Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2004 FBO #0975
SOLICITATION NOTICE

70 -- Local Area Network/Wide Area Network (LAN/WAN)

Notice Date
7/26/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-04-R-0063
 
Response Due
8/19/2004
 
Archive Date
10/18/2004
 
Point of Contact
Dora L. Gainey, 703-695-6144
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(Dora.Gainey@hqda.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
LAN SYNOPSIS The Defense Contracting Command-Washington, on behalf of the Department of the Army Inspector General Agency (SAIG), Pentagon, intends to negotiate 100% Small Business Set-Aside contract to give technical support for the Inspector General Network (IGNET) t o provide Local Area Network/Wide Area Network (LAN/WAN) and helpdesk technical support services. The contractor shall provide qualified personnel and test/diagnostic equipment to perform SAIG IGNET support services to include help desk, user support, trou ble resolution, remedial maintenance, diagnostic testing, and component replacement to restore or maintain IGNET operations in support of all SAIG local components and field sites. Hardware and software remedial maintenance shall be provided in support of all Agency computer equipment located in the Pentagon, in Presidential Towers (2511 Jefferson Davis Highway, Arlington, VA) and in the SAIG Training Division (Humphrey??????s Hall) located at Fort Belvoir, VA. The primary Information Resource Management Di vision work center is located at the Presidential Towers site. For purposes of this RFP, reference to any of these three locations is mutually inclusive. Contractor may also be required to travel to worldwide Inspector General field sites on occasion to pe rform maintenance, assist with IGNET modernization, or assist in automated data recovery in support of investigations. For purposes of this RFP, the contractor may be required to visit Inspector General field sites that are listed in the Worldwide Inspect or General Directory or as added due to mission requirements, e.g., temporary deployed sites or satellite offices of primary sites. The length of the contract is one base year with four option years. All prospective offerors interested in submitting propo sals must have a commercial and government entity code (CAGE CODE) and be registered in the Central Contractors Registration (CCR) at www.ccr2000.com or via phone at CCR (888) 352-9333. The Request For proposal (RFP) Solicitation will be available August 4, 2004 for downloading from the DCC-W website; http//dccw.hqda.pentagon.mil. On the RFP Main Listing Page, select RFP number W74V8H-04-R-0063, Program Management and Technical Support Services. Download or review the solicitation as appropriate. The proposal submission date will be August 19, 2004 10:00 AM eastern standard time. Defense Contracting Command ??????Washington, point of Contact: Dora L. Gainey, Contract Specialist, (703) 695-6144. E-mail: dora.gainey@hqda.army.mil. Requests will be in writing; no telephone calls will be accepted. STATEMENT OF WORK Statement of Work (SOW) ? Department of the Army Inspector General (SAIG), Inspector General Network (IGNET) Support Services SECTION I ? GENERAL 1a. The Department of the Army Inspector General Agency (SAIG), Pentagon, requires an Information Systems Engineering (ICE) contractor to provide Local Area Network/Wide Area Network (LAN/WAN) and helpdesk technical support services. The contractor shall p rovide qualified personnel and test/diagnostic equipment to perform SAIG IGNET support services to include help desk, user support, trouble resolution, remedial maintenance, diagnostic testing, and component replacement to restore or maintain IGNET operati ons in support of all SAIG local components and field sites. 1b. Hardware and software remedial maintenance shall be provided in support of all agency computer equipment located in the Pentagon, in Presidential Towers (2511 Jefferson Davis Highway, Arlington, VA) and in the SAIG Training Division (Humphreys Hall) lo cated at Fort Belvoir, VA. The primary Information Resource Management Division work center is located at the Presidential Towers site. For purposes of this SOW, reference to any of these three locations is mutually inclusive. Contractor may also be requir ed to travel to worldwide Inspector General field sites on occasion to perform maintenance, assist with IG NET modernization, or assist in automated data recovery in support of investigations. For purposes of this SOW, the contractor may be required to visit Inspector General field sites that are listed in the Worldwide Inspector General Directory or as added due to mission requirements, e.g., temporary deployed sites or satellite offices of primary sites. l.c. Period of Performance: Base Year ? 