Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 14,1996 PSA#1721

HQ MTMC, ATTN: MTAQ-A, 5611 COLUMBIA PIKE, FALLS CHURCH VA 22041-5050

D -- WORLDWIDE ADMINISTRATIVE AND TECHNICAL SUPPORT FOR MTMC INFORMATION TECHNOLOGY (IT) SYSTEMS SOL DAMT01-97-R-0001 DUE 112996 POC Contract Specialist Veronica Joyner (703) 681-8379 Contracting Officer Carolyn Day Hecox (703) 681-7597 (Site Code DAHC26) Military Traffic Management Command (MTMC) is issuing a combined synopsis/solicitation, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice, for a contract to provide Worldwide Administration and Technical Support for MTMC Information Technology (IT) Systems-Exhibit E1. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Contractors shall obtain all Exhibits cited herein via fax from the Contract Specialist above or: Brian Richards 703-681-6330; Valerie Mills 681-7515; Tiffney Griner 681-6176. Requests should be made immediately; confirmation of receipt of a legible fax is required. This is RFP DAMT01-97-R-0001. RFP document and incorporated provisions and clauses are those in effect through FAC 90-42, 29 Aug 96. This is a 100% small business set-aside, SIC 7379. DAMT01-97-R-0001 will result in a Firm Fixed Price ID/IQ order type contract with a base period from the anticipated date of award 1 Jan 97 thru 31 Dec 97, with 4 option years. The min qty of Delivery Orders against the awarded contract shall be 1 and the max shall be 60. The FAR provisions at 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, FAR 52.214-4, Contract Terms and Conditions-Commercial Items, apply to this RFP. The Government will award a contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be the most advantageous to the Government, price and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers:(1)Technical Competence and Experience-Availability of sufficient personnel with the required experience and skills as identified in E2 to perform as proposed. Proposed increments of experience and skills beyond the minimum shall be accorded greater weight. (2)Management Plan-Adequacy of the offeror's methodology for directing and controlling work to be performed. Effective methods for monitoring task and problem resolution shall be accorded greater weight.(3)Past Performance-A performance risk assessment (from data provided or from other sources) will be conducted based upon demonstrated performance as it relates to the potential successful accomplishment of the work required.(4)Price-Evaluation will be inclusive of options, a price realism assessment shall be made as it relates to reasonableness of price. The offeror shall include a completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The offeror is advised that FAR provision 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Offers are due Nov 29, 1996, 3:00 PM EST. The proposal shall be signed by an official authorized to bind your organization. You shall submit 6 copies with price and technical proposals bound separately to:Contracting Officer, HQ MTMC, ATTN:Carolyn Day Hecox, MTAQ-AF, Room 307, 5611 Columbia Pike, Falls Church VA 22041. RFP No. DAMT01-97-R-0001 offers may be submitted on letterhead and at a minimum shall show:(1)RFP number;(2)The time specified in the RFP for the receipt of offers;(3)The name, address and phone no. of the offeror;(4)A technical description of the offer, in sufficient detail to evaluate compliance with the requirements in the solicitation;(5)Price and discount terms;(6)''Remit To Address'', if different from mailing address;(7)A completed copy of the representation and certificates at FAR 52.212-3;(8)Acknowledgment of RFP Amendments, if any;(9)Past Performance information, to include recent and relevant contracts for the same or similar items and other references, including contract numbers, points of contact with phone no. and other relevant information;(10)If the offer is not submitted on the SF1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFP;(11)In accordance with 52.212-3, a Procurement Integrity Certificate (41 U.S.C. 423) will apply, and shall be provided as part of the proposal. Offers that fail to furnish required representations or information or reject the terms and conditions of the RFP may be excluded from consideration. Awards may be made without discussion, offerors within the competitive range may be requested to provide oral presentations. DESCRIPTION OF THE REQUIREMENTS:Base year contract line items:CLIN 0001 Senior Network Engineer est qty 8,320 hrs, SLINS 0001AA-0001CM for each site as in E1; CLIN 0002 Network Engineer est qty 37,440 hrs, SLINs 0002AA -0002CM; CLIN 0003 Trainer est qty 16,640 hrs, SLINs 0003AA-0003CM; CLIN 0004 LAN Application Analyst est qty 6,240 hrs, SLINs 0004AA-0004CM. CLIN/SLIN structure and est qtys remain consistent through the out years. Option Year 1 CLIN/SLIN structure will be 100x..., Option Year 2 CLIN/SLIN structure will be 200x..., Option year 3 CLIN/SLIN structure will be 300x..., Option Year 4 CLIN/SLIN structure will be 400x...NOTE:Offerors shall prepare their pricing schedule in accordance with the traditional Schedule B format, utilizing the CLIN/SLIN system in E1. All rates shall be proposed on a per hour basis. The IT Systems/sites to be supported, listed in E1, shall be operational in a full readiness condition 24 hrs per day, 7 days per week. The Principal Period of Maintenance (PPM) is defined as 8 hrs per day, within 7:00 AM to 6:00 PM, site local time, Mon-Fri, except observed federal holidays. Support will consist of on-site personnel as indicated and at sites listed in E1, with potential travel to other listed sites, to maintain the systems, provide system and workstation troubleshooting and problem correction, and provide training, and application development. Any travel required in support of this effort shall be performed by Invitational Travel orders. If an additional person is acquired through this contract for periods of less than one month, for special