Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2011 FBO #3466
SOLICITATION NOTICE

D -- Army Operations Center Command and Control System (C2) Systems Administration IT Support

Notice Date
5/20/2011
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
 
ZIP Code
22331-1700
 
Solicitation Number
W91WAW11R0076
 
Response Due
9/21/2011
 
Archive Date
11/20/2011
 
Point of Contact
Curtis W. Harris III, 703-428-0173
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(curtis.harrisiii@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command (ACC), National Capital Region (NCR) at Hoffman II, on behalf of the US Army Command and Control Support Agency under the operational control of the Army G-3/5/7 intends to procure services to design, document, implement, operate, maintain, troubleshoot, and administer current and future Command and Control (C2) Information Technology (IT) systems using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 3:00 PM/EST, 01 June 2011, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 541519 with a size standard of $25M are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 20 pages and must be submitted electronically. All contractor questions must be submitted no later than 3:00 PM/EST, 27 May 2011. Vendor Evaluation Questions for GCCS, Tier III, and DAMO. 1. Based on historical data, the contractor shall provide: a.A Senior Systems Engineer with a current TS/SCI b.Systems Administrators with a current TS/SCI c.A Senior Network Administrator having a current TS/SCI with POLY Vendor question: Can your organization fulfill this requirement as set forth in Paragraphs 1.6.8 and 1.6.13.1-1.6.13.9 of PWS, at contract start-up and maintain these clearance and administrator support levels throughout the terms of the contract? 2.Based on historical data, the contractor shall provide systems administrators, a Network Administrator, and a systems engineer with required IA training certificates and industry certifications for systems and applications they will be working in such as, but not limited to Solaris, Microsoft (exchange, server 2003, 2008, and 2010) Oracle 10g, Secure Mobile Devices (SME-PED), Black Berry server. The requirement is for 16 system administrators who are IA trained and certified per AR 25-2, for respective labor categories and currently certified in the respective applications and Operating Systems for both workstations and servers and applications they are supporting. Vendor question: Can you organization provide personnel in accordance with paragraphs 1.6.1 and 1.6.10 who are IA trained/certified IAW their proposed labor categories and as well hold current certifications for the systems/applications/OS they are supporting at contract start-up and throughout the terms of the contract? 3.Based on the requirement, the contractor personnel shall provide services and support during core hours between 0600 - 1900 with a 30-minute telephonic response time and 1-hour onsite support response time outside of core hours. USACCSA operates 24/7/365 days a year without regard to holidays and weekends. USACCSA requires a 99.99% uptime of all systems and applications. The requirement is to have a workforce that can provide immediate services and support during core hours and can respond immediately outside of core hours. Vendor question: Can your organization provide this support 24/7/365, as stated in paragraphs 1, 1.2, 1.4, 1.6.5, 1.6.6 and 4.1, of the PWS, to include holidays and weekends? 4.Based on the requirement, the contractor personnel shall provide services and support outside of core hours for network maneuvering maintenance and upgrades of systems on weekends and or holidays as mission allows. USACCSA operates in a load balanced and 3-server node cluster infrastructure, which allows USACCSA to provide an uptime of 99.99% and the ability to conduct maintenance, upgrades, relocation, decommission, and life cycle replacement. USACCSA conducts these tasks as mission allow thereby minimizing the effects on users. The requirement is to have a workforce that is readily available to conduct these tasks given an hour's notice. Vendor question: Can your organization provide this support, as provided in paragraphs 1.4, 1.6.5, 5.9, and 5.11 of the PWS, given an hour's notice to either stay until mission complete or return to work immediately? 5.Based on the requirement, the contractor shall provide CME personnel who shall be members of the Emergency Response Group (ERG), which requires ERG members to relocate to alternate locations and provide 24/7 services and support for extended periods. USACCSA personnel and contractor team members relocate to alternate sites in response to crisis or national event. Vendor question: Can your organization provide a workforce, as denoted in paragraphs 1.4, 1.6.5, and 1.6.6 of the PWS that relocates with USACCSA personnel to provide needed network, application services within a two hour recall notification status throughout the life of the contract? 6.The contractor may be asked to provide a range of additional surge personnel to backfill ERG members to provide 24/7 extended hour services and support for extended periods of time during times of crisis, national emergency or directed training exercise to maintain existing current support and provide increased level of support to the at multiple locations throughout the DC metro area. USACCSA must continue to provide services and support at the primary location while providing support at alternate locations. The requirement is to have a ready workforce with the same experience, certifications and education to backfill the ERG members who relocated. Vendor question: Can your organization provide a range of additional qualified and cleared personnel shown in paragraphs 1, 1.2, and 5.11 of the PWS, to immediately provide support for the primary site and or alternate locations with 4 to 7 days of notice and maintain that level of support for extended periods of time? 7.Based on the requirement, the System Administrator / System Engineer responsibilities include extensive hands-on experience with the following tools / technologies: EMC SAN Storage, IBM AutoStart, Retina, Sendmail, Solaris, Solaris Containers and, CENTRIX/BICES, CITRIX, HBSS. USACCSA maintains a highly responsive and reliable environment. Contractor shall describe System Administrator Fault Tolerance / Failover experience for each position. Discussion topics will include design, planning, implementation and testing accomplishments. Vendor question: Can your organization provide senior system administrators as required in paragraphs 1.6.13-1.6.13.5 of the PWS, who are experts in their system, able to troubleshoot problems between their systems and supporting or supported systems and diagnose problems with enterprise or other network service providers and assess how they are impacting USACCSA mission critical services? 8.USACCSA is routinely required to design, build, maintain, host and secure a broad range of Command and Control systems, applications, and databases. Due to the nature of USACCSA mission requirements, the staff designs, develops tests and fields these systems over a matter of hours or days. The requirement is to have a workforce that has extensive knowledge and experience in design, developing, testing, fielding, and placing into production systems with zero deficiencies. The workforce knowledge and experience allows the fielding/placed into production of systems, which contain zero deficiencies Vendor Question: Can your organization provide a workforce as noted in paragraphs 1.16.13.4-1.6.13.9 that has the experience and knowledge to design, develop, test, field and put into production without impacting user operations or adding design deficiencies? To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to Curtis Harris for this procurement. A firm-fixed price contract is anticipated. The anticipated period of performance will be one (1) Base Year of 12 months and two (2) 12-month option years. The Contractor shall perform the work at a government furnished facility. Contractor personnel will require a current TOP SECRET clearance. Based on the capability statements received, a written Request for Proposal (RFP) may or may not be posted on or about 30 June 2011. The RFP must be retrieved and downloaded from the Army Single Face to Industry (ASFI) website, https://acquisition.army.mil/asfi. No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Curtis Harris, email: curtis.harrisiii@us.army.mil or Geoffrey Gill, email: geoffrey.r.gill@conus.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2b46d858df1440bcdfd6c609ff0fd020)
 
Place of Performance
Address: Army Contracting Command - National Capital Region 200 Stovall Street, Room 11S67 Alexandria VA
Zip Code: 22332
 
Record
SN02453899-W 20110522/110520235533-2b46d858df1440bcdfd6c609ff0fd020 (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.