Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2007 FBO #2204
SOLICITATION NOTICE

J -- STAMIS Help Desk Service

Notice Date
12/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
US Army Contracting Command Korea, Unit #15289, APO, AP 96205-5289
 
ZIP Code
96205-5289
 
Solicitation Number
W91QVN-08-R-0045
 
Response Due
12/28/2008
 
Archive Date
2/26/2009
 
Point of Contact
Shawn Jenkins, 05057687430
 
E-Mail Address
Email your questions to US Army Contracting Command Korea
(shawn.terell.jenkins@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. Item No 0001: STAMIS Service IAW the Statement of Objectives below; Base Year: 30 JAN 08  29 JAN 09. Item 0002: Travel Cost; Est: $15,000.00. Item 1001: STAMIS Service IAW the St atement of Objectives below; Period of Performance: 30 JAN 09  29 JAN 10. Item 1002: Travel Cost; Est: $15,000.00. Item 2001: STAMIS Service IAW the Statement of Objectives below; Period of Performance: 30 JAN 10  29 JAN 11. Item 2002: Travel C ost; Est: $15,000.00. Item 3001: STAMIS Service IAW the Statement of Objectives below; Period of Performance: 30 JAN 11  29 JAN 12. Item 3002: Travel Cost; Est: $15,000.00. DESCRIPTION OF AGREEMENT. a. This is a firm fix price contract (a base period plus three option years) for Standard Army Management Information Systems (STAMIS) services in accordance with the Performance Work Statement. The Contractor shall furnish all manpower, supervision, and labor, to perform STAMIS services. The Gover nment will provide all hardware, software, media, firmware, office space, tools and test equipment necessary for performance under this contract. Additionally, the Government will provide base privileges (i.e. Commissary, PX, Banking, Medical, Badging) un der the contract to the invited contractor program. Payment will be made in American Dollars and electronically transferred to the Contractors bank by the Finance Office responsible for processing payment. SOLICITATION INSTRUCTIONS AND EVALUATION. Eval uationCommercial Items. (a) The Government will award a firm fixed price contract resulting from this solicitation whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical by submission of Performance Work Statement, (2) Price. This will be a low price technically acceptable process. (See Solicitation Instructions to Offerors and Acquisition Process). (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Ev aluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Project Overview. The mission of the 19th Sustainment Command (Expeditionary) (ESC) is to provide Combat Service Support throughout the Republic of Korean (ROK). As part of this mission, the 19th ESC supports automa ted logistics systems. The primary purpose of this contract is to provide technical support services to various Logistic Standard Army Management Information Systems (STAMIS) within the Republic of South Korea. Over time, these systems are expected to ev olve into a family of systems called the Global Combat Support System Army (GCSS-ARMY). This requirement stems from the need at the Sustainment Command level and below for skilled personnel that can provide functional and technical support to all STAMIS systems. These STAMIS are a family of computer systems. Each system specializes in an area related to Communications, Maintenance, Supply and Transportation Management, to support Army missions. These systems are: (a) Combat Service Support Information Systems Interface (CAISI) (b) Standard Army Ammunition Systems (SAAS) (c) Standard Army Maintenance System (SAMS 1&2) (d) Standard Army Retail Supply Syst em  Level One (SARSS1) (e) Property Book Unit Supply Enhanced (PBUSE) (f) Unit Level Logistics System - Ground (ULLS-G) (g) Transportation Coordinator Automated Information Movements System (TC-AIMS) Each system generates a large amount of data, both historical and current. The data is necessary to ensure a viable Army maintenance, supply, communications and transportation program and or to help with other critical Army mission support. While PBUSE and TC-AIMS require support these two STAMIS are web based and do not require the same level of support as the other STAMIS. The PBUSE and TC-AIMS support requirements are functional (training), networking and occasional breakaway (stand alone) configuration. Clearances and Licensing: A security clearance of U.S. Secret is required for all Contractor employees. The vendor will adhere to the DD Form 254. All Contractor personnel working on this contract must be US citizens. In addition, Contractor personnel working on this contract shall be fluent in the English language as exemplified in their written and verbal skills. Tasks: (1) The Contractor shall provide help desk (physically located on Camp Henry) and on site area support, at Camp Henry Taegu (Area IV), Camp Casey Dongduchon (Area I), Yongsan Seo ul (Area II) and Camp Humphreys Pyongtaek (Area III) ROK. The contractor employee providing area support outside of Area IV will be considered the technical expert on one or more STAMIS while providing backup support for the other STAMIS systems. The con tractor employees serve as the initial point of contact for all STAMIS questions and liaison with other STAMIS technical experts as necessary. (2) Current IT Working Environment: Infrastructure consists of coaxial, twisted pair and fiber optic cable, ut ilizing hubs, routers and switches for distribution purposes. Systems operate networked, primarily in a garrison environment with the ability to operate tactically when necessary. Servers predominately use Microsoft 2000 with some Solaris, and UnixWare sy stems. Workstations are of various makes and models but all are Intel architecture running various versions of Microsoft Operating Systems. Technical support is as follows: The Contractor shall provide Help Desk technical support within two (2) hours of being notified of a problem. Help desk support will cover technical and functional assistance to customers. During duty hours the contractor will respond within six (6) hours if a customer requires on-site assistance. During Non-Duty hours the contractor will notify the Contract Representative for a decision