Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2004 FBO #0942
SOLICITATION NOTICE

70 -- Information Technology Support

Notice Date
6/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
518111 — Internet Service Providers
 
Contracting Office
National Guard Bureau, Environmental/Air Acquisition Division, ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
 
ZIP Code
22202-3231
 
Solicitation Number
W9133N-04-IT
 
Response Due
6/28/2004
 
Archive Date
8/27/2004
 
Point of Contact
christine epps, 703-607-1279
 
E-Mail Address
Email your questions to National Guard Bureau, Environmental/Air Acquisition Division
(christine.epps@ngb.ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. GSA HOLDER ONLY National Guard Bureau Department of Personnel Analysis and Resources HQ ANG/DPY STATEMENT OF WORK (SOW) DATE: 5 Apr 04 1.0 General. Information Technology Support for Budget Track Version 1.0, Guard Track Version 1.0, and Guard Drill Version 2.0. 1.1 Scope. The Analysis and Resources Division (HQ ANG/DPY) of the Air National Guard has an immediate need for IT support for several existing systems. ANG/DPY is responsible for performing independent analysis of key Air National Guard personnel programs and criti cal decision making for the National Guard Bureau, the Air National Guard staff, and senior DOD leaders. IT support is imperative to assist DPY in analyzing the impact of proposed and pending OSD policy, Congressional legislation, and NGB directives on al l ANG personnel as well as the maintenance of simulations and analyses to track and monitor the administration and execution of all ANG strength programs. The current software is Budget Track (custom developed ), Guard Track. OLAP (commercial off the shelf customized), Hyperion S-base (data mark) & Hyperion Analyzer (web inter facc). Programming language ?????? front end Borland-delphi 6.0. Current platform system Inter base data base. 1.2 Objectives. 1.2.1 Provide Support, Maintenance, and Enhancements to Budget Track V 1.0 The Contractor will provide maintenance, support, and enhancements for Budget Track Version 1.0. The scope of work involved will include: troubleshooting database problems, developing user guides, administering the database and application, and performin g periodic database maintenance including verifying backups, updating screen formats as required, creating new reports and updating the software and database functionality as defined by emerging requirements. Specifically, the contractor will work with the ANG/DPY Program Manager to develop requirements for a Work Day Training module that will be added to the Budget Track system. This module will help centralize the management of the Work Day program and inco rporate this functionality into the current Budget Track system. The development for this module will be iterative in nature; however, it should be developed initially with scalability in mind. The contractor shall prepare and submit detailed requirement s documents and technical specifications to the ANG/DPY Program manager and receive approval prior to implementing all system upgrades and or enhancements. Any software and/or database solutions must address Air National Guard: security and accreditation requirements, computer resource requirements, design constraints, and training requirements. 1.2.2 Provide Support, Maintenance, and Enhancements to Guard Track V 1.0 The Contractor will provide maintenance, support, and enhancements for Guard Track Version 1.0. The scope of work involved will include: developing user guides, administering the database and application, and performing periodic database maintenance incl uding verifying backups, updating screen formats as required, creating new reports and updating the software and database functionality as defined by emerging requirements. Any software and/or database solutions must address Air National Guard: security a nd accreditation requirements, computer resource requirements, design constraints, and training requirements. 1.2.3 Provide Support, Maintenance, and Enhancements to Guard Drill V 2.0 The Contractor will provide maintenance, support, and enhancements for Guard Drill Version 2.0. The scope of work involved will include: refreshing OLAP databases, developing user guide s, administering the OLAP database and user interface, and performing periodic database maintenance including verifying backups, updating screen formats as required, creating new reports and updating the software and database functionality as defined by em erging requirements. Any software and/or database solutions must address Air National Guard: security and accreditation requirements, computer resource requirements, design constraints, and training requirements. The contractor will facilitate the import into Guard Drill of data from other Air Force budget, financial, accounting and other systems residing outside of ANG/DPY but employed within the scope of DPY operations. The contractor will coordinate all activit ies necessary to receive data extractions from the appropriate system technical representatives. The contractor shall work with the ANG/DPY technical representative to ensure that SAS data is formatted correctly before the OLAP load rules are finalized. 