1 October 2004 ?30 September 2005 Option Year 1 ? 1 October 2005 ? 30 September 2006 Option Year 2 ? I October 2006 ? 30 September 2007 Option Year 3 ? 1 October 2007 ? 30 September 2008 Option Year 4 ? I October 2008 ? 30 September 2009 SECTION 2 ? TASK STATEMENT 2.a. The contractor shall provide network planning and design; network cabling; equipment installation and integration; equipment unpacking, inspection, and burn?in; equipment placement and installation; software installation, workstation/LAN set?up, testi ng; network administration and control functions for fault, configuration, performance, and security management; and acquisition support. The contractor shall develop, maintain and provide complete network documentation and supporting technical manuals (i. e., diagrams and schematics showing the logical and physical network configurations, equipment specifications, location of equipment by room number, and other pertinent details). This documentation shall include all required system documentation to mainta in IGNET system accreditation. 2.b. The contractor shall provide staggered technical support to sustain LAN operations Monday through Friday from 0530 to 1700, and some limited time on weekends. Help Desk specific operations will be during the principal period of operations (PPO) (Monda y through Friday, 0730 to 1700, Eastern Standard/Daylight Savings Time (as appropriate), except Federal holidays). Help desk support will include on call support from 1700-2000, Monday through Friday. The individual workday will be eight hours with one ha lf hour lunch for the Help desk personnel, and at least the same time period, working a flexible schedule for required after hours and weekend work for the Senior System/Network Architect/Engineer. The Chief, Information Resource Management Division, SAIG -IR, may, by exception, approve changes in start or finishing times dependent on mission needs. The Chief, Information Resource Management Division, SAIG-IR, may also approve and direct overtime hours of work as required. These services shall include res olution of technical problems, configuration control, and software upgrades. 2.c. The contractor shall provide remedial maintenance, troubleshooting, diagnostic testing, and component repair/replacement to restore or maintain LAN operations. Should the contractor determine the need for specific hardware/software to perform this tas k, justification and approval must be submitted and written approval of the SAIG COR must be obtained in advance of the purchase. All approved acquisitions will be made through the government acquisition system, independent of this contract. 2.c.l. The contractor shall provide trained and experienced on?site Service Technicians. Service Technicians shall possess a working knowledge of the IGNET commercial off the shelf (COTS) operating systems and COTS functional applications software (see 6. a.3) and gain a working knowledge of the IGNET Government Developed Applications (Inspector General Action Request System (IGARS), Inspector General Personnel System (IGPERS), Investigations Database (INVEST-DB) and Post Board Screening (PBS) applications. Service Technicians shall perform standard troubleshooting using software and hardware test equipment to diagnose and isolate specific causes of a problem. ASFI Homepage???????? |????????ASFI FAQ Page???????? |????????Forgot your user ID/password?FedBizOpps Posting Guide (.doc)????????|???????? Email the ASFI Team2.c.2. Service technicians shall perform maintenance and repair as necessary to restore equipment to normal operations. When equipment in question is under warranty, the service technicians will coordinate repairs under warranty in accordance with the provisions of the governing warranty. When the service technician dete rmines that equipment is uneconomical to repair, or is technologically obsolete, repair shall not be completed without approval of the SAIG COR. Monitors, hard drives, keyboards, motherboards, and modems are considered components of microcomputers and may be replaced as parts by the contractor with verbal approval of the SAIG-IR COR. The SAIG-IR COR shall be verbally informed of the status of all open/on?going repair activities prior to the end of the working day. When hard disk replacement is required, the service technician shall first perform a back?up procedure on the disk. Installation of the new disk shall include disk formatting, disk operating system installation, and backup data restoration. 