Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 19, 2001 PSA #3001
SOLICITATIONS

D -- CONSOLIDATED FRONT RANGE SERVER OPERATION AND MAINTENANCE

Notice Date
December 17, 2001
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 365), Specialized Flight-IT, O&M, Tech Serv, IT Resources 135 E ENT Ave STE 101, Peterson AFB, CO, 80914-1385
ZIP Code
80914-1385
Solicitation Number
Reference-Number-Front-Range-Consolidation
Response Due
January 18, 2002
Point of Contact
Barbara Bumby, Contracting Officer, Phone 719-556-4208, Fax 719-556-9361, Email barbara.bumby@peterson.af.mil -- Yvonne Cook, Contract Specialist, Phone 719-556-4116, Fax 719-556-9361, Email yvonne.cook@peterson.af.mil
Description
The purpose of this synopsis is to advise industry of a requirement at Air Force Space Command, Peterson Air Force Base (AFB), CO. The 21st Contracting Squadron at Peterson AFB, CO seeks potential small business sources to perform a variety of non-personal services in support of a server consolidation effort at Headquarters Air Force Space Command, Communications Directorate, Peterson AFB, CO. This competition will be limited to small businesses holding GSA Federal Supply Schedule 70. The focus of this acquisition is to select a contractor to operate and maintain consolidated server functions that will support Air Force users on the Colorado Front Range to include users at Peterson Air Force Base, Schriever Air Force Base, Cheyenne Mountain Air Station, and Buckley Air Force Base. This will include Air Force tenants such as the 302 Air Wing (Reserve wing), AFOTEC, CISF, US SPACE Command, NORAD, and the Space Warfare Center. It is anticipated that up to 15,000 users will be supported by the consolidated server farm. Specific functions to be provided will include:=20 1) Operation and Maintenance of Defense Messaging Service, Microsoft Exchange, and remote access e-mails servers (including Blackberry, Outlook Web Access, and Remote Access Systems) in a clustered/mirrored server environment with Storage Area Networking; 2) Web services; 3) Operation and Maintenance of file/print services; 4) Operation and Maintenance of application servers such as Automated Business Services System (ABSS), medical systems, Defense Enrollment Eligibility Reporting System (DEERS)/Rapids, etc.; 5) Network Infrastructure operation and maintenance to include keyboard video mouse, Cisco routers, Windows 2000 active directory and domain controllers; 6) Information assurance to include network security and event management and correlation; 7) Physical security and personnel security; 8) Level 2 Helpdesk services using ARS Remedy software; 9) Configuration control of the above systems; 10) Contingency operations implementation to include back-up power and mirrored site operations;=20 11) Operation and Maintenance of storage devices, both hardware and software, including, but not limited to, Storage Area Network (SAN), Network Attached Storage (NAS), and Direct Attached Storage (DAS); All the services will be provided from a consolidated server farm located on Peterson Air Force Base and a mirrored regional site. These services will include handling of both classified and unclassified data. Some services will be performed away from Peterson AFB, CO. The contractor shall also be required to interface with other contractors or government agencies in support of issues dealing with systems in areas where the contractor is the functional manager. The estimated contract start date is 1 September 2002, preceded by a minimum of a 30-day phase in period. The Performance Period is expected to be a four-year ordering period. The North American Industrial Classification System (NAICS) code for this acquisition is 513310. The business size is 1500 employees. The government anticipates the award of a Blanket Purchase Agreement (BPA) against a contractors existing GSA Federal Supply Schedule in accordance with FAR 8.404. BPA calls will be issued against the BPA for the above functions. If the respondees plan to enlist the resources of additional contractor(s), a teaming arrangement must be developed in accordance with FAR 9.6. Teaming partner(s) must also have a GSA Federal Supply Schedule. Small businesses must perform at least 51% of the work. Respondents must provide the following information: 1) Business status (including any teaming partners), i.e woman-owned minority owned, Native American (tribally owned or Alaskan native), Services Disabled-Veteran owned, Hubzone, 8(a), or Large or Small Business;=20 2) Point of contact with the appropriate voice and FAX numbers as well as the mailing and e-mail addresses;=20 3) GSA Federal Supply Schedule Number, expiration date, and a link to where the complete schedule can be located (or a copy of the schedule; 4) Labor categories from GSA schedule(s) that would be used to meet the requirements of this acquisition (including teaming partners) and any proposed discounts to the labor rates in the schedule for those categories; 5) Pre-Printed Marketing information (not to exceed 15 single-sided pages); 6) Experience of prime, teaming partners, and key personnel (not to exceed 15 single-sided 8 1/2 -inch x 11-inch pages): a) Magnitude. Provide summary of relevant experience with a contract of this magnitude as a Contractor performing at least 51% of the work. This effort is roughly estimated to be $3 million per year.=20 b) Complexity and Criticality. Describe relevant experience with contracts of this complexity and criticality (i.e., number of users, equipment configuration, up to top secret environment) c) Software/Equipment Experience. Describe relevant experience with the each of the eleven specific functions listed above.=20 The above information will be used to determine each respondees capability (pass/fail). For those respondees who are determined capable, their experience will be rated as Very Relevant (experience in most of the areas listed), Relevant (experience in more than half the areas listed), Somewhat Relevant (experience in less than half the areas listed) or Not Relevant (experience in fewer than three areas listed). The government will then select at least 3 contractors to receive a Request for Proposal (RFP). The selection will be based on a combination of relevancy of experience and rates. Relevancy of experience is more important than rates. Responses shall be received no later than 4:00 p.m. Mountain Standard Time on 18 Jan 01. Response shall be sent to: Ms. Yvonne Cook, 21 CONS/LGCZA, 135 E. Ent Ave, Ste 101, Peterson AFB, CO, 80914-1385
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFSC/21CONSb365/Reference-Number-Front- Range-Consolidation/listing.html)
Record
Loren Data Corp. 20011219/DSOL010.HTM (D-351 SN5153J7)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on December 17, 2001 by Loren Data Corp. -- info@ld.com