Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
SOLICITATION NOTICE

D -- Telecommunication and Network Support

Notice Date
7/23/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRS57-04-R-20025
 
Response Due
7/30/2004
 
Archive Date
10/30/2004
 
Point of Contact
Point of Contact - Joseph T. Kelly, Contract Specialist, 617-494-3421
 
E-Mail Address
Email your questions to Contract Specialist
(kellyj@volpe.dot.gov)
 
Description
NA This is a combined synopsis/solicitation 100% set-aside for competitive award among certified 8(a) firms for commercial services in accordance with Federal Acquisition Regulation (FAR) Parts 12.6, 15, and 19 as supplemented with additional information included in this notice. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 01-24. This announcement constitutes the only solicitation, proposals (RFP # DTRS57-04-R-20025) are being requested. The Volpe National Transportation Systems Center (Volpe Center) requires Information Technology and Telecommunications support services at the Volpe Center. The contract price will include the management plan, and staffing requirements necessary to provide for the Volpe Center?s needs in LAN /WAN design, installation, integration, and support; system administration; and Information System Security. The contract contemplated will be Firm Fixed price. The period of performance is anticipated to be three (3) months (August 2, 2004 to October 31, 2004) with three (3) additional three month option periods (Option 1, November 1, 2004 to January 31, 2005, Option 2, February 1, 2005 to April 30, 2005, and Option 3, May 1, 2005 to July 31, 2005). There are five contract line items, each are separately priced for a three month period of performance with identical three (3) month options. The first two line items (0001 and 0002) with options are guaranteed to be awarded. Line items (0003, 0004 and 0005 with options) will only be awarded if funds are available. The contractor will be giv en fifteen days notice that the Government intends to exercise an option. The contract line items by name are: 0001 TIMS Network Support; 0002 TIMS System Administration Support; 0003 ETMS Support; 0004 Aviation Safety Division Administration Support,; and 0005 Volpe Center Technology Integration Support. Period of performance begins on site, August 2, 2004 at the Volpe Center. The applicable NAICS Code is 541519. The Size Standard is $21 Million. Statement of work is as follows as described in the following tasks/line items. Line item 001, Federal Aviation Administration (FAA) Telecommunications Information Management Systems (TIMS) Network Services. The purpose of this task is to ensure the TIMS LAN at the Volpe Center is running as a Fast Ethernet network as defined by the Institute o f Electrical and Electronic Engineers (IEEE), is protected against unauthorized access as defined by the Federal Aviation Administration Order 1370.82, and that all network components have the latest operating system patches and firmware upgrades installed. The TIMS LAN at the Volpe Center consists of Cisco routers and switches, 10BaseT hubs, fiber to Ethernet converters, Intelligent Uninterruptible Power Supply (UPS), WeatherDuck climate monitor, and unshielded twisted pair and fiber cable. Also this task requires the Contractor to provide immediate access to qualified, knowledgeable IT support personnel during normal business hours to help resolve all network connectivity, database access, or any other issue that inhibits the use of TIMS. For this task network connectivity is defined as any connection method used by a TIMS user to connect to the FAA?s Agency Data Telecommunications Network 2000 (ADTN2000) in order to access the TIMS database. The required services for this task are to perform system verification daily to ensure the TIMS LAN is operating as designed and is available for use, update and patch all LAN components, helpdesk support services for TIMS WAN, and system security for all LAN components. These services require the follow performance standards: the TIMS LAN is functioning as Fast Ethernet and is available for use at least 95% of the time between 8AM and 4:30 PM EST Monday thru Friday, critical operating system upgrades and patches for all network components are installed within 1 working day of their release, TIMS trouble tickets and Volpe-initia ted email or telephone requests assigned to the Contractor are to be diagnosed and a course of action recommended within 4 hours of receipt, and network components are to adhere to the FAA?s Order 1370.82. These performance standards will be monitored by the following methods weekly reports and compliance checks by the COTR or his/her designee. The Contractor is required to submit a TIMS weekly report. The content and format of this report may be modified at the direction of the CO and/or the COTR. Line item 002, TIMS System Administration. The purpose of this task is to ensure the five TIMS Windows 2003 Terminal Services, ten Sun Solaris, and one Citrix servers are functioning at maximum