Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOURCES SOUGHT

R -- SUN Engineering Support

Notice Date
8/3/2009
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
F3HSH19163A001
 
Archive Date
8/22/2009
 
Point of Contact
Jeffrey A Kasza, Phone: 402-294-8940, Ginny L Jones, Phone: 402-294-9811
 
E-Mail Address
jeffrey.kasza@offutt.af.mil, virginia.jones@offutt.af.mil
(jeffrey.kasza@offutt.af.mil, virginia.jones@offutt.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This is a Sources Sought announcement only. This synopsis is issued for the sole purpose of the 55th Contracting Squadron to conduct Market Research in accordance with FAR Part 10. GENERAL DESCRIPTION: This effort is to seek HUBZone qualified sources capable of providing SUN Engineer Support USSTRATCOM. HOW TO SUBMIT: Respondents capable of performing this effort are requested to furnish a capability package based upon requirements within the attached draft Performance Work Statement. Please include your company's name, address, telephone number, point of contact with e-mail address, business size, Data Universal Numbering System (DUNS), Federal Cage Code, security clearance level, general description of the company with proven ability to meet requirements, and a description of similar contracts, to include agency name, contract number, dollar magnitude, performance period, and point of contact with telephone number. Your company must be registered in On Line Representations and Certifications (ORCA). To register, go to http://orca.bpn.gov. Respondents capable of performing this effort are requested to submit capability packages electronically. Electronic files should be in MS Office format (Word, Excel or PowerPoint) and should not exceed 1 GB on one e-mail to pass through the Offutt LAN. Offutt AFB has firewalls that prohibit certain attachments. When sending documents, please indicate the type of the document in the message of the e-mail. All packages should be UNCLASSIFIED material only. The electronic proposal shall be e-mailed to jeffrey.kasza@offutt.af.mil. Packages should not exceed 3, one-sided, 8.5 x 11 inch pages, with one-inch margins and font no smaller than 10 point. A verification e-mail will be sent upon receipt (as a reply to your e-mail). If you do not receive verification, contact Jeff Kasza at (402) 294-4098 or Ginny Jones at (402) 294-9811 for further instructions. Reponses are due by close of business on 07 August 2009. Responses to this announcement should indicate whether the respondent is a HUBZone small business (FAR 19.1303). The North American Industrial Classification System (NAICS) is 541519; Small business size standard is $25 Mil. CAPABILITY PACKAGE AND EVALUATION: The Government will identify competitive firms by evaluating the capabilities packages as compared to the requirements within the draft Performance Work Statement. This RFI is not a commercial solicitation per FAR Part 12. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought should not be construed as a commitment by the Government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. The Government will not pay for any information that is submitted by respondents to this Sources Sought. Offerors should indicate their intent to submit a proposal if a Request for Proposal is issued and if their company will be a prime contractor, subcontractor, teaming partner, etc. Questions should be addressed via e-mail to only the contract specialist or contracting officer. Discussions will not be conducted telephonically. CONTACT: Jeff Kasza, Contracting Officer, Phone 402-294-4098, Fax 402-294-7280, Email jeffrey.kasza@offutt.af.mil. DRAFT PERFORMANCE WORK STATEMENT FOR SUN ENGINEER SUPPORT PERFORMANCE WORK STATEMENT (PWS) (DRAFT) FOR Sun Engineering Support FOR USSTRATCOM JFCC Global Strike & ESC 850th ELSG/NQIE PERFORMANCE WORK STATEMENT For Sun Engineering Services 1.0 DESCRIPTION OF SERVICES 1.1 Background: The Integrated Strategic Planning and Analysis Network (ISPAN) is an operational Information Technology (IT) planning system for the United States Strategic Command (USSTRATCOM). ISPAN consists of two major components, the Mission Planning and Analysis System (MPAS) and the Collaborative Information Environment (CIE). These components run in multiple security enclaves including, Unclassified, Secret, Top Secret Collateral and the Joint Worldwide Intelligence Communications System (JWICS). The systems enable USSTRATCOM to satisfy multiple Unified Command Plan (UCP) missions. The underlying IT infrastructure for ISPAN provides the foundation for the development of custom applications to deliver mission success. Major components of the commercial-of-the-shelf (COTS) IT infrastructure are provided by Sun. 1.2 Scope: To ensure mission success for ISPAN and USSTRATCOM, immediate and