SOLICITATION NOTICE
70 -- This is a small business set-aside for Network and System Administration Management for the SPS JPMO, PEO EIS, located in Fairfax, VA. The POP begins 9/20/05. This is a performance based acquisition.
- Notice Date
- 8/29/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- S5108A-05-R-0005
- Response Due
- 9/14/2005
- Archive Date
- 11/13/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The contractor's proposal shall include a quality assurance plan, including quality assurance surveillance plan, management information system reporting program, and and performance metri cs/penalties. A Due Diligence Review/survey can be scheduled, if requested. This allows prospective contractors to gain a better understandinf othe the SPS JPMO mission objectives and existing conditions. The SOO is below. Statement of Objectives Network and System Administration and Management 22 August 2005 1.0 Background The Army Program Executive Office (PEO) Enterprise Information Systems (EIS) Standard Procurement System (SPS) Joint Program Management Office (JPMO) is in the process of acquiring and fielding a commercially based application to support the automation of contracting offices through the Department of Defense (DoD). This program will continue in an evolutionary spiral development cycle for several years and will require the use of modern technologies to perform its mission. In this regard, the SPS JPMO needs to maintain the hardware and software that supports its multiple local area/wide area networks that provide members of the JPMO staff with email and a wide array of office productivity capability, as well as a separate en vironment for testing versions of the SPS application. Support is required to ensure continuity of operations in all mission essential areas including network administration and management, system administration and management, software and hardware instal lation, de-installation, updating and management, security requirements including firewall administration and the application of Information Assurance and Vulnerability Assessments (IAVA), and overall network and computer client and peripheral operations, troubleshooting, inventory management and maintenance. 2.0 Purpose The purpose of this acquisition is to provide the SPS JPMO with computer network and system administration support to ensure the continued operation of all support environments and personal computer assets. 3.0 Scope This acquisition includes a full range of computer services in support of the 50-75 members of the SPS JPMO staff to include technical research, advice and assistance in the following areas: Firewall Installation, Operations and Maintenance Network and System Client Hardware and Peripheral Installation, Operations and Maintenance Network and System Client Software Installation, Operations and Maintenance Overall Network Architecture and System Management Microsoft Exchange Server Operations and Maintenance Hardware/Software Configuration Management Microsoft Office Productivity Software Asset control and tracking 4.0 Period of Performance This acquisition will be awarded for a period of one year. Based exclusively on the contractors performance, however, one option year may be granted. 5.0 Place of Performance The work to be performed under this order will be conducted primarily in the SPS JPMO facility located at 4114 Legato Road, Fairfax, VA 22033. Work may also be performed at the contractors facility or at other government facilities as designated and appro ved by the Contracting Officers Representative (COR). Access to other government facilities required for completion of work under this order will be coordinated by the SPS JPMO. 6.0 Program Objectives 6.1 The SPS JPMO maintains three separate and distinct LAN or LAN/WAN environments in support of its mission. These are the Government Test Facility (GTF), the Defense Contract Management Agency (DCMA) LAN/WAN and the JPMO Administrative LAN/WAN. The GTF L AN supports SPS app lication development and acceptance testing with military service participation and must be accessible to external activities, while the DCMA and JPMO LAN/WANs provide email and office productivity support to the internal staff. These networks are critical assets and must be maintained and available on a 24x7/365 basis. The contractors objective will be to provide 24x7/365 service with a 98 percent level of assurance. This requirement can be satisfied with onsite support during normal working hours and on-call support with a two hour response at all other times. 6.2 To provide meaningful information to its user community and to the general public, the SPS JPMO maintains an Internet web presence and a secure portal. These information resources reside on application and web servers in the JPMO facilities and must be available to promote the SPS product and the mission of the SPS JPMO. The contractors objective will be to provide 24x5/365 service with a 98 percent level of assurance. This requirement can be satisfied with onsite support during normal working hours and on-call support with a four hour response at all other times. 6.3 The SPS JPMO is subject to applicable DoD, Army and PEO EIS policy in regards to the security of its networks and system assets. In this regard, the JPMO receives Information Assurance and Vulnerability Assessments (IAVA) on a regular basis. These IAVA s must be researched for applicability to the JPMO environment and appropriate action taken. The contractors objective is to review all IAVAs that are issued, determine applicability and the take the required action within 10 business days of receipt. 6.4 Per applicable security policy, the JPMO networks and system assets require continuous monitoring to ensure that the firewalls and virus protection software are performing their required functions. Scanning for vulnerabilities and keeping client virus protection current are critical to the security of the JPMO network environment. The contractors objective is to periodically scan the networks for vulnerabilities and to report any intrusion attempts within 1 hour. For client virus protection, the contractor will check for virus definition updates on a weekly basis at a minimum and a pply these updates to all network computer assets. 6.5 The SPS JPMO strives to provide quality computer service and maintenance to its staff. Through the JPMO portal, each member of the staff can submit a technical trouble ticket that addresses specific software or hardware issues they are experiencing. The contractors objective will be to provide a timely response to these requests with a goal of making initial contact within two hours to diagnose and recommend a solution to the issue. 6.6 The SPS JPMO will periodically purchase new network and system equipment to replace aged software, hardware and computer peripheral assets. The contractor will assist with the receipt, assembly, disassembly, packaging, transporting, installation or de- installation of the new equipment, and to ensure the asset is entered into an inventory tracking system, as required. The contractors objective will be to ensure that strict accountability for the new asset is maintained by capturing all documentation related to new equipment and entering pertinent information that fully describes the asset into the SPS JPMOs asset inve ntory database within 24 hours of receipt. 