availability and performance for all TIMS users. The servers are to be secured as defined by the Federal Aviation Administration Order 1370.82. Also this task requires the Contractor to provide immediate access to qualified, knowledgeable system administration support personnel during normal business hours to help resolve all server related connectivity, database access, or any other issue that inhibits the use of TIMS. The Contractor shall maintain documented standard operating procedures for the installation, configuration, and operation of the operating system and application software installed on each server. The required services for this task are to perform server verification daily to ensure the TIMS servers are operating as designed and are available for use, update and patch the TIMS servers, and provide information system security. These services require the follow perf ormance standards: the TIMS servers are available for user access 95% of the time between 8AM and 4:30 PM EST Monday thru Friday, critical operating system upgrades and patches are installed within 2 working days of their release, Adherence to the FAA?s Order 1370.82 pertaining to information system security, and TIMS trouble tickets and Volpe-initiated e-mail or telephone requests assigned to the Contractor are to be diagnosed and a course of action recommended within 4 hours of receipt. These performance standards will be monitored by weekly reports, trouble ticket reporting, and compliance checks by the COTR or his/her designee. The Contractor is required to submit a TIMS weekly report. The content and format of this report may be modified at the direction of the CO and/or the COTR. Line item 003, Enhanced Traffic Management System (ETMS) Network Services. This task requires the Contractor to work as part of a team supporting the ongoing technical refresh deployment activities, which includes design, integration, installation, and support of replacement Cisco routers at the ETMS field sites. The technical refresh deployment is an ongoing activity with a maximum of three ETMS field sites scheduled per week for router upgrades. A router upgrade entails an IOS upgrade to two Cisco routers, site specific configuration changes to support the ETMS infrastructure, and testing of the functionality. The Contractor shall provide personnel on site with advanced knowledge and practical experience with configuring Cisco routers for off hour support pertaining to the technical refresh deployment. Additionally this task includes preventive and corrective maintenance to be performed as directed on the ETMS local and wide area network infrastructure components. The required services for this task are to support the ETMS Tech Refresh implementation, helpdesk support for the ETMS WAN, install, test, and recommend an upgrade to the current Cisco router IOS, and update the ETMS router maintenance and troubleshooting standard operating procedures (SOP) document. These services require the follow performance standards: onsite support for the technical refresh deployment activity during off hours, trouble tickets and Volpe-initiated email or telephone requests assigned to the Contractor are to be diagnosed and a course of action recommended within 4 hours of receipt, a recommendation for a stable and fully functional Cisco router IOS upgrade, and an updated SOP document for router maintenance and troubleshooting. These performance standards will be monitored by monthly reports and ETMS user feedback. The Contractor is required to submit an ETMS monthly report. The content and format of this report may be modified at the direction of the CO and/or the COTR. Line item 004, Aviation Safety Division System Administration. This task includes operation and administration of a Windows 2003 server required by the Volpe Center?s Aviation Safety Division. The Contractor shall install, test, configure, and maintain the Windows 2003 server in a local area network environment and provide user access support as required. The Contractor shall follow the FAA?s O rder 1370.82 in securing this system. The required services for this task are to provide System Administration duties for a Windows 2003 server and support user access issues. These services require the follow performance standards: System is to be up and available 95% of the time from 8AM to 4:30 PM EST Monday thru Friday. Response to server or user access issues during normal working hours is to within 2 hours of notification. These performance standards will be monitored by monthly reports and Aviation Safety Division user feedback. The Contractor is required to submit an Aviation Safety Division monthly report. The content and format of this report may be modified at the direction of the CO and/or the COTR. Line item 005, Technology Integration Planning and Support. This task r equires the Contractor to provide advanced network and system design, planning, and implementation services to the Volpe Center Information Systems Operations Center with regards to technology integration. Integration