1.2.4 Provide Training The contractor shall prepare training materials and provide instruction and training to ANG/DP users on an as-needed basis. Training materials will consist of training guides, interactive web-based instruction, quick reference material and other training materials as necessary. On occasion, the contractor may be required to provide formal classroom training to ANG/DP users. 3.0 PERIOD OF PERFORMANCE Period of performance for this task order shall be from date of contract award through Aug 1, 2005 with options to extend for three additional years. The option year periods of performance are as follows: Option Year I Aug 1, 2005 through Aug 22, 2006 Option Year II Aug 23, 2006 through Aug 22 2007 Option Year III Aug 23, 2007 through Aug 22, 2008 4.0 PLACE OF PERFORMANCE Work performed under this SOW shall primarily be at the contractors?????? site. Approximately once a week the contractor may need to visit the National Guard Bureau at 1411 Jefferson Davis HWY, ARLINGTON, VA 22202-3231 to verify system compliance. 5.0 CONSTRAINTS 5.1 Hour of Work: Normal work hours are 7:30 AM to 4:30 PM (0730-1630) Monday through Friday, except Federal holidays. 5.2 Travel Estimated travel will be approx 1 per week or as needed. 5.3 Documentation: The government shall provide the Contractor access to all required Government furnished documents, specifications and other applicable data upon notification. 5.4 Regulations The contractor shall follow all government, state, local and ANG regulations. In addition, the contractor shall comply with the ANG Investigation Protocol (dated June 1998), any applicable executive orders, and also adhere to the base heal th and safety requirements. 5.5 Unauthorized Disclosure: All data retrieved, an all reports concerning the data, shall be property of the United States Government. The contractor shall not publish or disclose such data or reports in any manner and understands that any and all data retrieved and reports concerning the data may only be released with the consent of HQ ANG. 5.6 Security Requirements: All civilian personnel shall be US citizens, secret clearance preferred. 6.0 POSITION CATAGORIES DESCRIPTION APPROX HOURS Program Manager 20 Software Engineer (SR) 20 Data base Administrator 30 Documentation Specialist 30 EVALUATION PROCESS FOR AWARD: Award will be made to the technically acceptable, lowest priced quotation from a responsible Quoters as defined in FAR Part 9, who also has satisfactory record of past performance. Evaluation Factors are as follows: Technic al Approach. Request you prepare a Technical Approach that includes information that demonstrates your technical capability and proven past performance to successfully complete the requirement as outlined in SOW. (Max pages 5) Past Performance: submit th ree (3) references of similar work performed in the past three years. References should include contract num bers, performance periods, and point of contact with phone numbers. Past Performance elements to be reviewed include quality, delivery, cost control, and customer service. Execution Plan: Illustrate or discuss the project execution, (Max pages 5).(to include) illustrating the technical approach to project execution, proposed team composition, team member qualifications, draft quality control plan (QCP), performance metrics and measurement plan (PMMP), subject matter knowledge and experience. (Five-page maximum)(Resumes should not exceed one page in length. The draft quality control plan, the PMMP, and resumes will not count towards the total number of pages.) Price: submit a firm fixed price quote for the effort outlined in the Statement of Work. T he solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-21. QUOTER SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3, Offeror Representations and Certifications-Commercial Items along with the firm??????s DUNS number. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply to this acquisition. FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. Within FAR 52.212- 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, the following clauses are applicable.FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-26, Equ al Opportunity (E.O. 11246); FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-35, Affirmative Actions for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-7, Waiver of Buy American Act for Civil Aircraft and Related Articles; FAR 52.225-5, Trade Agreements Act, FAR 52.232-33, Payment by Electronic Funds Transfer; 52.204-6 Data Universal Numbering System (DUNS) Number, 52.204-7, Central Contractor Registration; FAR 52.225-13, Restrictions on Certain Foreign Purchases; and FAR 52.252-2, Clauses Incorporated by Reference (available at http://www.arnet.gov/far). All responses to this solici tation must be received by 4:00 PM EST on 28 June 04. All quotations and/or questions must be submitted in writing to Christine.epps@ngb.ang.af.mil .
 
Place of Performance
Address: National Guard Bureau, Environmental/Air Acquisition Division ATTN: NGB-J8C, 1411 Jefferson Davis Highway Arlington VA
Zip Code: 22202-3231
Country: US
 
Record
SN00608427-W 20040625/040623212239 (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.