Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2005 FBO #1326
SOLICITATION NOTICE

D -- NATO NC3A Notification of Intent to Invite Bids to Provide Document Handling System and Document Management System Capability to Bi-SC AIS

Notice Date
7/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Commerce, Bureau of Industry & Security, Office of Strategic Industries and Economic Security, Defense Programs Division, Room 3876 1401 Constitution Avenue, NW, Washington, DC, 20230
 
ZIP Code
20230
 
Solicitation Number
IFB-CO-11678-DHS
 
Response Due
8/2/2005
 
Archive Date
8/6/2005
 
Description
The NATO Consultation, Command and Control Agency (NC3A) intends to advertise for International Competitive Bidding (ICB) on works and services within the framework of the NATO Security Investment Program. Eligible firms will be invited to bid for the provision of a Document Handling System (DHS) and a Document Management System (DMS) Capability for a Bi-Strategic Command Automated Information System (Bi-SC AIS). This project is included in Project 1999/5IS03028-0/9 under Capability Package (Reference (B)) to Provide ACE Static Automated Information System Core Capability. The rough cost estimate of the project is Euro 7,900,000 (USD $9.6 million). NC3A was nominated as Host Nation for this project, which was fully authorized by the Infrastructure Committee. The reference of the Invitation for International Bid (IFIB/IFB) to be issued is IFB-CO-11678-DHS and all correspondence in relation to this procurement shall refer to this reference. The U.S. Department of Commerce will be using the same IFIB/IFB reference. SCOPE OF PROJECT In the Bi-SC AIS environment, document handling is defined as the capability to efficiently store, search, and retrieve documents produced within the organization. Supreme Headquarters Allied Powers Europe (SHAPE)/NATO CIS Services Agency (NCSA) Headquarters (HQ) were already authorized to initiate a Document Handling System (DHS) to satisfy their staff officers with this capability in the performance of their duties. This project intends to proliferate the SHAPE/NCSA HQ solution to the remaining Bi-SC Commands in order to support the remaining Bi-SC staff officers with the ability to input, publish, retrieve, index, and search data in the system. DHS data shall reside in the location where it was created, thus ensuring and maintaining document integrity, but documents shall be able to be shared across all Bi-SC users that have proper access rights. The DHS will allow users to search and retrieve documents from other commands using one or more of the following methods (in order of preference): 1) Conduct a search from their own command DHS site and 2) Portal navigation or search of the master index suite located at NCSA HQ. To support the DHS requirement, the following main deliverables are targeted as part of this acquisition: 1. Procurement - The Contractor shall provide the required hardware and associated COTS software to implement the DHS. 2. Installation - The Contractor shall be required to install and configure the required DHS hardware and software at various locations in the Bi-SC. There are two distinct site configurations/types (large and small), which are based upon the needs of the Command/Site. The following list indicates the Commands/Sites where the DHS shall be installed and the distinct site type: COMMAND LOCATION SITE TYPE ACO JFC Naples Naples, IT Large CC Air Izmir Izmir, TU Large CC Land Madrid Madrid, SP Large CC Mar Naples Naples, IT Large JFC Brunssum Brunssum, NL Large CC Air Ramstein Ramstein, GE Large CC Land Heidelberg Heidelberg, GE Large CC Mar Northwood Northwood, UK Large JHQ Lisbon Lisbon, PO Large ACT HQ ACT Norfolk, VA, US Large JWC Stavanger, NO Large USS Mt. Whitney Small JFTC Bydgoszcz, PL Small JALLC Monsanto, PO Small NCISS Latina, IT Small NATO School Oberammergau, GE Small Undersea Research Ctr La Spezia, IT Small NATO Def Staff College Rome, IT Small NCSA NCSA HQ Mons, BE Small (enterprise/master index server) Comm Squadron Karup Karup, DK Small Comm Group Larissa Larissa, GR Small Comm Squadron Verona Verona, IT Small The SHAPE/NCSA HQ DRS (large site) uses standard COTS hardware servers configured to host application, web hosting, and HTML rendering services. Servers were used to build the DHS and they were all configured to use the Command Storage Area Network (SAN). The Contractor shall define the hardware specifications such that the following criteria are met: a) Performance - NATO has identified an average 8 second performance requirement for the retrieval of any document from the site where the query is made. b) Availability - The DHS shall provide load balancing and fail-over capabilities to ensure that a 99.9% availability metric is satisfied; thus time should include scheduled maintenance. c) Enterprise Management System (EMS) connectivity - The Contractor shall connect the DHS hardware suite into the Bi-SC EMS for monitoring, alerting, and configuration management (hard/software). 3. Documentation - The Contractor shall deliver the DHS baseline and installation documentation. Large site configuration and installation documentation used in the SHAPE/NCSA HQ shall be provided; the contractor is free to adjust this documentation as needed. The Contractor shall develop configuration and point-and-click installation instructions for a small site. He shall verify/test all installation instructions prior to starting the first implementation. 4. Data Migration - The Contractor shall provide data migration assistance at each Command/site. All Commands have a considerable amount of data that will be migrated to populate the DHS system. This will require a cooperative effort - the Command staff and the Contractor - to expedite the uploading. The Command will review the existing data and cleanse the file stores before migration. The Contractor will use the SHAPE/NCSA provided, or can develop their own, mass upload tool for any common data that they may have and then will assist the Command in populating the metadata in regular file stores. 