2.d. Virus Protection. Service technicians shall exercise caution against the introduction of a computer virus into equipment on which maintenance is performed. All floppy disks used in performing maintenance shall be tested prior to use to confirm that th ey are virus free. At the conclusion of the maintenance activity, the service technician shall run the client's virus detection program to assure that viruses are not present. 2.e. The contractor shall provide installation and end?user assistance on IGNET telecommunications hardware to include routers, switches, hubs, firewalls, and CSU/DSU modems (see 6.a.6), software, and apply associated upgrades, service releases and securit y patches for all SAIG sites through on?site software hotline support (Help Desk) located in room 12700, Presidential Towers. This hotline support will answer operational and technical questions and assist IGNET field site(s) with all IGNET technical and o perational problems. The Help Desk support will be performed during the PPO. All Help Desk personnel must be capable and prepared to respond to routine requests for assistance from SAIG personnel/users. Problems that cannot be resolved over the hotline sha ll be referred to the IGNET system administrator. The contractor shall analyze, evaluate, test, and formulate recommendations of new hardware and software COTS technologies. Contractor test and evaluation of these products shall include the ability to alte r/modify, replace, install, and implement the COTS to the SAIG specifications. 2.f. The contractor shall assist the SAIG-IR Division Chief in planning, coordinating, and performing any transition of SAIG and IGNET operations from/to the designated swing space in the Presidential Towers back into the Pentagon should that action occur during the period of performance. 2.g. Contractor shall ensure complete continuity of operations during contract transition. Not more than 30 days will be allowed for transition between contractors. 2.h. System configuration to be supported follows: 2.h.1. IGNET is a distributed system that exists at SAIG and in IG field offices on active Army, Army Reserve and National Guard installations. 2.h.2. IGNET uses existing network infrastructure to support IGNET communications between SAIG and IG field offices and their regional server. That network infrastructure includes the local IGs system connected to either his local area networks (LANs), i nstallation (i.e., post, camp or station) campus area networks (CANs) and wide-area networks (WANs) (e.g., DISA??????s Unclassified IP Router Network (NIPRNET), the National Guard??????s GUARDNET, etc.) to an IGNET regional server. 2.h.3. The SAIG network is connected to the Pentagon network. Cisco router access lists and a Cisco PIX firewall protect the SAIG network. 2.h.4. At SAIG, the IGNET server configuration consists of an HP/Compaq Storage Area Network (SAN), and Compaq Proliant servers. The servers have Fiber Channel connections to the SAN. Some servers are clustered into two-node clusters. All servers are connected to a switched Fast Ethernet backbone network. 2.h.5. The server operating systems are Windows NT Server, Windows NT Server Enterprise, Windows 2000 Server and Windows 2000 Advanced Server. Microsoft Cluster Server is used for server clustering. The server-based applications include: Exchange Server , SQL Server, Systems Management Server, Internet Information Server, Inspector General Action Request System (IGARS) Server and Citrix MetaFrame XP. 2.h.6. User workstations at SAIG are Compaq DeskPro PCs and HP and Compaq laptops. The user workstation operating system is Windows XP. The standard workstation software baseline includes the following applications: Microsoft Office 20003Professional, Microsoft Outlook 2003, Microsoft Internet Explorer, McAfee AntiVirus, and JetForm FormFlow Filler. Selected user workstations have one or more of the following applications: IGARS, IGPERS, Investigations Database, Post Board Screening and FOIA Express. 2.h.7. Each IG field office has access to IGNET via thin-client, connecting to a regional IGNET server. Depending on the site, the IGNET server is located in SAIG, Hawaii, Korea, or Europe. . . User workstations, with the Citrix ICA Client installed, c onnect to applicable IGNET application servers. The application servers, Compaq Proliant servers, run the Windows 2000 Server operating system with terminal services enabled and Citrix MetaFrame XP. The applications available via thin-client access inclu de: Microsoft Office 2000 (Word, Excel, PowerPoint and Access), Outlook 2000, JetForm FormFlow Filler, IGNET Web Site and IGARS. SECTION 3 ? DELIVERABLES 3.a. The contractor shall provide a monthly invoice statement to the SAIG-IR contracting officer representative (COR) no later than the 10th workday of each month in hard-copy form in one (1) original. The Government shall review and respond to the deliver able, if required to correct discrepancies, within ten (10) working days after receipt. 