Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 13, 2014 FBO #4492
SOLICITATION NOTICE

L -- Language Portal - Language Portal Solicitation

Notice Date
3/11/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7K, 102 Hall Blvd, Ste 258, Lackland AFB, Texas, 78243, United States
 
ZIP Code
78243
 
Solicitation Number
FA7037-14-R-0003
 
Point of Contact
Carissa Lechner, Phone: (210) 977-5457, Margaret A. Naylor, Phone: (210) 977-2823
 
E-Mail Address
carissa.lechner@us.af.mil, margaret.naylor@us.af.mil
(carissa.lechner@us.af.mil, margaret.naylor@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Attachment 2 - DD254 Attachment 1 - PWS Exhibit A - CDRLs Language Portal Solicitation The AF ISR Agency/A7KB (Business Support Branch, 102 Hall Blvd, Ste 268, San Antonio, TX 78243-7046 is requesting Language Portal services (under North American Industry Classification System (NAICS) code 541513; size standard is $25M in support of the United States (U.S.) Forces Operations. The Government is issuing a competitive 8(a) set-aside under the Small Business 8(a) program. This solicitation is for a firm fixed price (FFP) contract using best value source selection procedures in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 15 and Mandatory Procedures (MP) 5315.3, Source Selection. Award shall be made based on evaluation criteria set forth in this solicitation. The period of performance will be for a base year with four (4) option years. The Solicitation number is FA7037-14-R-0003. Businesses are advised that FAR clause 52.219-14 -Limitations on Subcontracting will apply wherein by submission of an offer and execution of a contract, the offeror/Contractor agrees that in performance of the contract at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Reference the attached Performance Work Statement (PWS). The Contractor shall provide a work force possessing the skills, knowledge and training to satisfactorily perform the services required by this contract. The Contractor shall maintain and enhance all system hardware for all systems (unclassified, Top Secret(TS), Secret, and NSANet) and enhance the baseline website configuration of the Language Portal according to the Headquarters Air Force Intelligence, Surveillance and Reconnaissance Agency, Intelligence and Force Development and Training Division (AF ISR Agency/A2F) written requirements. The Contractor shall perform all necessary accreditation actions and documentation to maintain the AF ISR Agency Command Language Program Manager (CLPM) database on the Air Force Portal. The Language Portal shall be available for access 24/7/365 at each classification level (Unclassified, TS, Secret and NSANet). The Contractor shall maintain an unclassified server at Offutt AFB, NE, a back-up unclassified server at the Contractor's location, and classified servers (TS, Secret and NSANet) at Offutt AFB, NE. The Contractor shall provide on-call service 24/7/365 for all four classification levels. Maintenance of all servers shall include, but not be limited to, updating databases, creating standardized and custom queries and reports, Automated Data-Processing Equipment (ADPE) accountability and uploading/ updating language and cultural resources. The Contractor shall make recommended maintenance updates and changes according to timelines determined by the amount of updates required and agreed upon by the Government COR and Contractor. The Contractor shall integrate and maintain Air Force-provided Cryptologic Skill Proficiency Testing (CSPT) and training materials on the Language Portal. The acquisition will require the company to have a TS/SCI facility clearance, and Contractor personnel to have a final U.S. Government issued TS security clearance and be DCID 6/4 eligible with a current Single Scope Background Investigation (SSBI). The Contractor shall describe how they are completely able to program routine, repeatable standard queries of a large database and output results on an aspx web page. The database must be in the background, providing all the data for the web page front end; manage the users and various levels of control (read/write/manage); manage a commercial web page with aspx content, various data libraries that include iOS applications, audio and video files. The Contractor shall describe their accreditation process experience on unclassified and classified domains. The Contractor shall describe their knowledge set of SharePoint version 2013. The current operating system for this requirement is Windows 7, all Macs are running Lion OSX 10.7.5, commercial servers are running Active Directory 2008 rs and Windows 2003, and NIPR servers are all running windows server 2008 r2. The Language Portal is able to be viewed, but the CLPM database is only viewable by the incumbent. There are no site visits scheduled for this requirement. A FFP pricing arrangement will be used for all labor. Travel costs will be determined by the government. All responses to this Solicitation are due NLT 10 April 2014 by 12:00pm CST. Contractors will need to download all documents from FedBizOpps (www.fbo.gov). Contractors must be registered in the System for Award Management (SAM), accessed via the Internet at https://www.sam.gov/portal/public/SAM/#1 or risk having their proposals be declared nonresponsive. Contracting Office Point of Contact: Contract Administrator, Carissa Lechner, AF ISR Agency A7KB, 102 Hall Blvd, Ste 268, Lackland AFB, TX 78243. POC telephone number is (210) 977-5457, or email at carissa.lechner@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a3cc18d2a6bc68e4ab19e054af1d180f)
 
Place of Performance
Address: AF ISR Agency, United States
 
Record
SN03307805-W 20140313/140311235144-a3cc18d2a6bc68e4ab19e054af1d180f (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.