Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2008 FBO #2350
SOLICITATION NOTICE

D -- Information Technology Specialis

Notice Date
5/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3568101A001
 
Point of Contact
Nelia A. Cadacio,, Phone: 707-424-7729
 
E-Mail Address
nel.cadacio@travis.af.mil
 
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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation reference number is F3Z3568101A001. Contracting Office intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25 and the North Industry Classification System (NAICS) is 519190 and the business size standard is $6.5 Million, Defense DCN 20080423. The associated Standard Classification (SIC) is 7379. The Federal Supply Class (FSC) is L058. This solicitation is 100% small business set aside and only qualified offerors may submit bids. This request for quotation consists of the following service: Item 0001: Nonpersonal services as information technology specialist who can leverage technology to its fullest extent resulting in seamless delivery of services to A&FRC customers. The contract shall perform the services in accordance with the statement of work. Projects will involve creating innovative technological solutions to support Airman & Family Readiness Center (A&FRC) programs as newcomer's orientation, relocation assistance, along with the Discovery Center and training classrooms. Candidate must possess demonstrated knowledge of how technological solutions can be applied in a Social Services setting. Candidate must demonstrate a clear understanding of computer hardware, software, and network communications components. Period of performance is for twelve months (1 Jun 08 through 31 May 09) with a two year options. No paper copies of this solicitation will be mailed. No fax/telephone request will be accepted. The FAR clause 52.204-7, Central Contractor Registration applies to this acquisition. The provision at FAR 52.212-1, Instruction to Offerors-Commercial Items applies to this acquisition. FAR 52.212-2 Evaluation factors for award: Price and the ability to meet the statement of work are equal importance to the evaluation criteria. Quotation will be evaluated in an efficient fashion to determine the best value to the government. The clause FAR 52.212-5-Dev Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item include clauses: (a) (1) 52.233-3 Protest After Award, (2) 52.233-4 Applicable Law for Breach of Contract Claim, (b)(1) 52.203-6 Restrictions on Subcontractor Sales to the Government; (5) 52.219-6, Notice of Total Small Business Set Aside; (7) 52.219-8 Utilization of Small Business Concerns; (15) 52.219-28 Post Award Small Business Program Representation; (16) 52.222-3 Convict Labor; (18) 52.222-21 Prohibition of Segregated Facilities; (19) 52.222-26 Equal Opportunity; (20) 52.222-35 Equal Opportunity for Special Disabled Veterans; (21) 52.222-36 Affirmative Action for Workers with Disabilities; (22) 52.222-37 Employment Reports on Special Disabled Veterans; (24) 52.222-50 Combating Trafficking in Persons; (36) 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration; FAR 52.204-9 Personal Identity Verification Contractor Personnel; FAR 52.203-3 Gratuities; 52.204-4 Printed on Copied Double Side or Recycled Paper; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Terms of the Contract; 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.253-1 Computer Generated Forms; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; DFARS 252.204-7004 ALT A Required Central Contractor Registration; 252.212-7001 Dev Contract Terms and Conditions; 252.232-7003 Electronic Submission of Payment Requests; 252.247-7023 Alt III Transportation of Supplies by Sea; 252.243-7002 Request for Equitable Adjustments; 252.209-7001 Disclosure of Ownership or Controlled by the Government of a Terrorist Country; 252-209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.212-7000 Offeror Representations ad Certifications-Commercial Items; 5352.201-9101 Ombudsman; 5352.223-9000 Elimination of Use of Class 1 Ozone Depleting Substance. Clauses may be accessed electronically in full text through http://www.farsite.hill.af.mil. Offerors are required to submit with their offer a completed copy of FAR 52.212-3 Alt 1, Offeror Representations and Certification-Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov To receive an award resulting from this solicitations, your company must be registered in the Central Contractor Registration (CCR) database. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. Contractors are asked to submit their RESUME and TAX ID number with their proposal. Failure to submit all the information requested by the solicitation may result in the proposal being eliminated from consideration for award. At a minimum, all prospective offerors shall be required to submit with their proposal the following information: Resume and supporting documentation indicating the meeting of all requirements stated in the SOW. Wide Area WorkFlow procedures shall be used for invoicing and acceptance on this requirement. All offers are due to this agency no later than 19 May 08, 1700 Pacific Standard Time and must be valid for 60 days. Offers may be transmitted by e-mail or fax to nel.cadacio@travis.af.mil, fax 707-424-2712. The point of contact for this solicitation is Nelia A. Cadacio, Contract Specialist, 707-424-7729. Alternate