Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2006 FBO #1796
SOLICITATION NOTICE

D -- Intergrated Booking System Technical Support

Notice Date
10/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE-07-T-0036
 
Response Due
10/30/2006
 
Archive Date
12/29/2006
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation number W81GYE-06-T-0037 will be issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-13 and Class Deviation 2005-o0001 dated 28 September 2006 and Defense Federal Acquisition Regulation (DFAR) Supplement, cu rrent to DCN 20061004 edition. This commercial item acquisition is being solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) is 541511 with a size standard of $23 million. All prospective offerors must be actively registered in the Cen tral Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The contractor should submit firm fixed prices for the following Contract Line Item Numbers (CLIN): CLIN# Description Quantity Unit of Issue Unit Cost Total Cost 0001 IT Engineer 1 12 Months 0002 Travel 1 Lot 0003 Contractor 1 Lot Manpower Reporting *The price quotation shall be submitted in the CLIN format provided with the unit cost and total cost for each item. Please review the Statement of Work (SOW) for a complete description of the requirements to be performed. INTEGRATED BOOKING SYSTEM TECHNICAL SUPPORT SERVICES STATEMENT OF WORK 1. Task Order Title. Expert IT Engineer for Systems Architect, System/Database Administration, Technical Support , and Technical Engineering Support Services. 1.1 INTRODUCTION. The purpose of this Statement of Work (SOW) is to define the requirements for an Expert IT Engineer in support of the Integrated Booking System (IBS), CONUS Regional Data Base (CRDB) system, and Information Management, Network Managemen t Division. 2.0 BACKGROUND. 2.1 Overview. This performance based Statement of Work (SOW) defines the requirements for the Military Surface Deployment and Distribution Command's (SDDC) Integrated Booking System (IBS), Worldwide Port System (CRDB), and Information Management Network (I MN) Management Division. The Military Surface Deployment and Distribution Command (SDDC) is the surface transportation component of U.S. Transportation Command. SDDC serves as the link between the Department of Defense (DoD) shippers and commercial carrie rs providing worldwide single port management, transportation and traffic management services. SDDC and DoD shippers use IBS to book military ocean cargo with commercial carriers. This SOW comprise support that shall include system administration, data ba se administration, analysis and engineering support. 2.2 Objective and Scope. This SOW sets forth the performance objectives required for system administration, database administration, system analysis, technical support, and technical engineering support. The Contractor shall install and administer the I BS developmental and operational software at SDDC Alexandria, SDDC Operations Center, Ft. Eustis VA and OCONUS sites (Rotterdam, Netherlands) . In addition, SDDCs Network Management Division supports UNIX system platforms, which utilize Suns Solaris an d HP-UX O/S versions, for which the contractor shall provide technical support to SDDCs system administrators. 3.0 SYSTEM ENVIRONMENT. The IBS development/test/operational environments consist of Commercial-Off-The-Shelf (COTS) software. The following application software products were used to develop IBS: Oracles 9i RDBMS/ Tools; ORACLE 10g Application/Web serve r; IPlanet Enterprise Server 4.1; Netscape LiveWire; IBM WebSphere Application Server; Java1.4; Perl; HTML coding; Sterlings Mentor EDI Translator; SCOs Eclipse terminal emulator; Hewlett Packard's (HP) O/S HP-UX/11i; Professional Help Desk (PHD); and Intersolv PVCS software modules. The IBS, CSS, eSS, CARE/RFRAM databases reside respectively on a N4000 centralized database server, using a VA7400 SAN. Furthermore, the C RDB system also utilizes Oracle RDBMS 8.x, and servers consisting of HP RP7410 production systems, using a VA7410 SAN, and RP5430 IV&V systems. 4.0 Tasks. The tasks identified in the paragraphs below shall be performed. 4.1 Project Management. . The Contractor shall be responsible for the technical performance described herein. The contractor shall: (1) Identify all problems within the area of on-site technical assistance, quality assurance, and any other area deemed appropriate. (2) Recommend solutions to all identified problems. (3) Notify the COR of all approved revisions to the engineering and management methods and techniques utilized. (4) Plan and allocate the skilled contract personnel to accomplish requirement. 4.1.1 Monthly Contractor Progress Status Reports. The Contractor shall prepare and deliver a Monthly Progress Status Report by the 10th day of each month. The monthly progress report shall address each task as follows: (1) Summarize progress for the reporting period. (2) Summarize planned activities for the upcoming reporting period. (3) Identify problem areas and actions planned or recommended to alleviate the problem. 4.1.2 - Meetings and Minutes. The Contractor shall attend meetings, take notes, and prepare minutes. Meeting minutes shall identify, as a minimum, project-related issues, recommended solutions or decisions action items and the individuals responsible for completing them, etc. The Contractor shall provide minutes to the Government within three working days after completion of the meeting. The Contractor shall submit minutes resulting from various meetings to the IBS BRANCH TM via email. 