Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

99 -- HIGH FREQUENCY DIRECTION FINDING CENTER COMPUTER SUPPORT SERVICES - Price Schedule - Proposal Cover Page - Past Performance Contact Sheet - HFDFC Performance-based Work Statement - Vendor Instructions

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Federal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW, Washington, District of Columbia, 20554
 
ZIP Code
20554
 
Solicitation Number
RFP09000075
 
Archive Date
9/17/2009
 
Point of Contact
Arnett A. Rogiers, Phone: 202-418-1940
 
E-Mail Address
eProposals@fcc.gov
(eProposals@fcc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Instructions PWS Past Performance Contact Sheet Proposal Cover Page Price Schedule This is a combined synopsis/solicitation for a commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal IAW FAR Part 12 and 13. Submit proposals in reference to Request for Proposal (RFP) reference number RFP #09000075 The NAICS code for this requirement is 541513, Computer Facilities Management Services. The Standard Identification Code (SIC) is 7378. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31 dated April 20, 2009 and Federal Acquisition Circular 2005-32 dated March 31, 2009. Potential bidders are to provide a quote for the services outlined in the Performance Work Statement (PWS), which is included as to this solicitation: The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisitions Regulation (FAR) Clauses: 52-204-7 Central Contractor Registration 52.212-1 Instructions to Offerors - Commercial Items (see addenda below) 52-212-3 Offeror Representations and Certifications - Commercial Items, Alt 1 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 52.217-5 Evaluation of Options 52.222-50 Combating Trafficking in Persons 52.232-33 Payment by Electronic Funds Transfer (EFT) - CCR 52-237-2 Protection of Government Buildings, Equipment, and Vegetation 52.245-1 Government Property, Alt 1 52.245-9 Use and Charges 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions The full text of the FAR can be accessed on the Internet at http://farsite.hill.af.mil 52.217-8 -- Option to Extend Services (Nov 1999) GOVERNMENT may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within thirty (30) days of the contract expiration. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) GOVERNMENT may extend the term of this contract by written notice to the Contractor within 30 days of the contract expiration; provided that the GOVERNMENT gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the GOVERNMENT to an extension. (b) If the GOVERNMENT exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years and six (6) months. 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. Evaluation of options shall not obligate the GOVERNMENT to exercise the option(s). (End of Clause) RFP SUBMISSION REQUIREMENTS The quote shall be provided electronically, (via electronic mail attachment) and formatted for personal computers using Microsoft software and or Acrobat. Offerors shall complete and submit the Proposal Cover Page and the Past Performance Contact Information Sheet. Evaluation Methodology: Source Selection will be based on best value. All non-price factors are significantly more important than price. The following is the evaluation criteria: Factor 1 - Past Performance Using the Past Performance Contact Information Sheet, list up to three (3) comparable efforts performed during the last three years. The Government may also consider information obtained through other sources (e.g., Dun & Bradstreet, Better Business Bureau, Contractor Performance databases, etc.). Past performance information will be utilized to determine the quality of the contractor's past performance. Factor 2 - Price The price proposal will be evaluated separately. The price proposal shall be a Firm Fixed Price (FFP) for specified level of effort and period of performance of approximately 12-months of contract services. The price proposal will be for the twelve (12) month base period and four (4) one (1)-year option periods shall be provided. The price proposal shall include the fully loaded hourly rates of all applicable labor categories, for each contract year. The labor categories shall accompany a (brief narrative) description of the skills and experience per category. The price proposal may be based on your current GSA Schedule contract. Offerors are encouraged to discount their labor rates. Proposals are due to this office no later than 12:00p.m. EDT, September 2, 2009. Quotes may emailed to lenita.mccain@fcc.gov. All quotes must include the following information: 1. Company's complete mailing and remittance address 2. Discounts for prompt payment- if any 3. CAGE Code, Dunn & Bradstreet number (DUNS), and Taxpayer ID number (if previously obtained) 4. Quotes must be valid for a period of no less than 30 days. Primary point of contact: Arnett Rogiers, Contracting Officer, TEL: (202) 418-1940 or email: Arnett.Rogiers@eProposal. Attachments:  Instructions to Offerors  Proposal Cover Page  Past Performance Contact Information Sheet  Performance-based Work Statement (PWS)  Price Schedule nder