point of contact is Josephine G. Cobb, Contracting Officer, (707) 424-7720, josephine.cobb@travis.af.mil STATEMENT OF WORK 60TH MSS/DPF AIRMAN AND FAMILY READINESS CENTER 351 TRAVIS AVE TRAVIS AIR FORCE BASE, CALIFORNIA - 94535 INFORMATION TECHNOLOGY SPECIALIST 1. DESCRIPTION OF SERVICES Summary: The required services support 60th MSS/DPF Airman and Family Readiness Center (A&FRC) Commercial Network employed throughout the Discovery Center and all training classrooms within the Center. The A&FRC Discovery Center Concept is based on technological innovation and requires an Information Technology (IT) specialist who can leverage technology to its fullest extent resulting in seamless delivery of services to A&FRC customers. The contractor shall perform these services in accordance with the standards specified in this contract. Projects will involve creating innovative technological solutions (i.e. Computer Base Training, Video productions etc...) to support such A&FRC programs as Newcomers' Orientation, Relocation Assistance, along with the Discovery Center and training classrooms. Candidate must possess demonstrated knowledge of how technological solutions can be applied in a Social Services setting. Candidate must demonstrate a clear understanding of computer hardware, software, and network communications components. A. Scope of Responsibility: 1.1 Web-Based Application Development for the A&FRC'S Commercial Network: Responsible for developing new and updating existing applications in support of A&FRC operations. Applications will be developed using the technologies outlined in attachment 1. Contractor must be familiar with all emerging technologies to ensure the A&FRC is always developing on the latest industry standard. Contractor must have high level of proficiency in full life cycle of innovative technological development. 1.2 Technical Design for A&FRC Commercial Network: Contractor must demonstrate the following when it comes to technical design: Knowledge of Design Concepts, conducting through design needs analysis, developing designs that meet A&FRC requirements, addressing scalability, deployment issues and preparing design documents. 1.3 Technical Support for A&FRC Commercial Network: Contractor must display technical expertise and product knowledge, follow logical process for problem identification and resolution, ask questions to clarify and verify information, provide clear, understandable explanations and adhere to A&FRC practices and standards. 1.4 Technical Training for A&FRC personnel on use of Commercial Network: Contractor must be able to provide technical training to non-technical A&FRC staff. Candidate must display articulate instructional delivery skills, explain technical concepts clearly, adapt material to audience needs, respond to questions and concerns and continually evaluate training program for effectiveness. 1.5 Technical Support of SQL Database: Contractor must display technical expertise and product knowledge, follow logical process for problem identification and resolution. 1.6 Technical Training for SQL Database: Contractor must be able to provide technical training to non-technical SQL database users. Candidate must display articulate instructional delivery skills, explain technical concepts clearly, adapt material to audience needs, respond to questions and concerns and continually evaluate training program for effectiveness. 1.7 Project Management: Contractor must develop innovative project plans for the A&FRC. Must also take concepts presented by A&FRC and apply technological solutions to bring concepts to fruition. Candidate must ensure efficient utilization of resources and complete projects on time and within budget. 1.8 Managing Multiple Projects: Contractor must be capable of managing multiple commitments and respond to changing demands and priorities, be able to allocate and utilize time efficiently and identify potential conflicts that impact commitments. Candidate must be able to complete work according to identified priorities. 1.9 Commercial Network Management: Contractor must display understanding of network architecture, anticipate and plan for future network needs, be able to diagnose and resolve network problems and display responsiveness to user needs. Contractor must consistently monitor network performance to minimize network downtime. 1.10 Commercial Network Programming: Candidate must demonstrate knowledge of relevant languages and display mastery of programming tools, be able to interpret programming specifications and write clear, readable code. Contractor must be proficient in resolving bugs and other problems and must adhere to organization coding standards. 1.11 Commercial Network Trouble Shooting: Contractor must demonstrate critical thinking skills in recognizing and anticipating IT problems, use fact finding and diagnostic tools to resolve issues and be able to identify and implement optimal solutions. 1.12 Verbal Communications: Contractor must be able to communicate effectively with others. Must listen and get clarification and adapt tone and style to the situation, communicate clearly with non technical audiences and demonstrate presentation skills. Contractor must be capable of working cross functionally with team members, other internal organizations and Technology Solution holders at different levels to proactively identify program needs and design, develop and deliver appropriate training solutions. 