unfettered access to Sun proprietary information is required to ensure the operational readiness and integrity of the IT COTS infrastructure. The access to information is critical to the day-to-day operations of the ISPAN IT infrastructure as well as ensuring proper planning for the integration of new and emerging technology within the environment. The contractor shall review technical planning documents and infrastructure requirements for the ISPAN Program. The contractor shall work with other ISPAN development contractors as well as other supporting organizations (e.g. DISA) to insure the success of ISPAN systems executing in multiple security enclaves to include, but not limited to Unclassified, Secret, Top Secret Collateral, and JWICS at potentially multiple locations. 1.3 Objective: The Sun Systems Engineer shall provide the ISPAN Program (USSTRATCOM JFCC Global Strike and the 850th ELSG/NQIE) access to proprietary information to ensure mission success. This shall include the full spectrum of support information for all the Sun COTS products that are part of the ISPAN architecture. Immediate and unfettered access to Sun proprietary information is required to ensure the proper operation of the COTS products implemented throughout the ISPAN architecture. The Sun Systems Engineer shall review IT infrastructure requirements to ensure the solutions are consistent with the technology currently in place as well as the future development efforts of the program. A critical element to ensuring mission success is the information assurance (IA) posture of the IT infrastructure. The contractor shall review and monitor the IA status of the Sun components of the ISPAN environments across all enclaves. 1.4 Place of Performance: Headquarters USSTRATCOM, Offutt AFB, NE and as directed by the QAP in support of the ISPAN Program. 1.4.1 Period of Performance: 1 October 2009 through 30 Sep 2010 1.4.2 Level of Effort: Projected level of effort is 1880 hours for the period of performance. 1.5 Tasks: The contractor shall provide comprehensive engineering support to the 850th ELSG, Enterprise Services and Test Branch and USSTRATCOM JFCC GS/J42 with qualified contractor personnel to provide immediate and unfettered access to Sun proprietary information in support of the COTS Sun infrastructure used in the ISPAN architecture. 1.5.1 Sun Systems Engineer: The Sun Systems Engineer shall provide. 1.5.1.1 The contractor shall provide immediate and unfettered access to Sun proprietary information. This includes but is not limited to: 1.5.1.1.1 Advanced knowledge of COTS hardware/software technology offered by Sun. 1.5.1.1.2 Monitoring field change orders and their relationship to the Sun hardware and software in the ISPAN IT architecture. 1.5.1.1.3 Advise on COTS Patch and Firmware Upgrades. 1.5.1.1.4 Provide reach back capability to internal Sun Engineering/Support. 1.5.1.1.5 Assist with future infrastructure planning to include available/emerging Sun products. 1.5.1.1.6 Monitoring and advising on information assurance issues related to Sun COTS technology used within the ISPAN architecture. 1.5.1.1.7 Assistance with environment failures associated with the Sun COTS components to include root cause analysis. 1.5.1.2 The contractor shall provide technical expertise in the following Sun products: 1.5.1.2.1 Hardware and software to include, but not limited to: High Availability (HA), Clustering, Trusted Solaris, Domain Manager, Volume Manager, Solaris, Solaris Zettabyte File System (ZFS), Solaris Containers, Sun Logical Domain, Sun CoolThreads Serves, Sun x64 Servers, SPARC64 based Servers and Sun 9990V storage area network (SAN). 1.5.1.2.2 Provide engineering services associated with Sun Products. Services shall include, but is not limited to, running diagnostics, troubleshooting, assistance with planning, developing and executing of COTS migration solutions. 1.5.1.2.3 Ability to read core dumps and report findings. 1.5.1.2.4 Monitor and document the hardware/software configurations of the Sun COTS products used within the ISPAN architecture in all enclaves and locations. 1.5.1.2.5 Provide continuing education/mentorship to ensure the on-site Sun Systems Engineer is effective equipped to address Sun COTS products. 1.5.1.3 The contractor shall perform the following tasks on a regular basis for the ISPAN Sun architecture components. 1.5.1.3.1 Provide recommendations on how to tune/improve performance of clients and servers. To include analyzing and interpreting data from third party tools, as well as Sun products. 1.5.1.3.2 Knowledgeable of third party products associated with ISPAN's architecture, to include, but is not limited to, Oracle Client, Platform's Load Sharing Facility (LSF), Veritas's Volume Manager, Tivoli Storage Manager, and BMC's Structured Query Language (SQL) Backtrack/Patrol and their relationship to Sun's COTS hardware/software. 