6.7 The SPS JPMO maintains mobile, deployable kits of laptop computers that support its Battle Ready Contingency Contracting System (BRCCS) mission and Training . After use in a battlefield or training environment, these laptop computers must be checked fo r required maintenance and reinitialized. That is, the SPS application database must be cleared, all required software updates applied and any required periodic maintenance must be accomplished. The contractors objective will be to perform this function within 10 business days of being notified that BRCCS laptops have been returned to the JPMO for reuse. 6.8 A significant amount of computer equipment is owned by the SPS JPMO. Some of the equipment is pilferable. Information such as a full description of the item and its location has been entered into a local database. Controlling these assets and ensuring that government equipment is not lost or stolen is a critical function of the JPMO technical staff. To ensure that this equipment is properly accounted for, the contractor will be required to perform a complete semi-annual inventory with all discrepancies adjudicated within 10 working days of completion. 6.9 A central component of the SPS JPMO Windows network is management of the Windows Active Directory. Active Directory services provide the means to manage the identities, relationships and group policies that are integral to network operations. The contractors objective is to make appropriate changes within 24 hours of being notified that a modification is required. 6.10 A network as complicated as that maintained by the SPS JPMO has many components. Not all of the integral components are detailed in these objectives. Therefore, the contractor may be asked to perform other functions directly related to the system and/ or network environment. These other functions may include, but are not limited to, data backup, Blackberry support, HP digital sender support, printer maintenance, copier maintenance, network router operations and maintenance, firewall operations and maint enance, compact disc (CD) duplication, liaison with PEO EIS and the DOIM, annual conference support, network architecture assessments and updates, and support of any other peripheral that may be procured and identified as directly related to the SPS JPMO n etwork infrastructure. The contractors objective is to be flexible and to develop a quantifiable metric for each item that is consistent with the goal of providing timely and quality computer support to the SPS JPMO staff. 6.11 The SPS JPMO requires that all contractors communicate, coordinate and cooperate to ensure harmonious and effective performance that is in line with its mission. 7.0 Management and Technical Constraints The SPS JPMOs automated capabilities must conform to the architectural and/or interoperability standards set forth in the Army AR-25-1 and AR25-2, and, if required, to the Joint Technical Architecture (JTA), Net-Centric Enterprise Services (NCES) directiv es, and other DoD or Army network guidance that may be applicable. Contractor access to vendor proprietary data may be required. Proprietary information obtained under this acquisition will not be used for any purpose other than that for which it was intended. The contractor will be required to provide a plan that clearly describes the contractors roles, responsibilities and strategies The contractor may be required to provide on-call operational surge support on a 24x7/365 basis with a two to three hour response. The contractor must have the capability to participate in frequent meetings with the JPMO staff located at the JPMO facility in Fairfax, VA, as well as with the PEO EIS and DOIM staff located in Ft. Belvoir, Woodbridge, VA. 8.0 Contract Data Requirements In response to the governments statement of objectives, the contractor shall submit a proposal that details the personnel, product, schedule, deliverables and projected costs of each task to be performed under this acquisition. The contractor shall not be gin a task until the order has been awarded. Project accomplishments and results shall be documented in a monthly report that includes projected and actual hours on each contract effort. The contractor shall report financial data under this acquisition using a formal financial system that operates in accordance with accepted commercial accounting standards. It is preferred that this data be provided in electronic form. Reportable data will include, but i s not limited to, performance metrics and earned value or earned value-like system data. The Government intends to issue an award based on the proposal offering the best value solution. The Government reserves the right to not award a contract as a result of this competition, if in the opinion of the Source Selection Official (SSO), none of the submitted proposals would provide satisfactory performance. The SSO may reasonable determine that the superior solution/approach merits a higher price, and therefore represents the best value to the Government. The SSO, using sound business judgement , will base the selection decision on an integrated assessment of the proposal's relative capability as measured against the below evaluation factors. Factor 1 - Technical/Management Solution/Approach. Factor 2 - Performance Measurement and Management Pr ogram. Factor 3 - Past Experience (include references for all contracts for the last 2 years). Factor 4 - Price. Factors 1 and 2 are equal and each is significantly more important than Factor 3. While the price factor will be an important part of the i ntegrated selection decision, the non-price evaluation factors are significantly more important than the price factor. However, Price will become increasingly important as proposal evaluation ratings for non-price factors approach equal. Evidence of the quality of the technical/management solution/approach includes: (a) a coherent, actionable and realistic concept of operations that clearly articulates the operational aspects of a performance-based partnership and explicitly describes the expected perfor mance of the Government and contractor teams. (b) A comprehensive performance workk statement and contract work breakdown structure that identifies the services to be delivered to meet the program and mission requirements set forth in the statement of obj ectives. (c) A sound technical proposal that clearly demonstrates how implementation of the proposed solutions will deliver timely, standard, stable, reliable, secure, flexible, responsive compliant, and cost effective services to meet the needs of the SP S JPMO and its stakeholders. (d) A sound partnering approach to managment that demonstrates the ability to aggressively identify and apply information technology solutions to the SPS JPMO's business processes. The management approach provides: 1. Highl y qualified and experienced personnel with a proven track record of success. 2. Transparent governance procedures that include clear lines of open and honest communication between the Contractor's team and the Government for timely problem identification , mitigation and resolution. Program clearly fosters a partnering environment that is based on achieving shared goals and objectives.
- Place of Performance
- Address: PEO EIS, PM SPS 4114 Legato Rd. Fairfax VA
- Zip Code: 22033
- Country: US
- Zip Code: 22033
- Record
- SN00881895-W 20050831/050829212236 (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 |