Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2003 FBO #0683
MODIFICATION

D -- Secure E-Meeting Service

Notice Date
10/9/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, UNB 4th Floor 200 Third Street, Parkersburg, WV, 26101-5312
 
ZIP Code
26101-5312
 
Solicitation Number
BPD-04-CI-0002
 
Response Due
10/24/2003
 
Archive Date
10/9/2004
 
Point of Contact
Sandy George, Contract Specialist, Phone (304) 480-7134, Fax (304) 480-7203, - Tammie Johnson, Contracting Officer, Phone (304) 480-7139, Fax (304) 480-7203,
 
E-Mail Address
procurement@bpd.treas.gov, procurement@bpd.treas.gov
 
Description
Subject to final approval, the Bureau of the Public Debt intends to acquire, on a sole source basis, E-meeting service and related technology and accessories from VIACK Corporation, 7850 South Hardy Drive, Suite 105, Tempe, AZ 85284. The E-meeting system and services will be for use by world-wide customer agencies of FedSource-Los Angeles of Los Angeles, CA. The system and services shall include the following: enables dynamic and secure electronic meetings to take place over the internet; combines live and real time audio, video and information sharing at a desktop computer; allows dispersed and remote locations and personnel to review and revise documents and interact with each other on a real time basis with fully integrated audio, video, joint document editing and data transfer and storage capabilities; fully secure and encrypted capability that enables totally private online communication, data transmission and storage from the desktop with respect to all features and uses of the system; other features, including instant messaging, shared presentations, workspaces/files that can be securely shared and stored, visual expression and sharing of spreadsheets, images, and web pages with the ability to brainstorm, draw, mark-up and save graphical information; and training and support services. Pricing will be obtained for Monday through Friday coverage and 24/7 coverage. In addition, the Contractor may be required to provide custom or specialized configurations and/or installations of such services and technology based upon the special or unique needs of customer agencies. Such specialized and unique requirements shall include, but shall not be limited to, the following: (1) both a totally managed, completely AES secure desktop-to-desktop, fully-functioned e-meeting service that resides within the customer agency?s architecture (inside the agency?s firewall for security purposes), and a totally managed external solution as stated for internal; (2) a custom designed multi-stage hardware configuration, which is purchased and owned by the Contractor, that will deliver a Government-requested minimum of ?three 9?s? level of availability (system down no more than 1 hour each 1000 hours), including switches, routers, multiple server types, data storage devices and remote and off-site management capability; (3) management software that will allow for the dynamic allocation of hardware resources and provide great scalability and efficient use of all elements of the configuration; (4) adaptable and efficient use of the existing agency broadband capability; (5) interaction with existing basic biometric and/or ?smart card? technology at VIA3 login upon Contractor/Government definition and mutual agreement of functional requirements; (6) Contractor-provided management capabilities to remotely manage and operate the VIA3 service, including on-site personnel, if required, to facilitate those functions where physical presence is required; (7) electronic online e-learning educational courses and ?getting started? guides, regular Level III client service and support service, and future software releases of VIS3 which shall be provided at no additional charge; (8) additional increases to the hardware configuration as the VIA3 user population incrementally grows; (9) facilitation of a multi-account structure within the Government/agency, and the implementation of all appropriate Government administrative management tools to initialize, audit, add, remove and move users within account groups; (10) software modifications which are designed specifically for Government use; (11) custom designed training/educational courses or programs; and (12) Government-directed de-installation and re-installation requirements necessitated by a Government change in the physical location of Contractor-managed hardware and any communication line services and related costs, including tariff and connection charges and any future modifications to same. The E-meeting system and accessories must be in compliance with Federal Regulation 508. The resulting contract will be an indefinite-delivery indefinite-quantity (IDIQ) contract with fixed price task orders. It will have a base period with four one-year option periods and its maximum value will not exceed $50 million dollars. Firms must submit a description of their proposal in sufficient technical detail to substantiate the ability of an alternative service to meet all of these requirements. Submissions should be sent to Sandy J. George, Contract Specialist, at the contracting office address listed above. If no affirmative written response is received within 15 days after publication of this notice to the effect that a comparable service is available, and that it is more advantageous to the Government than obtaining a service through the proposed contractor, a sole-source award will be negotiated. No solicitation document is available. Requests for a solicitation document will not be considered an affirmative response.
 
Record
SN00450649-W 20031011/031009213335 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.