projects at listed sites, the appropriate site CLIN hourly rate shall apply;travel, if required shall be via Invitational Travel. The system is comprised of Local Area Networks (LANs), consisting of Intel-based microcomputer workstations (plus a limited number of UNIX-based) connected to Novell Netware fileservers using ethernet bus topology, with a limited number of sites partially converted to fiber optics or 10BaseT. LANs are linked via communications to create a Wide Area Network (WAN). Some Minor sites have standalone microcomputer systems that are linked to the WAN through modems. The systems have been operational a min of five years and provide the critical Command, Control and Communication (C3) link, as well as a day-to-day operational environment consisting of Commercial-Off-The-Shelf application software packages (E3). The Contractor shall update the knowledge of assigned Contractor personnel as new technology and software versions supporting MTMC's requirements become available. MTMC shall provide required access to a computer workstation with appropriate software and peripherals, and an office desk with MTMC regulated telephone. Requirement is for IT System administration services and support on equipments which may process classified information. Actual knowledge of, generation, or production of classified information is not required for performance of the contract. However, cleared personnel are required to perform this service because access to classified information can not be precluded by escorting personnel. In accordance with AR 380-67 and the Joint Staff policy, Contractor personnel providing support for classified systems shall have a final US Secret Clearance based on a Single Scope Background Investigation (SSBI), and Contractor personnel providing support for the unclass portion of our system, a final US Secret Clearance based on a National Agency Check (NAC). Processing and costs for the investigation procedures is the responsibility of the Contractor, and the required clearances shall be effective for any Contractor personnel prior to assignment. All Contractor personnel shall be fluent in the English language, written and oral, and documentation of any kind that is prepared in response to requirements from MTMC shall be in English. All Contractor personnel, at appropriate knowledge and experience levels (E2), shall be able to provide generally accepted industry standard network administration, including determining network and workstation software/hardware compatibility; technical expertise for system interfaces to include system inter-relationships, software and hardware configurations required to support LAN/WAN applications, long range planning for network expansion including additional resource requirements; LAN/WAN interfaces with mainframes, mini-computers, database machines, VANs and remote LAN sites utilizing communication/network protocols to include, but not limited to:Ethernet, TCP/IP, IPX/SPX, Net BIOS, FDDI, Frame Relay, ISDN; provide day-to-day technical support to the ''Help Desk'' in performing troubleshooting and resolution for all hardware and software problems; provide technical guidance in installation and use of programs that utilize the DDN TCP/IP suite of protocols (i.e. FTP, Telnet, E-mail, WWEBNET; assist implementation, administration and maintaining of Internet/Intranet utilization, including the MTMC Home Page; provide technical guidance in configuration, installation and administration of Lotus cc:Mail and other state-of-the-art email packages that interface with DDN; support advanced functions to include but not limited to OCR, scanning, imaging, multimedia systems; provide seminars, workshops, and system administration training and assistance for, but not limited to:network overview and components, using network peripherals including printers, using IT application software and/or utilities on the network, installing new and/or upgraded IT application software and/or utilities on the network including those specialized to solve the ''Year 2000'' computer system dating issue, the Microsoft, Novell and UNIX operating systems, proper system usage, file storage. Training requirements have been identified to: provide specialized seminars and workshops on IT software (E3) to MTMC personnel on-site, including remedial/review sessions on a group or one-on-one basis; develop training material; coordinate scheduling of training with the COR or designated MTMC representative. Training material shall be subject to COR review and approval (material reproduction shall be done at MTMC facilities and expense), and MTMC may provide training material at its option. Instruction methods shall consist of at least 75% hands-on instruction, using MTMC provided training facilities, hardware and software. Training shall cover existing and future versions of IT software, and be during PPM, or OPPM as required. In addition to the above, LAN application requirements have been identified to:perform analysis, development, implementation, documentation, user instruction, and support of systems and applications using IT software; assist in software acceptance testing; provide information and support to the Network Engineers on system maintenance and changes relating to IT software. All Contractor programs, menus, batch routines and files, training materials, logos, and procedures specifically requested by and developed for MTMC, as well as all hardware/software documentation and procedures supporting them, become the property of MTMC. The Contractor shall submit as a part of the proposal the management plan for quality control to assure contract requirements are provided and a methodology for identifying and correcting deficiencies. MTMC shall review qualifications/resumes of all contract personnel to insure minimum qualifications as stated in E2 are met.(0317)

Loren Data Corp. http://www.ld.com (SYN# 0023 19961113\D-0001.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page