Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 25,1998 PSA#2229

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ

D -- INTERNET MAINTENANCE AND OPERATIONS CONTRACT (IMOC) -- STORAGE AND TRANSFER OF DATA FOR JSC WEB SITES SOL 9-BJ2-40-9-01P DUE 120998 POC Vanessa R. Beene, Contract Specialist, Phone (281) 244-5257, Fax (281) 483-9741, Email vanessa.r.beene1@jsc.nasa.gov -- Delene R. Sedillo, Contracting Officer, Phone (281) 483-9730, Fax (281) 483-2138, Email delene.r.sedillo1@jsc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/JSC/date.html#9-BJ2-40-9-01P. E-MAIL: Vanessa R. Beene, vanessa.r.beene1@jsc.nasa.gov. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Offer (RFO) for outsourcing operations of JSC's web sites. The service required is managed web hosting. The current web sites include: NASA Shuttle Web (Shuttle); NASA Shuttle-Mir; International Space Station (Station); and several minor, low-traffic sites. The managed web hosting service is not limited to these sites, as other sites may be added during the life of the contract and these sites may be removed at the JSC's discretion. Key requirements include: bandwidth, disk storage, availability, technical support and system administration. The provisions and clauses in the RFO are those in effect through FAC 97-08. This acquisition is being conducted under the Small Business Competitiveness Demonstration Program using SIC Code 7379,Business Services, not elsewhere classified. The small business size standard for this procurement is $18M average annual receipts for three years. The Offeror shall state in their offer their size for this procurement. All qualified responsible business sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above may be mailed to Building 45, Room 734, by December 9, 1998, 4:30 p.m. local time and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items (SEE ATTACHMENT A) form found at URL:http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a offer. Offerors shall provide the information required by FAR 52.212-1. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: FAR 52.216-18, Ordering FAR 52.216-19, Order Limitations FAR 52.216-22, Indefinite Quantity FAR 52.222-3, Convicted Labor (E.O. 11755) FAR 52.233-3, Protest after Award (31 U.S.C. 3553). FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I FAR 52.222-26, Equal Opportunity FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-36, Affirmative Aftion for Workers with Disabilities FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era FAR 52.225-3, Buy American Act FAR 52.225-9, Buy American Act -- Trade Agreements -- Balance of Payments Program Questions regarding this acquisition must be submitted in writing no later than December 2, 1998. Offers are due by close of business 4:30 p.m. local time December 9, 1998 to Vanessa R. Beene, marked with this solicitation number. Selection and award will be in accordance with FAR 52.212-2 with the following value characteristic: Best Value Selection. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price, and past performance. For selection purposes, technical, price, and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See Internet Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor this site and/or the CBD for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html. STATEMENT OF WORK INTERNET MAINTENANCE AND OPERATION CONTRACT (IMOC)/STORAGE AND TRANSFER OF DATA FOR JSC S WEB SITES Overview These are the requirements for the management of the public web sites for the NASA/Johnson Space Center. The services required and the contract will be referred to as Managed Internet Services (MIS). In these requirements, the Internet Service Provider (ISP) is the MIS contractor and the customer is the government. The current web sites include: the NASA Shuttle; Shuttle-Mir; Space Station; NASA Spaceflight; and several minor low-traffic web sites. The MIS contract is not limited to these sites, as other sites may be added during the life of the contract and these sites may be combined or removed. All of these current sites were built in a UNIX environment. Key requirements include: bandwidth; disk storage; availability; technical support; system administration and company logos. All requirements address the MIS contractor, unless specific information indicates something else. The ISP shall guarantee service 24 hours per day, 365 days per year (7x24), except for planned and coordinated system outages. I. Bandwidth To handle off-peak