3.b. The contractor shall provide monthly written status reports to the SAIG Technical Point of Contact (TPOC) listing problems encountered, the resolution, problems remaining open, the prognosis for fixing these problems, the points of contact for resolut ion of these problems, the associated projected completion date, and anticipated problems and recommended solutions to support the performance requirements. 3.c. The contractor shall provide quarterly review of all network design, IGNET system accreditation or procedural documentation changes made IAW 2.a. SECTION 4 ? SECURITY REQUIREMENTS 4.a. The contractor shall comply with all applicable Government security regulations and procedures contained in AR 380?19. All assigned personnel shall be U.S. citizens with a completed, acceptable National Agency Check (NAC) and an active secret clearanc e. The information processed by the IGNET is unclassified, but highly sensitive and subject to provisions of For Official Use Only (FOUO), Freedom of Information Act (1701A), and Privacy Act. Because of the sensitive nature of Inspector General data, the t ask personnel will sign a non?disclosure statement and shall protect passwords, access codes, privacy data, and other data required in the performance of the contract. SECTION 5 ? ADMINISTRATIVE CONSIDERATIONS 5.a. Delivery Instructions. Deliverables shall be provided to the designated SAIG COR, 5.b. Technical Point of Contact (TPOC): Colonel Vernon B. Crocker, 2511 Jefferson Davis Highway (Room 12700), Arlington, VA 22202-3912, (703) 601-1090. 5.c. Travel arrangements will be made by means of invitational travel orders and funded by SAIG outside the scope of this contract. 5.d. The contractor will not substitute personnel for the individuals whose resumes were submitted unless such substitutions are necessitated by an individual's sudden illness, death or termination of employm ent. 5.e. The Government reserves the right to restrict the employment under this delivery order of any contractor employee or prospective contractor employee who is identified as a potential threat to the health, safety, security, general well being, or missio n accomplishment of the Agency or its population. SECTION 6 ? EVALUATION FACTORS 6a. The SAIG will evaluate a contractor with respect to the following factors: 6a.l. Demonstrates a minimum of three years corporate experience providing LAN/WAN support services within an environment and with a requirement comparable to the Army IGNET. 6.a.2. Demonstrates a solid understanding of the IGNET technical and operational support requirements. 6.a.3. Demonstrates detailed working knowledge of: Microsoft NT Server, Microsoft Windows 2000 Server, Microsoft Windows 2000 Advanced Server, Microsoft Exchange/Outlook, Cisco Works, Cisco Inter?network Operating System (IOS), IP Network Routing Protocols, TCP/IP, UNIX, MS DOS, ADS, Windows 2000 Professi onal, SMTP, Support Magic, SMS, SQL Server, Internet Information Server, MS Office Professional 2003 Professional, RightFax, OmniForm, OniniPage Professional, Forms Engine, Forms Flow, Norton Anti?Virus, McAfee Anti?virus, Front Page 9x and 2000, Citrix Me taFrame XP, MS Terminal Server, dBase IV. Demonstrates working knowledge of Visual Basic, C++ and scripting languages. 6.a.4. Provides candidate personnel who meet the requirements/qualifications in Sections 4 and 5 and who possess demonstrated experience with the technical requirement in Section 2. The technical response (proposal) is limited to three pages. In addition, the SAIG requires a resume (limit 2 pages each) for each labor category. 6.a.6. Demonstrate working knowledge of CISCO routers, CISCO Catalyst switches, hubs, Cisco PIX and Cisco Access Server. 6.a.7. The contractor will submit a cost estimate that will provide the detailed hourly cost for each service by schedule item for the base year and each option year to include program management/administrative hours and contract processing or surcharge f ees. To enable analysis and comparison of the bid offers, the contractor is to calculate the Effective Hourly Labor Rate for the base year, each option year and for the aggregate if the contract was to run for five years (base plus 4 option years). The c ontractor should present data as follows (Note: all figures are illustrative only):
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00630545-W 20040728/040726212242 (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.