on whether a problem is routine and can wait until the next duty day or is considered an urgent need and requires immediate assistance (within six (6) hours response time). The Contractor shall devel op and maintain a STAMIS WEB page for the 19th ESC CSSAMO/LTT. The purpose of this website is to provide information and communication with all STAMIS users in the Korean Theater of Operation. The website will be maintained on a server maintained by the contractor and/or the government. The software, hardware/server and the hosting will be provided by the government and will be part of the existing domain and/or interface with the domain. This site will operate in an intranet unclassified environment fo r all government authorized users with authentication and/or on the Internet with authentication with releasable information (non-sensitive information). The contractor and the government will provide the content. There will be a minimum of one page dedi cated for each STAMIS. This site will provide file sharing (i.e. updates, information papers), collaboration (i.e. message threads, billboard), troubleshooting assistance (i.e. frequently asked questions, contact information, updates). The government will be responsible for approving all content and appearance of website. The website will be updated on a biweekly basis at a minimum. The website will comply wit h existing website standards (i.e. 508 compliant, accessible on multiple operating system platforms). Distribution of Software Change Package (SCP): Periodically, the STAMIS proponent issues authorized SCP or Interim Change Packages (ICP) to modify STAMIS baselines. Distribution of the change will be by INTERNET, CD-ROM, or diskette mailed to the Contractor. The Contractor shall provide recommendations regarding command inspection checklists and internal/external standard operating procedures following ea ch software change/update, or as seen fit by the Contractor. The Contractor may provide recommendations regarding shortfalls in logistics STAMIS training. The Contractor will assist in developing fielding plans for new systems and Continuity of Operation Plans (COOP). The Contractor shall install, implement, and test all change packages to ensure compatibility with the Version Description Document (VDD). On completion of testing, copies will be made and distributed for installation by the help desk perso nnel to the appropriate STAMIS locations. If there is not a knowledgeable authorized individual at the appropriate STAMIS location to install the VDD, then the VDD will be installed by the local CSSAMO or by the contractor employee, on approval of the Cont ract Representative. The Contractor shall provide approximately 120 hours of training a year to the Systems Administrators, Users, and Accountable Officers who demonstrate a need for instruction on current low-density systems such as SAAS. The schedule of training shall be mutually agreed following contract award. Government Furnished Items and Services. The Government will provide all hardware, software, media, firmware, tools and test equipment necessary for the performance of the Contractors duties he re under. When the Contractor is doing work on a Government premises, the Government shall provide all necessary equipment, including office space. The Government shall not provide any Living Quarters Allowance or dependents tuition assistance under this contract. The Contractor shall provide technical support as needed to meet the requirements of the contract. Except as otherwise indicated, the Contractor shall provide any required material and equipment not specified as being furnished by the Governmen t. Wartime Logistics Support: Not applicable. The Contractor shall notify the COR or authorized representative of significant personnel changes along with the steps the Contractor is taking to ensure impacts to services of the contract are minimized. T he Contractor shall also notify the Client Representative in writing of any proposed changes to Key Personnel at least ten (10) working days prior to need for a replacement. The Contractor may replace or substitute the Key Persons assigned to this contrac t at any time provided the continuity of services is maintained. Travel: The Government anticipates the Contractor may be required to conduct limited travel in support of the requirements outlined above. The number of Contractor personnel required will b e determined at the discretion of the Contracting Officer Representative or designee and must be approved by the client representative prior to departure. All authorized travel shall be reimbursed pursuant to the Joint Travel Regulations (JTR). Any trave l greater than 35 miles from home location of the contractor employee must be approved in writing or via e-mail by the COR before departure and In Accordance With (ICW) the Joint Travel Regulations (JTR). Within 5 working days of completing approved trave l the traveler will complete a trip report and submit the report to the COR for review. Reports: Monthly narrative reports (referred to as Monthly Status Repo rts) which document the work performed under this contract. The narrative reports shall contain an accurate, up-to-date summary account of tasks completed during the month, tasks on-going during the month, tasks to be worked during the next month, and any outstanding issues. These reports shall be no longer than three single-spaced pages. A database of daily activity will be maintained and identified by type of support provided as a minimum by Total Time, Date support request was Opened, Date Support Req uest was Closed, by Analyst, by Customer, by Area supported, by STAMIS, by Version, by Type of Support (functional, technical, network or training), by Method of Support (how the support request was handled, phone or on-site) and by Problem/resolution. Th is database must be able to export to a excel spreadsheet format. Action Trip Reports will be submitted to the contract Representative with in five days of any off-site customer support requirements. The narrative reports shall contain an accurate, up-to- date summary account of tasks completed during the on-site