traffic for both Hyper Text Transfer Protocol (HTTP) connection traffic and multimedia streaming traffic, the MIS contractor shall provide solutions for furnishing Internet connectivity and servers architecture (CPU, Memory, I/O) with a minimum bandwidth of 45 Megabytes per second (MBPS) 1. To handle peak traffic for HTTP, the contractor shall deliver bandwidth "burstable" to a maximum of 100 MBPS; 2. To handle the range of multimedia streaming traffic, MIS contractor shall deliver bandwidth "burstable" to 200 MBPS II. Disk Storage A. To handle minimum storage requirements, the MIS contractor shall provide: 1. Solutions to deliver capacity expandable to 100 Gigabytes for current web sites content, imagery archive files, scripts, log files, and any new web sites additions III. Availability A. To provide the web sites uptime, the MIS contractor shall provide: 1. Solutions to guarantee web sites availability 24 hours a day, 365 days a year (24x7) B. To allow data content providing, the MIS contractor shall provide: 1. Solutions that allow content providing by the government to the contractor furnished servers 24x7 C. To provide multimedia uptime, the MIS contractor shall provide: 1. Solutions to license streams, then receive, encode and broadcast NASA Television (NTV) streaming video or other multimedia, with contractor furnished equipment 2. Solutions to guarantee web sites multimedia uptime 24x7 IV. Technical Support (Tech Support) A. To deliver tech support services, the MIS contractor shall provide: 1. Solutions to guarantee tech support 24x7 2. Solutions for multiple mediums of tech support communications 3. Dedicated technical lead to handle: liaison communications, scheduling and planning,with government technical monitor; problem resolution; and special planning for peak events V. System Administration (Sys Admin) A. For the following key Sys Admin services, the MIS contractor shall provide solutions and backup mechanisms for: 1. A secure, dedicated staging server that shall act as the "development" or testing environment for review and approval of all new content provided by the government data content providers. a) It shall be the responsibility of the government to review and approve new content changes on the staging server. The government shall also be responsible for informing the MIS contractor when changes are ready to be loaded on the "production" servers for dissemination of the refreshed information to the public on the web sites' web pages b) The solution or methodology shall be provided by the MIS contractor for loading of the approved, new content on the MIS contractor furnished, "production" servers. 2. Solutions to securely store, maintain and propagate the one individual set of the content changes to all redundantly configured servers on the contractor s network, where they will be securely stored, maintained and ready for download by Internet customers 3. Solutions for supporting all popular World Wide Web publishing formats and their MIME types (i.e.: html, dhtml, gif, jpg, mpg,mov, pdf, JAVA, etc) and a schedule for adding support for additional formats and MIME types at the government s request 4. Solutions to guarantee configuration freezes coincide with planned and peak events 5. Solutions to optimize the Domain Name Server structure for each server, inform the government of recommended approaches, and reach a consensus on the structure prior to implementation 6. Solutions to immediately inform the government concerning outages or when equipment is brought back on line 7. Solutions for weekly reporting detailed usage statistical data including: a) Total user or HTTP connections or "hits" b) Unique visits by hosts c) Average duration of visits d) Most frequently accessed or most popular pages e) Connection refusals f) Bandwidth used by month and, for g) Peak events, by day and hour broken down separately for HTTP connections and multimedia streams h) Graphical representations of statistics VI. Company Logos The Government may be willing to accept tasteful (Government assessment)use of provider and partner logos to be reflected on entrance to the web sites similar to that used on other contracts. The Government shall award the contract with an initial decision on the use of contractor logos. The decision of the Government on use of logos will be reviewed periodically and the Government reserves the right to unilaterally revoke the use of logo permission. The logos shall not link to the contractor s web sites. No other contractor