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