2. DUTIES: Contractor will, between 01 June 2008 and 31 May 2009: a. Provide an average of 25 hours of service per week between the hours of 0730-1630, excluding Federal holidays, for a maximum of 1300 hours annually. Inclusive date and time will be provided to the Contractor at the start of the contract. b. Participates in the design and implementation of information technology goals, objectives, policies, priorities, and procedures; facilitates and develops A&FRC wide Information Technology Plan (ITP); implements and evolves this ITP to meet changing requirements and technologies c. Coordinates and implements multi-department applications on commercial network such as the e-mail system and website development and management; coordinates sharing of common software applications and data; develops or maintains departmental applications d. Performs Commercial Network system administration; monitors, analyzes and resolves problems for systems with varied environments of PC based networks and serves; oversees network growth and planning for upgrades of software/hardware environment to meet the needs of A&FRC. e. Evaluates new technologies to determine applicability to organizational activities; conducts feasibility studies and prepares cost analyses and recommendations regarding IT projects; consults in the development and enhancement of A&FRC website on Commercial Network. f. Coordinates backup and recovery of the over-all system including the preparation of a disaster recovery plan on AFRC Commercial Network. g. Maintains and enhances guidelines for software and hardware procurement, approval and implementation, and license adherence; maintains and enhances documentation and procedures for MS Office applications; ensures applications administration procedures are developed and implemented. 3. REQUIRED QUALIFICATIONS AND SKILLS: • BA/BS degree in Information Technology or Business from accredited University • Minimum 3 years of verifiable experience in Information Technology Experience • Experience assessing and designing IT solutions for complex range of social services • Experience creating Computer Based Training (CBT) and building on-line tutorials • Basic knowledge of how to interface with Communications Squadron • Proficiency in developing and designing web-sites and web pages • Experience in setting up and designing video teleconferencing capabilities • Experience in installing software on LAN and Internet • Basic Security and OPSEC knowledge • Experience in trouble shooting and customer service • Knowledge and experience installing and interfacing wireless printers, digital scanners, biz-hubs, general office equipment and phone systems. • Experience configuring brand new laptops and other computer systems IAW Communications Squadron requirements • Knowledge and experience in leveraging technology to create innovative solutions • Thorough technical understanding and hands on experience with MS Exchange, Windows XP, Office 2003, Excel, Access 4. GOVERNMENT SUPPORT The Airman & Family Readiness Center will be available to provide mission and program guidance to the contractor, provide working space, A&FRC calendar of events, pencils, pens, filing and storage space, office equipment, telephone, and computer. 4.1 The points of contact for this contract will be the A&FRC Center Director, Cathy Knight, or the Superintendent MSgt Bonnie Morrow, 351 Travis Avenue, Travis AFB, CA 94535-1928, 424-2486. Once the contract is awarded, the point of contact will be MSgt Morrow. 5. KNOWLEDGE SKILL SETS HARDWARE: IBM PC Compatible Computers Hewlet Packard Servers DLT Tape Drivers and Libraries Dell Servers PCMCIA Cards RAID Technologies CAC Readers Compaq Servers BIZ Hubs Scanners and Printers WI-FI Routers Dell, Compaq, Micron Laptops Toshiba Laptops/Tablets Gateway Laptops SOFTWARE: Macromedia UltraDev SDC DVD Microsoft Visual Studio Ghost Cast/Ghosting Directory and File Management Utilities WI-FI Encryption Macromedia Fire Works Dynacom Elite Access 97/2000 and 2003 ADOBE Reader System Performance Analysis Utilities JetForm FormFlow Filler/IMT Viewer Microsoft Office 97/2000 and 2003 Norton Virus Utilities/Definitions Visual Inter Microsoft Visual Studio.NET Microsoft windows server (all versions) Microsoft Advanced Server Pages.NET (ASP.NET) WinZip MS Exhange Outlook Verius Backup Exec 8.x MS VISTA C Sharp Microsoft Visual Studio.NET WEB Browsers, I. E., Netscape and Firefox SQL Software SYBASE Software REQUIRED SKILL SET: Visual Basic Windows NT/2000/2003 Administration Active Server Pages Relational Database Design COM/DCOM/COM+ SQL Server 7/2000 Administration ActiveX Data Objects Transact SQL VB Script Stored Procedure Development DHTML IIS 4/5 Administration and Development JAVA Script File Transfer Protocol Cascading Style Sheets Simple Mail Transfer Protocol SQL Server Backup and Restore Operations Network Security Wireless Security REQUIRED CERTIFICATIONS: A+ Certification (COMPTIA) N+ Certification (COMPTIA) MCP In Win 2000/XP/2003
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8affe9330ce919647ec5373355b9521f&tab=core&_cview=1)
 
Place of Performance
Address: Airman and Family Readiness Center, 351 Travis Ave, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN01565051-W 20080503/080501220444-0453f9b1ebdba0b74b3af24fce426b4d (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.