advertising will be allowed on the Government s web pages. The contractor shall present two costing options A. Proposal for which the Government does not allow contractor logos. B. Proposal for which the Government allows contractor s company logos with restrictions as noted above. ATTACHMENT A CONTINUATION OF STANDARD FORM 1449 (Block 20) BASE YEAR Item #1: Schedule of Supplies/Services -- Bandwith; Quantity -- 45 -- 300; Unit -- MBPS; Unit Price -- $_________; Amount -- $_________. Item #2: Schedule of Supplies/Services -- Disk Storage; Quantity -- 25 -- 100; Unit -- Gig; Unit Price -- $ _______; Amount -- $ ________. Item #3: Schedule of Supplies/Services -- Availability; Quantity -- 24x7; Unit -- Hours; Unit Price -- $ _______; Amount -- $ _________. Item #4: Schedule of Supplies/Services -- Technical Support; Quantity -- 24x7; Unit -- Hours; Unit Price -- $ _________; Amount -- $ ________. Item #5: Schedule of Supplies/Services -- System Administration (a) Internal Connections; Unit -- Hours; Unit Price -- $________; Amount -- $ ________. (b) Staging Servers; Unit -- Hours; Unit Price -- $ _________; Amount -- $ ________. (c) Production Servers; Unit -- Hours; Unit Price -- $ ________; Amount -- $ ________. (d) Backup Mechanisms; Unit -- Hours; Unit Price -- $ ________; Amount -- $ ________. (e) Content Testing Mechanism; Unit -- Hours; Unit Price -- $________; Amount -- $ _________. (f) Storage Space; Unit -- Hours; Unit Price -- $ _______; Amount -- $_________. (g) Propagation to Production Server; Unit -- Hours; Unit Price -- $________; Amount -- $ _________. (h) MIME-types Support; Unit -- Hours; Unit Price -- $ ________; Amount -- $ __________. (i) Configuration Freezes; Unit -- Hours; Unit Price -- $ _______; Amount -- $ __________. (j) DNS Optimization; Unit -- Hours; Unit Price -- $ _______; Amount -- $ ___________. (k) Outage Notification; Unit -- Hours; Unit Price -- $ _______; Amount -- $ ____________. (l) Statistical Data; Unit -- Hours; Unit Price -- $ _______; Amount -- $ ____________. OPTION 1 (Second Year Contract) Item #1: Schedule of Supplies/Services -- Bandwith; Quantity -- 45 -- 300; Unit -- MBPS; Unit Price -- $_________; Amount -- $_________. Item #2: Schedule of Supplies/Services -- Disk Storage; Quantity -- 25 -- 100; Unit -- Gig; Unit Price -- $ _______; Amount -- $ ________. Item #3: Schedule of Supplies/Services -- Availability; Quantity -- 24x7; Unit -- Hours; Unit Price -- $ _______; Amount -- $ _________. Item #4: Schedule of Supplies/Services -- Technical Support; Quantity -- 24x7; Unit -- Hours; Unit Price -- $ _________; Amount -- $ ________. Item #5: Schedule of Supplies/Services -- System Administration (a) Internal Connections; Unit -- Hours; Unit Price -- $________; Amount -- $ ________. (b) Staging Servers; Unit -- Hours; Unit Price -- $ _________; Amount -- $ ________. (c) Production Servers; Unit -- Hours; Unit Price -- $ ________; Amount -- $ ________. (d) Backup Mechanisms; Unit -- Hours; Unit Price -- $ ________; Amount -- $ ________. (e) Content Testing Mechanism; Unit -- Hours; Unit Price -- $________; Amount -- $ _________. (f) Storage Space; Unit -- Hours; Unit Price -- $ _______; Amount -- $_________. (g) Propagation to Production Server; Unit -- Hours; Unit Price -- $________; Amount -- $ _________. (h) MIME-types Support; Unit -- Hours; Unit Price -- $ ________; Amount -- $ __________. (i) Configuration Freezes; Unit -- Hours; Unit Price -- $ _______; Amount -- $ __________. (j) DNS Optimization; Unit -- Hours; Unit Price -- $ _______; Amount -- $ ___________. (k) Outage Notification; Unit -- Hours; Unit Price -- $ _______; Amount -- $ ____________. (l) Statistical Data; Unit -- Hours; Unit Price -- $ _______; Amount -- $ ____________. OPTION 2 (Third Year Contract) Item #1: Schedule of Supplies/Services -- Bandwith; Quantity -- 45 -- 300; Unit -- MBPS; Unit Price -- $_________; Amount -- $_________. Item #2: Schedule of Supplies/Services -- Disk Storage; Quantity -- 25 -- 100; Unit -- Gig; Unit Price -- $ _______; Amount -- $ ________. Item #3: Schedule of Supplies/Services -- Availability; Quantity -- 24x7; Unit -- Hours; Unit Price -- $ _______; Amount -- $ _________. Item #4: Schedule of Supplies/Services -- Technical Support; Quantity -- 24x7; Unit -- Hours; Unit Price -- $ _________; Amount -- $ ________. Item #5: Schedule of Supplies/Services -- System Administration (a) Internal Connections; Unit -- Hours; Unit Price -- $________; Amount -- $ ________. (b) Staging Servers; Unit -- Hours; Unit