4.1.3 - User Group Reviews. The Contractor shall conduct and participate in SDDC Technical User Group Reviews as specified by the COR. 4.1.4 - Contract Summary Report. The Contractor shall provide a summary of all work performed within 30 calendar days upon notification of termination of contract. This report shall provide the status of all tasks, including a synopsis of problems and le ssons learned. 4.2 - System Integration. The Contractor shall perform on-site system and data integration tasks necessary to assure IBS meets the technical, and performance requirements established by the IBS Branch. This entails completing a fully web based interface accessible via ETAs (Elec tronic Transportation Acquisition) single sign on, via the .mil or .gov networks for all appropriate modules. All operating systems and databases shall meet, at a minimum, DITSCAP (DoD Information Technology Security Certification and Accreditation) requi rements, and continue working towards TRANSCOM data standards. This entails upgrading the operating system and the Oracle RDBMS to keep pace with security IAVAs (Information Assurance Vulnerability Alerts) and functional patches. Additionally, the Contra ctor shall ensure system integration is consistent with the SDDC open systems architecture and shall ensure the integration of software/modules developed by other vendors. Performance of this work is required for CRDB/IBS software modules and the IMN Netw ork Management Division. 4.3 Technical Support. 4.3.1 The Contractor shall provide a skilled Expert IT Engineer specialist with knowledge in System Administration (SA), Database Administration (DBA), Technical Engineering and Project Management who is trained, experienced, and proficient in the hardwar e/software products used in the IBS, CRDB, and IMN environments. The contractor shall provide Systems Analysis and Engineering Support as hands-on guidance in the use of hardware and software products associated with all IBS/CRDB software modules and I MN network environment. The contractor shall provide hourly on-call/per call support. Work may be performed on and off-site during the entire period of performance. This task shall include on-call telephone, and on-site support for all technical aspects associated with the CRDB and IBS systems for the purpose of tuning/optimizing HP-UX 11i OS, and Oracle 8.X/9.X RDBMS, and all associated application software to improve overall system performance. 4.3.2 The contractor shall provide technical guidance, assistance, and consultation to SDDCs system administrators for other UNIX based production systems which are located in SDDC headquarters Network Response Center. The contractor shall respond with in 4 hours of notification by the COR for any given call five (5) days a week, eight (8) hours a day and may extend beyond the eight hour day to include weekends and holidays. For general duties such as security patches, and system upgrades 3 days notice or more will be provided, but in the event of an emergency i.e. system crash, notice may be as little as 4 hours. 4.3.3 The contractor shall provide day-to-day UNIX system administration duties to two HP N4000 servers, two HP RP7410 servers, and two SUN 220 servers configured and utilized as Domain Name Servers (DNS). 4.4 CONTRACT TRANSITION 4.4.1 Incoming Contractor Transition 4.4.1.2 Transition Planning The incoming contractor shall provide the Government with a transition plan that provides for receiving all open work and associated materials and assets in the possession of the Government, which may be related to ongoing work. The transition period will be 14 days. 4.4.1.3 Sufficient Personnel The incoming contractor shall provide a sufficient number of personnel to ensure effective transfer of all work in progress so as not to impact mission accomplishment. 4.4.1.4 Receipt of Materials The incoming contractor and the Government shall jointly inventory all Government owned property provided for the performance of work within this contract. 4.4.2 Incumbent Contractor Transition 4.4.2.1 Transition Planning The incumbent contractor shall provide the Government with a transition plan that provides for conveying all open work and associated materials and assets in their possession to the Government. The transition period is 14 work days. 4.4.2.2 Continuity of Service The contractor shall ensure the continuity of service while implementing its transition plan for all affected activities to preclude any adverse impact on the mission. 4.4.2.3 Listing of Open Actions The incumbent contractor shall provide the COR a complete listing of all open actions indicating the status of completion and any performance issues associated with them. The report is due no later than 30 calendar days prior to the contract scheduled end date. 4.4.2.4 Transfer of Materials The incumbent contractor shall transfer to the Government all property belonging to the Government which was generated, purchased on behalf of, or provided by the Government for the performance of the work within this contract. 4.4.2.5 Sufficient Personnel The incumbent contractor shall provide a sufficient number of personnel to ensure effective transfer of all work in progress so as not to impact mission accomplishment. 