SOLICITATION NOTICE
D -- Maintenance/Network Infrastructure Support Services
- Notice Date
- 5/3/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Telecommunications Contracts and Audit Unit/PPMS, 14800 Conference Center Drive, Suite 202, Chantilly, VA, 20151, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- RFQ-ST000029
- Response Due
- 5/18/2007
- Archive Date
- 6/2/2007
- Description
- This is a combined synopsis/solicitation for commercial services in accordance with the format in Federal Acquisition Regulation (FAR) 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. The solicitation number RFQ-ST000029 is issued as a Request for Quotation, under simplified acquisition procedures, test program, unrestricted. The North American Industry Classification System (NAICS) code is 334111 and the small business size standard is 1,500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-16 (dtd 03/22/07). All responsible sources may submit a proposal, which, if timely received, shall be considered by the Government. The contractor shall provide technical support in an environment consisting of a suite of SUN devices comprised of many models of SUN servers (products to include: V120, V240, V280, V480, V490, F3800, F4800, F6800, V20z, V40z, X4100, V880, F15k, and F25k); a dozen SUN tape backup systems (products to include: Sun Branded Storagetek Libraries such as L8500 and L700 models); network switch products (to include: Brocade 3800, Brocade 12K, Cisco MDS 9509, Cisco MDS 9506, Cisco MDS 9140, and Cisco MDS 9216); and several SUN/Hitachi/3rd Party Storage Area Network devices (to include: Sun StorEdge 3510, Sun StorEdge 3511, Sun S1 Array, Hitachi 9960, Hitachi 9980, and 3PAR Inserv), for the FBI's Science and Technology Branch's Special Technologies Application Office (STAO). The proposal shall include the following information to be considered: Detailed pricing for the base year and all option years for all services described below. The current working environment consists of two data centers-the primary one in Chantilly, Virginia, and the other in the Ashburn, Virginia area which is a light's out facility. Both areas are Secure Compartmented Facilities and require Top Secret/Special Compartmented Information (SCI) clearances. The vendor will need to comply with DD-254 requirements to provide cleared personnel at contract award. Skill sets and deliverables must include, at a minimum, the following abilities with both primary and backup personnel to: -Team Lead the group; -Administer the SAN with a combination of Hitachi, 3Par CISCO MDS and Brocade with a variety of hosts running Solaris, Windows, Linux, and OS/X; -Coordinate Storage and Volume Administration with other teams; -Manage backups of storage and volumes, using Veritas NetBackup in the same mixed environment for all hosts; -General Solaris systems administration; -Coordinate systems deployment and engineering of new hosts, peripherals, network, and SAN attachment; -Overall contract management for time and project accounting; -Provide documentation on all projects, progress, and legacy systems supported; -Integrate mixed vendor solutions with the above listed systems; -Contact and work with a variety of vendors for trouble resolution and integration; -Coordinate with Change Management to preserve the documentation and integrity of productions systems; -Work flexible hours to accommodate after hours maintenance with a core set of hours between 7:00am and 6:00pm. Some weekend work will be required; -Coordinate systems upgrades and patches; -Make architectural recommendations and roadmap plans for the future; -Provide analysis of system performance; and - Hands-on training and information exchange to other support personnel and management; -provide past performance references for the last three (3) contracts of a similar nature. Bids received without past performance references shall be considered non-responsive. Bidders shall ensure all reference points of contact, i.e., organization, name, and phone number, are accurate. Proposals will be evaluated based on the factors as listed below for a base year contract, plus potential for four one-year options, award anticipated 06/08/07. Exercise of the awarded contract is contingent upon availability of funds and/or a full appropriation for each new fiscal year. Service to become effective on or about 07/06/07 and the primary place where services shall be performed is at the FBI STAO, at 14800 Conference Center Drive, Suite 102, Chantilly, Virginia, 20151. The location of the Ashburn, Virginia facility will be disclosed after award. The FBI reserves the right to make multiple awards, at its discretion, as a result of this solicitation. The following FAR clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items (Sept 2006). 52.212-2 Evaluation-Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability, past performance, and price. Technical and past performance, when combined, are more important than price. Vendors are required to submit past performance information, including points of contact, on the last three contracts for similar services. Further, the Government intends to award without discussions, but reserves the right to conduct discussions. 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006). An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision. 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2007). 52.217-9 Option to Extend the Terms of the Contract (Mar 2000). 52.232-33 Mandatory Information for Electronic Funds Transfer Payment (Oct 2003). This form shall be fully completed and must be submitted with proposal. 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984). Funds are not presently available for performance under this contract beyond 09/30/07. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 09/30/07, until funds are made available to the Contracting Officer for performance and until the Contracor receives notice of availability, to be confirmed in writing by the Contracting Officer. In addition to the listed FAR provisions and clauses, all Offerors must provide a contractor identification code which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS) number. The selected Offeror shall also submit an electronic payment form SF-3881 ACH Vendor/Miscellaneous Payment Enrollment in accordance with the Debt Collection Act of 1996. A copy of this form may be obtained from the U.S. Treasury website address http://www.ustreas.gov/forms.html. All FAR provisions and clauses may be reviewed and/or obtained from the General Services Administration's Federal Acquisition Regulation website at Internet address http://www.arnet.gov/far/. Two (2) copies of a signed and dated proposal must be submitted to the FBI, 14800 Conference Center Drive, Suite 202, Chantilly, Virginia, 20151, no later than 4:00pm Eastern Standard Time (EST) 05/18/07. All proposals must be submitted in hard copy. NO faxed proposals will be accepted. The contact for information regarding this solicitation may be obtained by contacting Ms. Tracie L. Davidson at (703) 814-4722 between the hours of 7:30am and 4:00pm EST, Monday through Friday (or via tracie.davidson@ic.fbi.gov). The proposal number RFQ-ST000029 must be listed on the outside of the submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED WITHIN THIS SOLICITATION TO BE CONSIDERED.
- Place of Performance
- Address: 14800 Conference Center Drive, Suite 102, Chantilly, Virginia
- Zip Code: 20151
- Country: UNITED STATES
- Zip Code: 20151
- Record
- SN01286739-W 20070505/070503220507 (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 |