Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOURCES SOUGHT

D -- Host an .EDU Website

Notice Date
8/3/2006
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
Reference-Number-AETCCONSEDU
 
Response Due
8/24/2006
 
Point of Contact
Gwen Mayhue, Contract Specialist, Phone 210-652-4259, Fax null, - George Rellstab, Contracting Officer, Phone 210-652-6388, Fax 210-652-5733,
 
E-Mail Address
gwen.mayhue@randolph.af.mil, myles.rellstab@randolph.af.mil
 
Description
The Air Education and Training Command (AETC) Contracting Squadron is seeking sources capable of providing service for collaboration, data storage, and email for faculty and students at the US Air Force Academy (USAFA), the Air Force Institute of Technology (AFIT), and Air University (AU). This currently encompasses approximately 17,500 users. This RFI is for planning purposes only. This information will be used in conducting market research to identify potential sources and commercial products, obtain prices, and to locate support experience. This RFI shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. A formal solicitation will be announced separately. The tentative solicitation issue date is Oct 2006; however this date is subject to change. The Government will award one contract. A firm fixed price type contract is contemplated. A source selection will be conducted per Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315 and Mandatory Procedures (MP) 5315.3 at HQ AETC, Randolph AFB, TX. Contacts to Government personnel by potential offerors regarding this project are not allowed. The contracting officer, Mr. Myles Rellstab, will post all information regarding this solicitation as soon as it becomes available. Comments and information on the following are requested: (1) Company name, address, point of contact, their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as ¡§Prime Contractor¡¨ on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as ¡§Prime Contractor¡¨ on Question 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance such a contract as this (7) If you indicated your roll will be a ¡§Subcontractor¡¨ on Question 4, please indicate which functional areas you intend to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Please describe any commercial-sector contracts you have performed for similar combined services [if applicable, (10) Indicate which NAICS code(s) your company usually performs under for government contracts and (11) please provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to HQ AETC]. The planned NAICS (North American Industry Classification System) code is 541519 and the SIC (Standard Industrial Classification) code is 7379, with the applicable small business size standard of $23 million in annual gross receipts. Requirement: (Note: The description herein is a summary of the required product and services and is not intended to be all-inclusive). The vendor shall address all necessary actions, including testing, maintenance, and coordination with government personnel. Acquisition Requirements: - The following services will be provided o 36 Terabytes of storage (which includes 3.4 TB for email and calendaring). o Instant Messaging (IM) capability for all users of AF.EDU. All information for each user¡¦s IM configuration will be server based and not stored on the user¡¦s computer. That is, information such as the user¡¦s ¡§buddy¡¨ list will be served based and not dependant on information on the desktop. This will allow the users to access and make user of the service from any internet accessible computer. o Individual accounts for each user as well as user groups for the purposes of assigning file/folder permissions and email distribution lists o Email services must meet the following criteria „X Enforceable storage limits on each mailbox „X Calendar/appointment scheduling including the ability to invite other users/groups „X Personal address books for each user „X Global Address List for all users and groups in AF.EDU „X Shared calendars „X File attachment capability „X Ability for users to save messages and/or attachments from email to local computer as well as personal or common storage in the AF.EDU service „X Accessible via web browser and Microsoft Outlook (using IMAP over SSL) o Users will have a designated amount of file storage for personal files with the user able to set permissions on each file and/or folder to allow others in AF.EDU to access o The ability to create shared storage areas for groups to collaborate on documents with the ability to set permissions on each file and/or folder by user and/or group o The ability for users/groups to create web pages visible to other users of AF.EDU o The ability for administrators to establish both web pages and data storage areas accessible by FTP for access by users outside of AF.EDU in the .MIL and .GOV domains; access from other domains must be restricted for these areas. With the exception of FTP, the web sites in this category will be SSL protected; this is a mandatory requirement, access from non- SSL sessions will NOT be possible o The ability for administrators to establish both web pages and data storage areas accessible by FTP for access by users outside of AF.EDU, .MIL, and .GOV domains; put simply, publicly accessible web and FTP sites o All services will be fully audited to include all transactions initiated by users to include: user name, action type, date and time. All audit logs will be retained and accessible by administrators for 90 days. - The AF.EDU service will be virus protected as wall as firewall protected to prevent unauthorized access, denial of service attacks, and infection by mailware - Daily backups of AF.EDU will enable complete restoration of files and/or folder to any given date within 2 weeks prior to the current date. Restoration must be complete within 6 hours of request. - 24x7 helpdesk support for users of AF.EDU covering the hosted services only, not support of user computers System Compatibility: Interested vendors should respond via e-mail their capability statement/information to listed point of contacts. The capabilities statement/information should include as a minimum a detailed description of your product and service (including requirements/system compatibility, software and hardware maintenance/modification/upgrade requirements), business size (i.e., small business, large business, small disadvantaged business, etc.), and prices (including annual maintenance and additional services costs). Small Business (SB) Set-Aside Determination: The Government reserves the right to decide whether or not a SB set-aside is appropriate for this acquisition based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. In the solicitation, the extent to which prime contractors provide for the significant use of small and small disadvantaged business subcontractors will be a consideration in the evaluation of proposals. Points of Contact: Gwen Mayhue, Contract Specialist, Phone 210-652-4259, Email gwen.mayhue@randolph.af.mil, and Myles Rellstab, Contracting Officer, Phone 210-652-6388, Email myles.rellstab@randolph.af.mil. Additional information or updates will be posted at the www.fbo.gov. It is the responsibility of interested parties to check this site regularly for any changes or updates. Place of Performance, United States of America: Contractor¡¦s place of business Request responses shall be provided no later than 3:00 pm on August 24, 2006. An electronic response, preferably e-mail is the accepted method. If you have any questions, please no phone calls; instead, send e-mail to Gwen Mayhue and Myles Rellstab so that the questions can be forwarded onto the Technical POC. The questions and answers will then be posted to FEDBIZ OPPS as an attachment to the RFI # AETCCONSEDU. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-AUG-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 12-JAN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/SCS/Reference-Number-AETCCONSEDU/listing.html)
 
Place of Performance
Address: Randolph AFB, TX
Zip Code: 78150
Country: UNITED STATES
 
Record
SN01211504-F 20070114/070114194040 (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.