Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2006 FBO #1595
SOURCES SOUGHT

D -- Information Technology Services Contract II (ITSC II)

Notice Date
4/7/2006
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, DC, 20510-7207
 
ZIP Code
20510-7207
 
Solicitation Number
2006-S-016
 
Response Due
5/8/2006
 
Archive Date
5/9/2006
 
Description
DESC: MARKET SURVEY AND BIDDERS LIST DEVELOPMENT - SOURCES SOUGHT REQUEST FOR OUTSOURCING FOR PC/LAN ACQUISITION, INSTALLATION AND SUPPORT SERVICES. The purpose of this sources sought synopsis is to gain knowledge of potential qualified industry sources for acquisition and service providers for workstation and server hardware, operating system software, application software, installation, integration, upgrade, help desk services and on-site maintenance and support for the United States Senate (Senate) in Washington, D.C., and fifty states for Senate Member, Committee and Officer offices. Hardware acquisition and support primarily encompasses desktop and portable microcomputers, servers, printer and imaging products, videoconferencing equipment and mobile computing platforms. Software to be supported includes operating systems, communication packages, commercial software applications, and Senate-developed applications. Support includes the staffing of a hotline/help desk and providing for other support functions as described below. All requirements listed below are mandatory unless otherwise noted. This Sources Sought Notice (SSN) is not a request for proposal and in no way obligates the Senate in an award of a contract. This sources sought synopsis contains the currently available information. This information is subject to change at any time. Requirements are stated in terms of minimum capabilities and characteristics required by the Senate. The general requirements are as follows: acquisition, delivery, configuration, integration, installation and upgrade of server, workstation and peripheral hardware and software; help desk services; on-site maintenance and support; and system administration consulting for approximately one hundred and fifty (150) offices on Capitol Hill and four hundred seventy-five (475) associated state office locations comprising about twelve thousand (12,000) microcomputers and three thousand (3,000) servers. The Contractor must be able to staff, manage and perform the following to: (1) Provide maintenance and support staff on site at the Senate, hotline/help desk services, as well as mandatory support functions, including moves, upgrades, installation and maintenance. Mandatory support functions also include those services related to responding to users' calls and resolving customers' PC/LAN related problems under prescribed service levels, including preventative maintenance and warranty work. These include the support of desktop software applications, hardware, LAN servers, data communications, videoconferencing, and mobile computing platforms. When a resolution is not possible over the telephone, the hotline/help desk will dispatch contractor personnel to resolve the problem on site at Senate office locations in the DC area and the fifty (50) states. (2) Procure and install standard workstation, server, and peripheral hardware, operating system, application software, and provide configuration, installation, integration, and upgrade services. Installations are scheduled at the Senate staff=s convenience, at the time of the order, and the Contractor has responsibility for ensuring, at the time of the order, that new orders are compatible with the Senate staff's existing environment. (3) Use the Senate=s customer care application (currently Peregrine Service Center version 6.1) to track help desk calls, acquisition, scheduling and installations, and provide status reports of hotline, help desk and mandatory support functions. The Contractor will be responsible for timely and accurate updates to the tracking system that will provide the status of all current maintenance calls as well as historical maintenance data to be used for analysis of equipment maintenance needs. Utilize Peregrine ServiceCenter?s tools to organize, structure, standardize, and track services. Optional Tasks The Contractor may be required, at the Senate?s request, to provide the following support: (4) Provide support (including moves, upgrades, installation and maintenance) for cable plants and communication electronics in state offices. The Contractor will be responsible in all instances for isolating the nature and location of the cable plant problem, implementing an immediate solution for restoring communications and coordinating the final resolution with the Senate technical staff. (5) Develop and implement web-based systems to meet business requirements, including systems with workflow and on-line ordering. This support includes inventory of available systems, assessment of systems, acquisition of hardware/software, coding, data conversion, test and documentation, installation, training and support. Systems will be developed using COTS tools/languages including ColdFusion, Java, ASP, Perl, Cobol, VB .net, PHP, and XML and utilize SQL Server and Oracle databases (6) Provide technical system support including systems consultants to Senate offices. This support includes operations and maintenance support for Microsoft Exchange and Outlook in an Active Directory environment, and EMC enterprise storage system. (7) Provide engineering, operations, installation, and tech support for enterprise-wide anti-virus, firewall, and anti-spyware infrastructure. This support also includes engineering, operations, and tech support for enterprise-wide security technologies running in the Security Operations Center (SOC). (8) Provide the installation and configuration off commercial of the shelf (COTS) products on servers and/or workstations in the Senate?s computer facility and/or Senate user offices. (9) Provide support in assessing current web sites, designing and developing cross-browser web sites and content. (10) Implement an enterprise modeling methodology and COTS toolset and perform data collection to support the enterprise architecture. (11) Assess the existing infrastructure against the goals in the Senate?s Sergeant at Arms (SAA) Strategic Plan. Recommend agile and adaptive hardware and software infrastructure solutions that address people, processes, and technology to support goals. (12) Perform systems analysis and requirements gathering activities and studies, working jointly with the SAA in a new consulting practice to assess customer office business requirements and consult with Senate users to assist with their technology planning. (13) Provide support for IP telephony applications. The SAA is seeking vendors who can meet its needs using commercial practices performing under 1) a fixed-price, performance-based contract for support, maintenance, break and fix, and 2) fully burdened fixed labor hourly-rates (inclusive of travel, material and ODCs) to perform additional unspecified services on a time and materials basis. In responding to this SSN, state your qualifications to perform each of the mandatory and optional requirements listed above. Your response to each requirement must include paragraph numbering identifiable to requirements listed above. In addition, submissions must include: a) past performance experience/information for a minimum of three contracts of similar scale, less than two (2) years old that involve use of capabilities and products relevant to those necessary for the Senate=s requirements, including contract number, customer name and address, and brief synopsis of work performed relevant to requirements 1-13 listed above, b) provide ISO 9000:2001 certification information or the ability/intention to become certified, as well as information regarding standardized methods to assure the quality of products and services, and to manage the impact of process changes, c) your capabilities to support the Senate?s ability to continue essential functions must provide the Senate with a business continuity plan which is modeled on Federal Preparedness Circular ? 65, Federal Executive Branch Continuity of Operations (FPC-65), dated June 15, 2004 <http://www.fema.gov/txt/library/fpc65_0604.txt>, and d) organizational information including your Dun and Bradstreet number and point of contact with telephone, fax and e-mail address. After receipt and review of the responses to this SSN, the SAA intends to issue a solicitation. The information contained in this notice will be the only information provided by the Senate during the Sources Sought process. All qualified sources should respond to this Market Survey - Sources Sought by submitting an information package in accordance with the instructions provided. Vendors responding to this sources sought notice and deemed qualified by the SAA may be requested to submit a proposal in response to a solicitation. Only firms deemed qualified will be permitted to submit proposals. If suitable responses are received from qualified sources, the SAA anticipates release of a solicitation during July 2006. Neither the SAA nor the Senate will be responsible for any costs for the preparation of responses to this request. INSTRUCTIONS: Responses to this Market Survey-Sources Sought request are due to the POC no later than May 8, 2006, at 3:00 p.m. EDT and shall be submitted electronically via email only to the attention of Jill T. Johnson at acquisitions@saa.senate.gov. The subject line of the email message shall be: SSN 2006-S-016 Information Technology Services Contract II (ITSC II). No other method of transmittal will be accepted. The response shall not exceed twenty-five (25) pages. Unnecessarily elaborate submissions are discouraged. Pages over the page limitation may be discarded. Access by the SAA to information in any files attached to the response is the responsibility of the submitting party. Neither the SAA nor the Senate is responsible for any failure to access vendor?s information. THIS IS NOT A REQUEST FOR PROPOSAL. THIS NOTICE CONSTITUTES THE ENTIRE SOURCES SOUGHT NOTICE AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR SENATE. ANY REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED.
 
Place of Performance
Address: United States Senate, Washington, DC
Zip Code: 20510
 
Record
SN01023806-W 20060409/060407221454 (fbodaily.com)
 
Source
FedBizOpps 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.