5. Main Index - The Contractor shall install and configure a master index located at NCSA HQ. NCSA will host the master index for the entire Bi-SC AIS. It will allow the Bi-SC AIS NATO Secret user to query one site to find the requested data anywhere in the Bi-SC. The configuration must be able to scale to robustly support the Bi-SC AIS index growth as the capability will eventually be shared with other NATO bodies/organizations. The master index suite will also have a crawling engine that will regularly collect and update the indices from the Commands. 6. Help Desk Support - The Contractor shall provide a Help Desk throughout the DHS proliferation implementation. The Contractor shall update the Bi-SC EMS Knowledgebase and shall provide needed/requested 3rd level support to the DHS for NCSA HQ. 7. Training - The Contractor shall install the local user CBT and provide Systems Administration, Functional Administration, and Help Desk training using the SHAPE/NCSA HQ developed training suite. System administrators shall be trained to operate and maintain the DHS hardware while Help Desk staff shall be trained to support the DHS user trouble calls. Functional administrators shall be trained to assist users, maintain data, and tailor views of the operational system. 8. Produce the Concept of Operational Support Documentation - This project provides NCSA a 6 months consultancy effort to document the ACO/ACT DHS use and record adjustments to their DHS/DMS Business Process. The consultant shall also produce the Bi-SC DHS/DMS CONOPS. ELIGIBILITY The project has been authorized under the Two Stage Authorization Procedure, where the authorization of the first stage provides agreement on the physical scope, while the authorization of the second stage, normally to be sought by the Host Nation before contract signature at the latest, grants agreement on the financial scope and funds and provides therefore authority for signing the contract resulting from the competition. This is the first stage of the iterative development of a capability that will eventually provide a fully featured Document Management System (DMS). Bidders will be required to declare a bid validity of 12 months from closing date for receipt of bids, supported by a Bid Guarantee of Euro 100,000 (120,000 USD). Should the selection and award procedure exceed the 12 months after Bid Closing Date, firms will be requested to voluntarily extend the validity of their bids and Bid Guarantee accordingly. Bidders may decline to do so, withdraw their bid, and excuse themselves from the bidding process without penalty. National authorities are advised that the ICB package, including technical specifications applicable to the bidding and the contractual documents, are NATO UNCLASSIFIED. If classified material will have to be included in the ICB package or in the Bidder response to the IFB, the transmission of it shall be processed through the respective National Delegation/Mission to NATO. The envisaged method of bidding will be the One Envelope Procedure, in which the Price Proposals are opened and evaluated and the bids ranked in order by lowest price. Technical Evaluation then commences with the lowest price bid until a fully compliant bid is found. Bidders will be required to quote for the provision of the subject System at 22 locations, to include hardware, software, documentation, installation, consultancy services, testing, on-site training, and transition on-site support. A three year warranty period will also be included for maintenance and support of the system. Quotations shall be on a fixed price basis for the total of the contract. The solicitation will include a requirement for prospective bidders to document their financial ability to undertake this project and their extensive experience with the provision of similar types of systems. The Invitation For Bid (IFB) to be issued for this acquisition is identified as IFB-CO-11678-DHS and all correspondence concerning this solicitation should reference this number. The U.S. Department of Commerce will be using the same reference number. Interested firms shall be nominated by their National Authorities with the required Declaration of Eligibility. REQUESTS FOR PARTICIPATION RECEIVED DIRECTLY FROM FIRMS CANNOT BE CONSIDERED. IMPORTANT DEADLINES 1. Final date for U.S. Embassy in Brussels to submit a Declaration of Eligibility (nomination letter) on your behalf: August 2, 2005. 2. It is anticipated that the Invitation for Bid (IFB) will be issued at end of August/September 2005. 3. The closing date for receipt of bids is scheduled for December 2005 (at least 84 days after the issue of the IFB). CERTIFICATION THE U.S. DEPARTMENT OF COMMERCE DOES NOT SERVE AS THE CONTRACTING AGENCY FOR NATO PROJECTS. HOWEVER, ALL FIRMS WHOSE FACILITY IS LOCATED WITHIN THE UNITED STATES MUST BE CERTIFIED BY THE U.S. DEPARTMENT OF COMMERCE IN ORDER TO QUALIFY TO BID FOR THIS PROCUREMENT. The contracting entity is the NATO Consultation, Command and Control Agency (NC3A). Only firms that the U.S. Department of Commerce has certified as eligible will be allowed to bid. A Declaration of Eligibility (nomination letter) will be submitted on their behalf to the U.S. Embassy in Brussels, which will in turn provide the Declaration of Eligibility to the contracting entity. Please visit the following website for more information regarding receiving certification and the required Declaration of Eligibility: http://www.bis.doc.gov/defenseindustrialbaseprograms/OSIES/NATOprograms/index.htm
 
Place of Performance
Address: multiple sites
 
Record
SN00845099-W 20050714/050712211725 (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.