SOURCES SOUGHT
D -- Information Technology Services, Including Telecommunications Services
- Notice Date
- 11/26/2002
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
- ZIP Code
- 20332-0305
- Solicitation Number
- Reference-Number-F80228-xxxx-0100
- Archive Date
- 1/10/2003
- Point of Contact
- Sharon Novak, Contract Specialist, Phone 202-767-7987, Fax 202-767-7812, - Ramona Hanson, Contracting Officer, Phone 202-767-8095, Fax 202-767-7812,
- E-Mail Address
-
sharon.novak@bolling.af.mil, lynne.hanson@bolling.af.mil
- Description
- The 11th CONS/LGCN, Bolling AFB, DC, is seeking qualified sources capable of providing the following services for the purpose of developing a source-list for a potential non-commercial procurement entitled "Subscription of Worldwide FSC FAMNET-AFcrossroads Telecommunication Network and Data Management Services", in support of HQ USAF/DPPFF, Pentagon. Air Force Family Support Centers (FSCs), Major Command MAJCOM) program managers, HQ Air Force staff and military and their members require a worldwide data entry and retrieval service to support current programs and services for 975 accounts at 135 locations. The service shall be responsive to special requirements on a short-notice basis during contingencies. The service shall provide: A secured, dedicated communication system that will interface with current FSC computer/LAN/modem equipment and operate from CONUS and OCONUS locations; Continuous operations, except for system maintenance during set hours; Support for at least 500 simultaneous users that provides access to authorized users on the first attempt 90% of the time; Shall provide uninterrupted linkage when crises or contingencies restrict DDN availability; Must provide research and current information on family and community related issues; Customized stand-alone and LAN configurable software applications designed to support FSC programs. These applications must function without a dependency on the Internet. The secured network/service must also provide specialized email capabilities which allows all military members, Department of Defense (DoD) civilians, family members, retired service members, Air National Guard, Reserves and Coast Guard members access to a dedicated mail server from anywhere in the world; General support services to include unlimited design, formatting, updating, and indexing of databases as determined by the Quality Assurance Personnel (QAP); A secured facility (to prevent system tampering) with controlled entry procedures and external generator capability in case of prolonged power outage. 24-hour access to the network (except during system maintenance); 24 hour system support using automated notification procedures in case of system emergencies. A complete, separate backup system for the primary system; Unlimited online system operator assistance; Unlimited technical support for network and computer applications via telephone; The capability to operate temporarily from remote locations via satellite uplinks/downlinks where deployed personnel are assigned; The contractor shall prepare a training syllabus (learning objectives to be approved by the QAP within 30 days after the award of the contract) and be ready to deliver training classes within 45 days following the award of the contract at a facility capable of training a minimum of 18 students per class; The contractor must have a minimum of ten (10) years experience with Air Force FSC issues, programs, policies, and procedures as well as telecommunications expertise in both domestic and foreign communications system interfaces worldwide; Primary functions of the graphical user interface system must provide: (1) Electronic mail with a minimum of 100 mail slots per user, (2) At least 200 separate Conference forums, each capable of posting at least 500 messages with or without attached files, (3) 200 teleconferencing channels capable of supporting 100 simultaneous users in "real-time", (4) On-line survey design, development, delivery and analysis, (5) File libraries containing family and community, (6) Full system capability within 30 days following award, to include accessibility 24 hours per day, 365 days per year with no more than 8 hours of downtime per month for system maintenance, (7) The contractor shall travel at the discretion of AF/DPDFF on a cost-reimbursable basis only that does not exceed expenses established by the Joint Travel Regulation, (8) The contractor will provide on-site program manager to coordinate issues associated with this contract. NOTE: Use of the following software is anticipated: FAMNET - Telecommunications Network; FAMINFO - Information & Referral Application; FAMSTATS - Relocation and Transition Assistance Reporting Application; FAMWORKS - Career Focus Program Software and Job Bank; CBD Awards - Daily contract award notification module; UCA - Unit Climate Assessment Module; EEONet - Equal Employment Opportunity case Management Application; FIS - Financial Intake System; EONET/Mil - Military Equal Opportunity Software for Active Duty; EONET/Res - Military Equal Opportunity Software for the Reserves; FAMSYS - Computer Inventory Software; FAMFILE - File Management Software; FAMEDIT - File editing software; FAMCAL - Calendar module; FAMCHATS - Chat room modules; FAMFORUMS - Forum Modules; FAMEDMAPS - specialized graphical interface for military impacted school districts; FAMFOCUS - Consensus building software; FAMCAST - Streaming video application; FAMSURVEY - on-line surveying application; FAMMART - on-line Flea Market module; FAMCOOK - on-line Receipt Module; ASSESSOR - Pre and Post Telecommunications Evaluation Application; FAMLINKS - on-line link editor; FAMSITES - database sorting application; FAMSCRIPTS - various conversion scripts for databases; FAMMAIL - secured email application; FAMQUAL - Quality of Life survey application; FAMDEBT - Financial Debt Analyzer software module; FAMFIND - Search and retrieval software; FAMADD - Address book application with label print capabilities; FAMREADY - Readiness Report Tracking software; FAMRESPONSE - Crisis and Contingency Operations Management software. Request that contractors interested and capable of performing these functions submit evidence of such and include the following information: name and address of company, company point of contact, telephone number, fax number and email addresses, and identify if business is large, small, disadvantage, HUBZone, woman-owned or 8(a). Capability statements must be clear and concise and submitted to the points of contact listed no later than 26 Dec 02. Please limit capability statements to 10 pages and include, at a minimum: 1) Contract references in the past five years relevant to the requirement - including contract number, agency supported, whether or not you were a prime or subcontractor, period of performance, final contract value and brief description of the effort. 2) Company information: annual sales history, locations services performed, DUNS number, CAGE Code and Tax ID Number. For purposes of the Request for Information (RFI), the NAICS code is 541519, size standard $21,000,000.00. Contractors must be registered in the Central Contractor Registration (CCR) to do business with the Government. Registration in CCR can be done at www.ccr.gov. Facsimile submissions are acceptable (202-767-7814) as well as by electronic mail.
- Place of Performance
- Address: Washington D.C. Metropolitan Area
- Record
- SN00211586-W 20021128/021126213403 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |