strategic Technical Guidance (STG). The DISA DECC-OKC will provide this access. 10. Other Pertinent Information or Special considerations. 10.1 Packaging, Packing and Shipping Instructions. All materials will be shipped to: DISA Oklahoma City, ATTN: Joe Little, FOR: Mike Doubleday or Rob Fila, 8705 Industrial Blvd, Bldg. 3900, Tinker AFB, OK 73145. NOTE: Contract number must appear on all shipping labels. 10.2 Inspection and Acceptance Criteria. The Primary and Technical TM at DECC Oklahoma City in conjunction with on-site personnel will review all final deliverables as noted in all SOW paragraphs and sub-paragraphs to ensure accuracy, completeness, professional quality, and overall compliance within the requirements of the task order. If the deliverable does not meet the noted criteria the Government will return it in the following manner: After notification by the TM that the service did not meet the acceptance criteria, the Contractor shall rework the deliverable within 14 calendar days. Upon re-submission by the Contractor, the same acceptance process will apply to assure compliance to criteria. If the deliverable does not meet the acceptance criteria a second time, the Government might consider the Contractor as having deficient performance with respect to the subject task. 12. Contractor Furnished Facilities, Supplies, and Services The contractor shall provide all supervision and control of contractor personnel and perform all contractor related administrative functions. This includes, but is not limited to, hiring, firing, assigning and supervising work, and critiquing performance. All task related requests to the contractor shall be communicated through the Government Task Monitor(TM)/Contracting Officer's representative (COR) to the contractor Task Leader, not the individual contractor employees performing the work. End of SOW. (vi) FAR 52.212-1 applies to this acquisition. 52.212-1(b)(4): Offeror's shall submit existing product literature in lieu of unique written proposals. FAR 52.212-2 shall not apply to this acquisition. Award shall be made based on lowest price. Proposals shall include a completed copy of provisions at FAR 52.212-3 and must indicate the ability to accept the Government Purchase Card as a method of payment. FAR 52.212-4 applies to this acquisition. FAR 52.212-5 Dev applies to this acquisition: The following additional FAR clauses apply to this acquisition: 52.209-6, 52.219-6, 52.253-1, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.233-3, 52.252-2 (access to clauses can be made via www.farsite.hill.af.mil), and FAR 252-6 (DFARS #2 and Chapter 2). The following DFARS clauses apply to this acquisition: 252.204-7003, 252.212-7001 DEV, 252.225-7001, 252.225-7002, and 52.239-9209. (vii) The contract type shall be a firm fixed price with a cost reimbursable CLIN for travel and a labor hour CLIN for on-site support. (viii) In addition to prices and the representations & certifications, the contractor shall provide 3 references for company Past Performance. The contracts shall be within the last three years and for similar work. If Government contracts include the contract number, point of contact, phone number and email address. (xi) Electronic offer is due 21 Nov 2002, 1:00 PM, CT, to: bayerm@scott.disa.mil and FINGER1L@scott.disa.mil.
 
Place of Performance
Address: DECC OKC, 8705 Industrial BLVD., Bldg. 3900, Tinker AFB, OK
Zip Code: 73145
Country: United States
 
Record
SN00206441-W 20021120/021118213032 (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.