1.5.1.3.3 Consult with third party support/engineers to resolve issues related to Sun COTS hardware/software or migration efforts. 1.5.1.3.4 Provide weekly status reports documenting, but not limited to: engineer's weekly activities, Sun COTS problems encountered: to include those still outstanding, those corrected, and the fix, hours worked, and programmed, Field Change Orders, and status of updates. 1.5.1.3.5 Attend both formal and informal meetings. Develop and brief technical presentations as required. 1.5.1.3.6 Provide informal technical training related to Sun COTS products to government personnel and contractors. 1.5.1.3.7 Assist government and contractors in support of Sun COTS hardware/software installation, configuration and testing. 1.5.1.3.8 Work with the Government Information Assurance Engineers to review and track vulnerabilities as identified by the Joint Task Force - Global Network Operations (JTF-GNO) and Sun. 1.5.1.3.9 Monitor and track the implementation of baseline patches to the Sun COTS products. 1.5.1.3.10 Monitor and track the status of remote services that should be disabled as identified by JTF-GNO. 1.5.1.3.11 Perform other tasks related to Sun COTS products and their use by the ISPAN program as requested by the QAP. 1.5.1.4 The contractor shall support the development and presentation of technical material related to Sun COTS products as they pertain to the ISPAN IT architecture for planners, users, administrators and developers. (CDRL A003, A005) 1.5.1.5 The contractor shall evaluate, develop, and document improvements to the Sun COTS IT infrastructure supporting ISPAN. (CDRL A003) 1.5.1.6 The contractor shall be available to support exercises or operational crises as directed by the QAP. 1.5.1.7 The contractor shall support the review of technical solutions for ISPAN program requirements, at the specific direction of the Government. The contractor shall establish associate contractors (ASCONs) agreements with ISPAN Development/Support Contractors and will provide the Government with copies to support any reviews. 2. GENERAL INFORMATION 2.1 Personal Qualifications: The contractor shall provide personnel with the necessary training, qualifications, and clearances to accomplish all requirements identified in this PWS. Resumes shall be submitted for validations of key personnel's skill sets. In the event of contractor turnover of employees, resumes shall be submitted through the Contracting Officer for verification of key personnel skill sets. 2.1.1 General requirements: Contractor shall provide employees with: 2.1.1.1 Minimum of 20 years Unix experience 2.1.1.2 Minimum 10 years experience with Solaris, Sun COTS Hardware and Software 2.1.1.3 Minimum 10 year with Sun Corporate 2.1.1.4 Comply with DoD, Air Force and USSTRATCOM Information Assurance practices and policies to include certifications as required. 2.2 Travel: Contractor employees may have occasion under this contract to travel from their regular duty location to a temporary duty location at the direction of the Government. All contractor travel shall be approved by the QAP prior to occurrence. Travel shall be in accordance with the current Joint Travel Regulation (JTR). Anticipate a maximum of two (2) trips per year per employee. 2.3 Security. Individuals performing work under this PWS must be a United States citizen and comply with applicable program security requirements. 2.3.1 Contractor personnel shall possess a Top Secret security clearance at time of award, and must be eligible for Sensitive Compartmented Information (TS/SCI) and Nuclear Command and Control, Extremely Sensitive Information (TS/NC2/ESI) accesses. 2.4 Core Working Hours. Core Working Hours: The QAP determines core working hours. If contractors are required to work extended hours, contractors are expected to adjust their hours before and after these extended hour periods to stay within the proposed total number of hours identified for current period of performance. 2.4.1 Contractors will not charge the Government for hours not incurred on the Government site and without oversight. In the event government oversight is not available (e.g., down days, inclement weather days, etc.) and rare occasions when the QAP approves off-site work without oversight, contractors may report to their corporate office to accomplish work directly attributable to their task order. Otherwise, contractors shall make up any missed time at the earliest opportunity; contractors have the option of extended workdays to compensate for lost hours. A home office is never an approved off-site work location. 2.5 Deliverables by CDRL. The deliverables specified herein shall be produced in hard and soft copy using media compatible with Government software applications. The contractor shall use its own format, but the format is ultimately subject to the approval of the Government. 