visit. The following list shows historical data regarding manning for the STAMIS services. FY07 historical manning for STAMIS contract: Site lead/analyst, ULLS-G/PBUSE analyst, SAMS ? analyst, SA RSS analyst, SAAS-MOD analyst, and three each multi-functional analysts. FY04-06 historical manning for STAMIS contract: Site lead, CAISI/networking analyst, ULLS-G analyst, SAMS 1/2 analyst, SARSS analyst, SAAS-MOD analyst, PBUSE analyst, TC-AIMS analys t, and three each multi-functional analysts. Evaluation Process. a. This is an acceptable-unacceptable evaluation process, not a trade-off process. Responses require offerors submission of a (1) commercial, performance-based Performance Work Statemen t built from the Statement of Objectives contained in this solicitation, (2) two references (with names, email addresses, etc) who will respond to our inquiry regarding your Past Performance on STAMIS as it relates to experience, capability, and technical qualifications on the type of work required and performed under contracts with Government agencies and private industry in terms of quality of work, and compliance with performance schedules, and (3) a narrative (five pages or less) describing your experi ence, current capability, and technical qualifications as they may relate ability to perform under this contract. Items (2) and (3) herein will relay the vendors ability to meet the Special Standards of Responsibility (discussed in subparagraph b. below ). The commercial, performance-based Performance Work Statement must reflect understanding, willingness, ability, capability to meet each item/subject listed in the Statement of Objectives. The Performance Work Statement will become part of the contract. Past performance feedback must be acceptable or better and all references contacted must submit an acceptable response for past performance. If references cannot be contacted using reasonable efforts, a non-acceptable rating will be entered. Only the Performance Work Statement and references will be evaluated. The narrative will support the Performance Work Statement. NOTE: Prices shall be submitted with items (1), (2) and (3) but under separate cover. Submission of the lowest price supporting an acceptable Performance Work Statement, with acceptable past performance feedback will be considered for award of a contract. The contract contemplated is a firm-fixed price contract consisting of a basic period and three option years. Award without d iscussion is intended. b. Special Standards of Responsibility. The STAMIS service is required to be performed in a sensitive, militarily dynamic environment. An experienced STAMIS contractor is critical to the success of this project, and must meet sta ndards to be determined responsible for the success of this project. Therefore, the following standards must be met by the successful vendor: (1) must have a t least six months of successful STAMIS experience or (2) must have performed successfully on at least one STAMIS project. These minimums standards must be clearly addressed and determined acceptable for any offeror can be considered responsible. c. E ach item/subject in the following Statement of Objectives constitutes the essence of the STAMIS service requirement and MUST be addressed in the submitted Performance Work Statement: Statement of Objectives- NETWORKING. 1. Ensure STAMIS connectivity to the wall. 2. Provide guidance on STAMIS configurations. 3. Manage and maintain an Active Directory for all web enabled STAMIS. 4. Ensure STAMIS connectivity via tactical communications as needed. INFORMATION ASSURANCE. 1. Test all ECPs and ICPs as re ceived from the PM. 2. Prepare, distribute, and install ECPs and ICPs as necessary. 3. Accept, test, track and implement all PM approved/provided IAVA software. 4. Prepare and submit IAVA compliance reports. 5. Request exception to policy requests wh en IAVA compliance is not possible. 6. Maintain the System Management Server (SMS) and associated folders. MANAGEMENT. 1. Maintain a library of all PM provided SCPs and ICPs. 2. Maintain a library of all hardware configuration software loads (GHOST) . 3. Provide weekly logistical updates on ongoing software, hardware, network, and STAMIS problems. 4. Submit monthly trip reports and technical summaries. 5. Maintain a problem database and provide query reports on statistical data as required. TROUBL ESHOOTING. 1. Provide all required diagnostic processes necessary to determine the problem on any STAMIS system or CSSAMO office automation system. 2. Take actions necessary to restore full functionality with little or no loss of any associated database. 3. Provide telephone help desk support with in 2 hours of notification of a problem. 4. Provide on-site assistance within 6 hours of notification when it is determined that the issue cannot be resolved telephonically. Any travel greater than 35 miles from home location of the contractor employee must be approved in writing or via e-mail before departure. 5. Maintain the DA standard of 90% readiness for all STAMIS systems. 6. Provide functional and technical troubleshooting support to customers. TRAI NING. 1. Provide 120 hours of user and supervisor training on current low density systems (SAAS). 2. Develop training programs in compliance with the STAMIS users manual SCP and ICP Software Version Descriptions (SVD). 3. Provide assistance to the Logis tics Training Team in the development of their training packages to enable them to remain current with software changes. ADMINISTRATIVE. 1. Comply with 5152.225-4020 Invited Contractor Or Technical Representative Status Under U.S. - Republic Of Korea (ROK). 2. Comply with 252.225-7043 Antiterrorism/Force Protection Policy For Defense Contractors Outside The United States. c. Responses may be submitted electronically. A read-only type ACROBAT format may be used.
 
Web Link
US Army Contracting Command Korea (USACCK)
(https://contracting.korea.army.mil/index.asp)
 
Place of Performance
Address: US Army Contracting Command Korea Unit #15289, APO AP
Zip Code: 96205-5289
Country: UF
 
Record
SN01466018-W 20071209/071207224253 (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.