tasks include the following; review the existing Volpe Center network infrastructure drawing, which will be delivered by the Government upon award of this task in the form of a Microsoft Visio drawing, and provide subject matter expertise as to the merits of the network design. Subject matter expertise is required in the areas of Cisco routers and switches, 10/100BaseT hubs, firewall solutions, Intrusion Detection Systems (IDS), Ethernet and fiber based technologies to provide recommendations and/or validation of the proposed equipment. As the Volpe Center network infrastr ucture is upgraded and redesigned the Government shall inform the Contractor of any changes. Prior to the end of the period of performance the Contractor shall provide an updated Visio drawing incorporating the changes, if any, made to the Volpe Center network infrastructure during this time; review both the Microsoft Terminal Services and Patch Management System Design and Specifications Plans, which will be delivered by the Government upon award of this task in the form of a Microsoft Word documents, and provide subject matter expertise pertaining to the viability of both plans success within the Volpe Center infrastructure. In support of this task, the Contractor shall administer and maintain a test lab with Government Furnished Equipment. The lab must simulate the current Volpe Cent er infrastructure, but remain separate from, while providing a test environment for new applications, software, and hardware pertaining to both Terminal Services and Patch Management; and review the Government provided requirements and current firewall system Design and Specifications Plan and recommend a viable, cost effective firewall solution for the Volpe Center Infrastructure. Once the Government has selected a firewall solution, the Contractor shall provide subject matter expertise to assist with the implementation and configuration of the firewall system upgrade. The required services for these task are to submit a network architecture Visio drawing, administer and maintain a test lab, propose a firewall upgrade solution, support the firewall solution installation, and participat ion in formal or informal weekly meetings with the COTR or his/her designee. These services require the follow performance standards: the network architecture drawing is to be developed professionally and at the highest quality standard, changes, patches, and upgrades to the test lab are to be implemented within 2 days of notification, the firewall proposal is to adhere to applicable DOT policies and procedures, configuration changes to the firewall not requiring a reboot are implemented within 4 hours of notification, and configuration changes requiring a reboot are performed before or after normal working hours within 2 days of notification, and 100% participation in the weekly meetings. These performance standards will be monitored by monthly reports and compliance checks by COTR. Th e Contractor is required to submit a Technology Integration Planning and Support monthly report and a network architecture drawing at the end of the period of performance. The content and format of these reports may be modified at the direction of the CO and/or the COTR. FAR Clause 52.212-1, Instructions to Offerors-Commercial (JAN 2004) is incorporated by reference as is FAR Clause 52-212-2, Evaluation ? Commercial Items (JAN 1999) proposal evaluation criteria ? resumes for all proposed staff demonstrating experience for all staff members. Please provide a proposal with Firm Fixed-Price for the work as described to the U.S. Department of Transportation, Volpe Center, 55 Broadway, Building 4, Room 243, Cambridge, MA 02142, Attn: Joseph T. Kelly, DTS-852 no later than 4:30PM EST on July 30, 2004. Award will be made based upon the best value to the Government. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2004) submitted with their offer. FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial Items, is hereby incorporated by reference (OCT 2003). FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2004), is hereby incorporated by reference, additional clauses cited in 52.212-5 that apply to this acquisition are: 1, 15, 16, 17, 18, 19, 20, 21, 30, and 34. Addendum to (e) (2) FAR clauses, 52.219-6 Notice of Total Small Business Set-Aside (JAN 2003), 52-219-14 Limitations on Subcontracting (DEC 1996) , 52.219-17 Section 8(a) Award (DEC 1996), 52.219-19 Small Business Concern Representation for the Small Business Competitiveness Demonstration Program (OCT 2000) are incorporated by reference. The acquisition will be conducted using competitive 8A procedures. This notice is a request for competitive proposals. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800)532-1169. Internet address: http://osdbuweb.dot.gov . For information concerning the acquisition, contact the contracting official above.
 
Web Link
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
 
Record
SN00629409-W 20040725/040723212020 (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.