Price -- $ _________; Amount -- $ ________. (c) Production Servers; Unit -- Hours; Unit Price -- $ ________; Amount -- $ ________. (d) Backup Mechanisms; Unit -- Hours; Unit Price -- $ ________; Amount -- $ ________. (e) Content Testing Mechanism; Unit -- Hours; Unit Price -- $________; Amount -- $ _________. (f) Storage Space; Unit -- Hours; Unit Price -- $ _______; Amount -- $_________. (g) Propagation to Production Server; Unit -- Hours; Unit Price -- $________; Amount -- $ _________. (h) MIME-types Support; Unit -- Hours; Unit Price -- $ ________; Amount -- $ __________. (i) Configuration Freezes; Unit -- Hours; Unit Price -- $ _______; Amount -- $ __________. (j) DNS Optimization; Unit -- Hours; Unit Price -- $ _______; Amount -- $ ___________. (k) Outage Notification; Unit -- Hours; Unit Price -- $ _______; Amount -- $ ____________. (l) Statistical Data; Unit -- Hours; Unit Price -- $ _______; Amount -- $ ____________. OPTION 3 (Fourth Year Contract) Item #1: Schedule of Supplies/Services -- Bandwith; Quantity -- 45 -- 300; Unit -- MBPS; Unit Price -- $_________; Amount -- $_________. Item #2: Schedule of Supplies/Services -- Disk Storage; Quantity -- 25 -- 100; Unit -- Gig; Unit Price -- $ _______; Amount -- $ ________. Item #3: Schedule of Supplies/Services -- Availability; Quantity -- 24x7; Unit -- Hours; Unit Price -- $ _______; Amount -- $ _________. Item #4: Schedule of Supplies/Services -- Technical Support; Quantity -- 24x7; Unit -- Hours; Unit Price -- $ _________; Amount -- $ ________. Item #5: Schedule of Supplies/Services -- System Administration (a) Internal Connections; Unit -- Hours; Unit Price -- $________; Amount -- $ ________. (b) Staging Servers; Unit -- Hours; Unit Price -- $ _________; Amount -- $ ________. (c) Production Servers; Unit -- Hours; Unit Price -- $ ________; Amount -- $ ________. (d) Backup Mechanisms; Unit -- Hours; Unit Price -- $ ________; Amount -- $ ________. (e) Content Testing Mechanism; Unit -- Hours; Unit Price -- $________; Amount -- $ _________. (f) Storage Space; Unit -- Hours; Unit Price -- $ _______; Amount -- $_________. (g) Propagation to Production Server; Unit -- Hours; Unit Price -- $________; Amount -- $ _________. (h) MIME-types Support; Unit -- Hours; Unit Price -- $ ________; Amount -- $ __________. (i) Configuration Freezes; Unit -- Hours; Unit Price -- $ _______; Amount -- $ __________. (j) DNS Optimization; Unit -- Hours; Unit Price -- $ _______; Amount -- $ ___________. (k) Outage Notification; Unit -- Hours; Unit Price -- $ _______; Amount -- $ ____________. (l) Statistical Data; Unit -- Hours; Unit Price -- $ _______; Amount -- $ ____________. OPTION 4 (Fifth Year Contract) Item #1: Schedule of Supplies/Services -- Bandwith; Quantity -- 45 -- 300; Unit -- MBPS; Unit Price -- $_________; Amount -- $_________. Item #2: Schedule of Supplies/Services -- Disk Storage; Quantity -- 25 -- 100; Unit -- Gig; Unit Price -- $ _______; Amount -- $ ________. Item #3: Schedule of Supplies/Services -- Availability; Quantity -- 24x7; Unit -- Hours; Unit Price -- $ _______; Amount -- $ _________. Item #4: Schedule of Supplies/Services -- Technical Support; Quantity -- 24x7; Unit -- Hours; Unit Price -- $ _________; Amount -- $ ________. Item #5: Schedule of Supplies/Services -- System Administration (a) Internal Connections; Unit -- Hours; Unit Price -- $________; Amount -- $ ________. (b) Staging Servers; Unit -- Hours; Unit Price -- $ _________; Amount -- $ ________. (c) Production Servers; Unit -- Hours; Unit Price -- $ ________; Amount -- $ ________. (d) Backup Mechanisms; Unit -- Hours; Unit Price -- $ ________; Amount -- $ ________. (e) Content Testing Mechanism; Unit -- Hours; Unit Price -- $________; Amount -- $ _________. (f) Storage Space; Unit -- Hours; Unit Price -- $ _______; Amount -- $_________. (g) Propagation to Production Server; Unit -- Hours; Unit Price -- $________; Amount -- $ _________. (h) MIME-types Support; Unit -- Hours; Unit Price -- $ ________; Amount -- $ __________. (i) Configuration Freezes; Unit -- Hours; Unit Price -- $ _______; Amount -- $ __________. (j) DNS Optimization; Unit -- Hours; Unit Price -- $ _______; Amount -- $ ___________. (k) Outage Notification; Unit -- Hours; Unit Price -- $ _______; Amount -- $ ____________. (l) Statistical Data; Unit -- Hours; Unit Price -- $ _______; Amount—$ ____________. Posted 11/23/98 (D-SN274209). (0327)

Loren Data Corp. http://www.ld.com (SYN# 0021 19981125\D-0002.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page