2.5.1 A001 - Progress Report/Program Progress Report and Quarterly Management Review. Contractor shall prepare quarterly briefing on program status (Program Management Review - PMR). This briefing will include a limited review of the major points from the written report. 2.5.2 A002 - Conference Minutes/Meeting Minutes and Trip Reports. These reports are required to document the results of trips, studies, and analyses as requested by the Government. Contractor shall present a trip report to the Government within five (5) working days after completion of travel. 2.5.3 A003 - Service Engineering Reports/Technical Reports. Studies, technical reports and information papers are required to document the results of studies and analyses as required by the Government. Supporting documents include Executive-level documents, training plans, implementation plans, processes and procedures, and schedules. 2.5.4 A004 - Standard Change Form. (Self explanatory) 2.5.5 A005 - Presentation Material/Briefing Material. Copies of presentation material shall be provided for Government approval at least five (5) working days before distribution or presentation, unless otherwise specified. Copies will be given for review in at least soft copy format and readable through Command standard format(s). 2.5.6 A009 - Funds and Man-Hours Expenditure Report. A monthly status report is required to document activities accomplished, agreements reached, and resources (man-hours and funds) utilized. Submit a quarterly progress report that summarizes the results of all work performed, the type and amount of effort (man-hours), expenses incurred, deliverables completed, work in progress, percentage of annual effort expended by effort, problems encountered, recommended solutions and work planned during the next reporting period. The contractor must display a plan of continued coverage of onsite support, considering any extended hours and anticipated travel. 2.6 Quality Control: The contractor shall develop and maintain a quality program to ensure services performed in accordance with commonly accepted commercial practices. At a minimum, the contractor shall develop quality control procedures that address the areas identified in section 2, Services Summary. The contractor's quality control plan shall be submitted to the Contracting Officers and QAP within 30 days of contract award. 2.7 Quality Assurance: The Government will evaluate the contractor's performance by appointing a Quality Assurance Personnel (QAP), to monitor performance to ensure services are received. The QAP will evaluate the contractor's performance through intermittent inspections of the contractor's quality control program and receipt of complaints from base personnel. 3.0 SERVICES SUMMARY (SS) PERFORMANCE OBJECTIVE PWS PARAGRAPH REFERENCE PERFORMANCE THRESHOLD Immediate and unfettered access to Sun proprietary information 1.5.1.1 No more than one (1) valid defect/complaint per quarter Technical expertise in Sun COTS products in ISPAN IT architecture 1.5.1.2 No more than one (1) valid defect/complaint per quarter Recurring tasks for the ISPAN architecture 1.5.1.3 No more than one (1) valid defect/complaint per quarter Reports and Management Reviews 2.5.1 No more than one (1) valid defect/complaint per quarter Funds and Man Hours Reports 2.5.6 No more than one (1) valid defect/complaint per month On time delivery of CDRLs 2.5.2, 2.5.3, 2.5.5 No more than one (1) valid defect/complaint per quarter 4.0 WORKING SPACE/MATERIAL/EQUIPMENT 4.1 The Government will provide access to relevant Government organizations, information, documentation, manuals, text briefs, and associated materials as required and available. 4.2 The Government will provide access to facilities, office space, supplies and services, to include workstations, computers and phones. Access will be granted to classified and unclassified military local area network (LAN) services, LAN support, telephones, and reproduction facilities. If the contractor determines additional equipment is required, the contractor shall notify the Government, in writing, of the applicable information/equipment required to accomplish the requirements. 4.3 Government Furnished Property/Equipment - Items will be in the contractor's possession. If applicable, attach a separate list identifying all items. 5.0 APPENDICES: N/A 6.0 TRANSITIONING PLANS: N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/F3HSH19163A001/listing.html)
 
Place of Performance
Address: United States Strategic Command, Offutt, AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN01896783-W 20090805/090803235237-1e0eb24e09b29c464422ddbd58e4c609 (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.