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