4.4.2.6 Cooperation with Other Contractors and Government Personnel The contractor shall maintain a cooperative work environment with other Government contractors and personnel so as not to cause interference, disagreement or delays to work to be performed while not compromising health, safety or security. The contractor shall be responsible for adapting schedules and performance to accommodate additional support work. Conflicts or cause for delays shall be brought to the attention of the COR 5.0 Place of Performance. Primary place of performance for this task is at HQ SDDC, Hoffman Building II, 200 Stovall Street, Alexandria , Virginia, 22332-5000. 6.0 Work Hours. Standard duty hours are Monday  Friday, 0730-1630. The Contractor may be required to work additional hours, to include nights and weekend days, based on, but not limited to, project schedule slippage, addressing, resolving, and impleme nting urgent or emergency requirements, the receipt of short fuse suspense actions, and preparations for and testing of software/hardware. The Contractor shall be expected to respond within two hours to any problems encountered with the system. Problem s hould be resolved within a period of time agreed upon by the COR and the Contractor. All requirements for Contractor additional work hours will be identified and coordinated in advance between the COR and the Contractor. Contractors will be required to r espond to emergencies for after hour projects. 7.0 Travel. The Contractor may be required to travel to other SDDC facilities located at Ft. Eustis, VA and Rotterdam, Netherlands to gather/present information for requirement definition, installation, testing, implementing software applications, i nstallation of hardware platforms associated with IBS, CRDB, and IMN configurations, and participate in meetings. Reimbursement for local travel is not authorized. 8.0 Security Compliance. 8.1 Network Security. At time of award, all contractor personnel performing onsite support for this contract must possess and maintain a current security clearance with access for the duration of the contract at the SECRET level. The Contractor will als o be working on both the unclassified and classified networks and will require a SECRET clearance. In addition, the contractor must also possess a current Facility Security Clearance (FSC) at the SECRET level. If the contractor does not possess a FSC, sai d contractor will have 120 days in order to obtain one through Defense Security Services. The contractor will also provide names, SSNs, addresses and phone numbers of all contract personnel within 7 working days of award notification. Visitor's passes will be required for those not already in possession of DOD building badges. 8.2 SDDC retains the right to request removal of Contractor personnel, regardless of prior clearances or adjudication status, whose actions, while assigned to this contract, clearly conflict with the interests of the Government. The reasons for removal wi ll be fully documented in writing by the Contracting Officer. When and if such removal occurs, the Contractor will within 10 working days assign qualified personnel to any vacancy (ies) thus created. 9.0 Government Furnished Equipment. SDDC will provide Government Furnished Equipment (GFE) which consists of a personal computer workstation along with general office supplies and workspace, two HP N4000 servers, two HP RP7410 servers, and two SUN 220 se rvers). The Government will also provide any Commercial Off-The-Shelf (COTS) software necessary for the successful completion of this SOW. Management and administration of the GFE and software will require the Contractor to provide those skills necessary to effectively install and operate the items provided. The Contractor shall notify the IBS BRANCH TM of any and all hardware/software malfunctions. At the completion of this SOW the GFE and COTS will remain onsite and as property of the government. The Government will provide cell phones or other electronic devices as required. 10. Other Pertinent Information or Special Considerations: 10.1 Packaging, Packing and Shipping Instructions. The Contractor shall provide all deliverables and other project related products, reports, etc., as an electronic file e-mail attachment whenever possible. The Contractor shall generate all document del iverables in standard SDDC office automation software products. If the Contractor determines that it would be more beneficial to the network/systems to use non-standard SDDC office automation software to generate an y of the required deliverables, the Contractor must notify and receive approval from the COR prior to generation of those deliverables. In the event that deliverables can not be delivered via e-mail they shall be provided in hardcopy, Floppy Disk, or CD t o the COR. All software, documentation, training literature, and any other deliverables described in this TO will be wholly owned by the Government (SDDC). 10.2 Inspection and Acceptance Criteria. SDDC will require up to ten (10) working days from receipt of all deliverables for review and comment/acceptance. At the end of the 10 days, SDDC will be prepared to proceed or provide guidance to work towards an acceptable revision. Acceptance will be based upon the deliverables meeting accepted professional standards for technical content, workmanship, and relevance to stated functional business process requirements. If no guidance is received from SDDC by the end of the 10-day period, the Contractor shall assume acceptance. Any guidance from SDDC for improvement/revisions to deliverables will be provided in writing. 