the authority provided to the Federal Communications Commission by the Communications Act of 1934, as amended, the Public Safety and Homelands Security Bureau's High Frequency Direction Finding Center (HFDFC) is tasked with ensuring the public safety and security of the United States through the monitoring and regulation of the radio spectrum (below 30 MHz) by: • Assisting organizations and licensees charged with "Safety of Life" communications • Providing interference resolution to FCC licensees and US Government agencies in both domestic and international arenas. The High Frequency Direction Finding Center (HFDFC) acts as the centralizing office for the United States government in matters involving interference resolution. • Supporting the enforcement and management of the HF spectrum • Providing assistance and technical expertise to the FCC and its licensees before, during and after national emergencies C.2 OBJECTIVES The primary objective is to obtain Computer, Database, Local Area Network (LAN) and Telephony technical support for the High Frequency DF Center at Columbia, Maryland. In order to conduct this effort the HFDFC computer systems must be maintained in such a manner that provides operational capability of all HFDF information technology services 99.99% of the time. It is the goal of this Statement of Work to complete the stated program objective with no less than one day per week of on site presence by an outside vender to perform routine computer and network administration. The vender is also expected to be available as needed 24 hour and 7 day per week for emergency service visits and consultation. Should time, beyond the basic 8 hours per week be needed the time shall be billed to the HFDF Center on a weekly basis at a cost not to exceed the following schedule: • Regular weekday business hours (8 am to 5:30 PM) at the negotiated base hourly rate. • Non business hours at no more than 1.5 times the base hourly rate. C.3 TASKS: The following work comprises the primary list of issues that the selected vender will be responsible for: • Routine service and maintenance of computers, computer servers, data archive systems and other IT devices that comprise the HFDF system. • Routine service and maintenance of telecom components and their interface to various computer systems. Work in this area will not be necessarily be limited to non-telco specific technology. The FCC maintains service contracts with other venders for emergency service on the unique modems and routers, which interface with the landlines. The selected vender will be expected to work with the Telecom Service Providers in a professional and timely manner. • Routine maintenance, development, and implementation of current and future database software. Including Paradox, Microsoft SQL Server, as well as related files, tables, I/O screens, and report writers. • The selected vender is not expected to draft, design, or write unique High Frequency Direction Finding software, which is currently provided by the Bureau's Equipment Development Group (EDG) and other contractors. However the vender must be able to interact professionally with EDG and other contractor staff and assist the Director in the interfacing of the computer systems at the HFDFC with the software and mission demands presented by EDG and other contractors. • The selected vender will also be responsible for implementation of computer security hardware, processes and the integration of these processes with the Commissions WAN infrastructure and Commission policies. • Vendor will coordinate non-routine activity with the FCC's Information Technology Center (ITC) before implementation. The vendor will be required to follow ITC security policies/procedures, configuration management procedures, change control, and other procedures as outlined by ITC. • The selected vendor will ensure and manage data backup and recovery activities (local and off-site storage). • Vendor shall provide Telco and IT planning and support for the transition of the HFDFC from its current location to a newly constructed facility in the coming year. • The vendor shall also be responsible for supporting IT and telco requirements pertaining to COOP (Continuity of Operations Plan) and recovery efforts per FCC policy. • The vendor shall provide project plans for all current and future IT projects and proposals. • The selected vendor will be responsible for recommending and potentially implementing solutions and plans for IT and telephony based on existing and evolving mission requirements and changes in technology. • The vendor will be responsible for providing after-hours emergency response services. On average, emergency response is required roughly 6 times per year, but may vary depending on circumstances. SEE ATTACHED PERFORMANCE-BASED WORK STATEMENT FOR ADDITIONAL DETAILS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/RFP09000075/listing.html)
 
Place of Performance
Address: HFDFC, 9200 FARMHOUSE LANE, COLUMBIA, Maryland, 21046, United States
Zip Code: 21046
 
Record
SN01932624-W 20090830/090829011211-c8b1db2f71098676064b001e49f33c0a (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.