SOURCES SOUGHT
D -- Information Technology Support Contract III (ITSC III)
- Notice Date
- 6/15/2012
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, District of Columbia, 20510-7207, United States
- ZIP Code
- 20510-7207
- Solicitation Number
- 2012-S-050
- Archive Date
- 8/7/2012
- Point of Contact
- Jill T Johnson,
- E-Mail Address
-
acquisitions2012@saa.senate.gov
(acquisitions2012@saa.senate.gov)
- Small Business Set-Aside
- N/A
- Description
- DESC: MARKET SURVEY AND BIDDERS LIST DEVELOPMENT - SOURCES SOUGHT REQUEST FOR OUTSOURCING FOR INFORMATION TECHNOLOGY (IT) PRODUCT ACQUISITION, INSTALLATION AND SUPPORT SERVICES. The purpose of this sources sought synopsis is to gain knowledge of potential qualified industry sources for service providers for workstation and server hardware, operating system software, application software, Voice over Internet Protocol (VoIP) equipment, installation, integration, upgrade, help desk services and on-site maintenance and support for the United States Senate (Senate) in Washington, DC, and fifty (50) States for Senate Member, Committee and Officer offices. Hardware acquisition and support primarily encompasses microcomputer workstations, laptops, file servers, scanners, printers, video teleconferencing equipment and wireless mobile Technology (devices, platforms, and WANs). Software support includes the operating systems, communication packages, and commercial software applications. VoIP equipment services include, but are not limited to, VoIP desk phones, equipment and IP telephony applications. Support includes the staffing of a hotline/help desk and providing for other support functions as described below. All requirements listed below are mandatory unless otherwise noted. This Sources Sought Notice (SSN) is not a request for proposal and in no way obligates the Senate in an award of a contract. This sources sought synopsis contains the currently available information. This information is subject to change at any time. Requirements are stated in terms of minimum capabilities and characteristics required by the Senate. The general requirements are as follows: integration, upgrade, help desk services and on-site maintenance and support for approximately one hundred and fifty (150) Local Area Networks (LANs) and four hundred plus (400+) Wide Area Networks (WANs) comprised of approximately twelve thousand (12,000) PCs and three thousand (3,000) servers, seven thousand- five hundred (7,500) laptops and tablets, eight thousand-five hundred (85,500) VoIP desk phones, and nine thousand (9,000) mobile smart phones. The requirements include acquisition, configuration, and installation of server, workstation, and peripheral hardware and software, as well as VoIP equipment. The Contractor must be able to staff, manage and perform the following: (1) Provide maintenance and support staff on site at the Senate, hotline/help desk services, as well as mandatory support functions, including moves, upgrades, installation and maintenance. Mandatory support functions also include those services related to responding to customers' calls and resolving customers' IT product related problems under prescribed service levels, including preventative maintenance and warranty work. These include the support of desktop software applications, hardware, LAN servers, data communications, video teleconferencing, wireless mobile technology (devices, platforms, and WANs) and VoIP systems. When a resolution is not possible over the telephone, the hotline/help desk will dispatch contractor personnel to resolve the problem on site at Senate office locations in the DC area and all fifty states. Provide technical system support including systems consultants to Senate offices. (2) Procure and install standard IT products to include, but not limited to, workstation, server, and peripheral hardware, operating system, application software, and provide configuration, installation, integration, and upgrade services. Installations are scheduled at the Senate staff's convenience, at the time of the order, and the Contractor has responsibility for ensuring, at the time of the order, that new orders are compatible with the Senate staff's existing environment. (3) Use the Senate's customer care application (currently HP Service Manager version 9.2) to track help desk calls, acquisition, scheduling and installations, and provide status reports of hotline, help desk and mandatory support functions. The tracking system will provide the status of all current maintenance calls as well as historical maintenance data to be used for analysis of equipment maintenance needs. Utilize HP Service Manager's tools to organize, structure, standardize, and track services. Optional Tasks The Contractor may be required, at the Senate's request, to provide the following support: (4) Provide hardware moves, upgrades, installation and cable plant and wiring support in State offices. (5) Technical assistance in the development, implementation and maintenance of systems to meet Senate business requirements. (6) Provide Exchange 2010 support services for enterprise-wide central services, lab management, and Active Directory and Messaging Architecture (ADMA) management. (7) Provide