10.3 Personnel Expertise. Contractor shall ensure that the required level of expertise is applied to this effort. The COR will be provided with the resumes and/or biographical sketches of any Contractor personnel associated with this effort. Assignment of new Contractor personnel shall be at the same or higher skill level. 11.0 Department of Army Reporting Requirement. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including su bcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information inc ludes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, pho ne number, e-mail address, identity of contractor employee entering date; (5) Estimated direct labor hours ( including sub-contractors); (8) Predominant Federal Service Code (FSC) for each sub-contractor if different); (9) Estimated data collection cost; ( 10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Location s where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency co ntract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. APPENDIX A CONTRACTOR DELIVERABLES 1 NOVEMER 2006 THRU 31 OCTOBER 2007 BASE PERIOD OF PERFORMANCE TASK #DELIVERABLEDUE DATE4.1.1Monthly Progress Reports10th day of each month4.1.2Meeting Minutes3 days after each meeting4.1.4Contract Summary Report30 days after termination of contract Period of Performance and Place of Performance: November 1, 2006 October 31, 2007 HQ Surface Deployment and Distribution Command 200 Stovall Street Alexandria, VA 22332-5000 The Following FAR clauses and provisions applies to this acquisition: 52.212-1, Instructions to Offerors -- Commercial 52.212-3, Offeror Representations and Certifications -- Commercial Items - Please indicate whether or not reps and certs have been completed on the ORCA website. https://orca.bpn.gov/login.aspx . If not completed on the ORCA website, please provide copy o f the completed reps and certs. 52.212-4, Contract Terms and Conditions -- Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 52.212-2, Evaluation -- Commercial Items - The Government will award a contract resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The follow ing factors shall be used to evaluate offers: Factor 1: Past Performance: The section shall not exceed 1 page per contract referenced. Each offeror is requested to submit information on at least 3 contracts (either Government or commercial) within the past 3 years to substantiate its past performance of similar work, magnitude, complexity and cost. The Past Performance data can include information on contracts for which the offeror, or any identified proposed subcontractor has performed, or is performing, as a prime contractor or subcontractor. a.) The offerors shall provide for each contract referenced a summary description of the work performed that demonstrates past experience in the following elements that relevant to the tasks outlined in the PWS. * Performing SA/DBA and System Engineering support in a HP-UX OS/Oracle environment * Providing Technical Advice/Solutions to other SAs working in a Solaris/SUN based environment b.) The offeror may describe any quality awards or certifications that indicate the offeror possesses a high-quality process for developing and producing the product or service required. If the award or certification is over three years old, present eviden ce that the qualifications still apply. c.) Offerors are required to provide the name and telephone number of the points of contacts as references for each contract listed for a past performance check. The Government Contract Specialist will contact via telephone each contact and verbally comple te a Past Performance Questionnaire. Factor 2: Technical Capability: Capability of the services offered to meet the agency need as identified below. The section shall not exceed 2 pages. a. Experience in Systems Administration/Engineering b. Experience in Oracle DBA, HP-UX and Solaris/SUN SA functions c. Experience in Continuity of Operations (COOP) procedures. d. Experience in tuning/optimizing HP-UX operating systems. e. Identifying diagnosing, and correcting problems caused by system hardware failures or software configuration inadequacies. f. Knowledge of HP hardware, including peripheral devices and VA 7400 SAN. g. Training/Assisting of personnel in system administration functions. Factor 3: Price: Submit the price quote separate from the technical and pastformance responses based on the CLIN structure identified. Quote due date and time: October 30, 2006, NLT 12:00 PM , Quotes should be submitted via email to the following: Ms. Toni Paster-DuPree , Contracting Officer pasterdupreet@sddc.army.mil Mr. Michael Awadallah, Contract Specialist awadallahm@sddc.army.mil For questions regarding this RFQ, please contact Mr. Awadallah at 703-428-2060.
 
Place of Performance
Address: Surface Deployment and Distribution Command - W81GYE ATTN: SDAQ, 200 Stovall Street Alexandra VA
Zip Code: 22332-5000
Country: US
 
Record
SN01170681-W 20061027/061026000101 (fbodaily.com)
 
Source
FedBizOpps 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.