engineering, operations, installation, and tech support for enterprise-wide anti-virus, firewall, and anti-spyware infrastructure. This support also includes engineering, operations, and tech support for enterprise-wide security technologies running in the Security Operations Center (SOC). (8) Provide systems analysis and requirements gathering. (9) Provide the installation and configuration off commercial of the shelf (COTS) products on servers and/or workstations in the Senate's computer facility and/or Senate user offices. (9) Provide support in assessing current web sites, designing and developing cross-browser web sites and content. (10) Implement an enterprise modeling methodology and COTS toolset and perform data collection to support the enterprise architecture. (11) Assess the existing infrastructure against the goals in the Senate's Sergeant at Arms (SAA) Strategic Plan. Recommend agile and adaptive hardware and software infrastructure solutions that address people, processes, and technology to support goals. (12) Perform systems analysis and requirements gathering activities and studies, working jointly with the SAA in a new consulting practice to assess customer office business requirements and consult with Senate users to assist with their technology planning. (13) Provide technical documentation to include system and user manuals. The United States Senate, Office of the Sergeant at Arms (SAA), is seeking vendors who can meet our needs using commercial practices performing under 1) a fixed-price, performance-based contract for IT product support, maintenance, repair, and 2) fully burdened fixed labor hourly-rates (inclusive of travel, material and ODCs) to perform additional unspecified services on a time and materials basis. In responding to this SSN, state your qualifications to perform each of the mandatory and optional requirements listed above. Your response to each requirement must include paragraph numbering identifiable to requirements listed above. In addition, submissions must include: a) past performance experience/information for a minimum of three (3) contracts of similar scale, less than two (2) years old that involve use of capabilities and products relevant to those necessary for the Senate's requirements, including contract number, customer name and address, and brief synopsis of work performed relevant to requirements 1-13 listed above, b) provide ISO 9001:2008 certification information or the ability/intention to become certified, as well as information regarding standardized methods to assure the quality of products and services, and to manage the impact of process changes, c) your capabilities to support the Senate's ability to continue essential functions must provide the Senate with a business continuity plan which is modeled on Federal Continuity Directive 1 (FCD 1) dated February 2008 (this can be located at <http://www.fema.gov/pdf/about/offices/fcd1.pdf>), and d) organizational information including your Dun and Bradstreet number and point of contact with telephone, fax and e-mail address. After receipt and review of the responses to this SSN, the SAA intends to issue a solicitation. The information contained in this notice will be the only information provided by the Senate during the Sources Sought process. All qualified sources should respond to this Market Survey - Sources Sought by submitting an information package in accordance with the instructions provided. Vendors responding to this sources sought notice and deemed qualified by the SAA may be requested to submit a proposal in response to a solicitation. Only firms deemed qualified will be permitted to submit proposals. If suitable responses are received from qualified sources, the SAA anticipates release of a solicitation in December 2012. Neither the SAA nor the Senate will be responsible for any costs for the preparation of responses to this request. INSTRUCTIONS: Responses to this Market Survey-Sources Sought request are due to the SAA Procurement point of contact no later than August 6, 2012, at 3:00 p.m. EDT and shall be submitted electronically via email only to the attention of Jill T. Johnson at acquisitions2012@saa.senate.gov. The subject line of the email message shall be 2012-S-050 Information Technology Services Contract (ITSC III). No other method of transmittal will be accepted. The response shall not exceed twenty-five (25) pages. Unnecessarily elaborate submissions are discouraged. Pages over the page limitation may be discarded. Access by the SAA to information in any files attached to the response is the responsibility of the submitting party. Neither the SAA nor the Senate is responsible for any failure to access vendor's information. THIS IS NOT A REQUEST FOR PROPOSAL. THIS NOTICE CONSTITUTES THE ENTIRE SOURCES SOUGHT NOTICE AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR SENATE. ANY REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/Senate/SAA/SAAFD/2012-S-050/listing.html)
- Place of Performance
- Address: Senate Office Building, Washington, District of Columbia, 20510, United States
- Zip Code: 20510
- Zip Code: 20510
- Record
- SN02777177-W 20120617/120615234814-9c17ce11cc7c4a23b3c8d25de00b2059 (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 |