|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1997 PSA#1913National Imagery & Mapping Agency, PCP, Attn: Lynne Covey, MS D-6, 4600
Sangamore Road, Bethesda, MD 20816 D -- ORACLE DATABASE ADMINISTRATOR SERVICES SOL NMA401-97-R-9000 DUE
090397 POC Lynne Resowski Covey, Phone Number 301/227-5120 This is a
combined synopsis/solicitation, 100% small business set-aside, for
Oracle database administrator services for a period of six (6) months
with on-call services (100 hours) during the six month period in
accordance with the following statement of work. The Government intends
to award based on initial proposals but reserves the right to conduct
negotiations if it determines negotiations to be in the best interest
of the Government. Statement of Work C.1 Introduction The National
Imagery and Mapping Agency uses the Procurement Request Information
System (PRISM) to manage its procurement activities. It is the agency's
standard tool for recording and managing contract information. NIMA is
upgrading the PRISM software from a DOS to a Windows/Oracle
environment. PRISM will be located on a central file server (Compaq
ProLiant 5000) using Windows NT Version 4.0 as its operating system,
Oracle Version 7.3, Enterprise Manager, Performance Pack, and PRISM.
The server is located in the Washington, D.C. area. There will be
between 100-150 workstations that will require access to PRISM with
approximately thirty simultaneous logons occurring during normal duty
hours, 6:00 A.M. to 7:00 P.M. EST. The system must also be available to
users after hours and during weekends. These workstations are located
throughout the agency in varying locations throughout the Washington,
D.C. and St. Louis, MO metropolitan area. C.2 SCOPE This contract will
provide Oracle database administration (DBA) for both the Oracle
server and client workstations. The DBA shall complete all
administration tasks required to keep the database running; ensure no
more than two (2) hours cumulative downtime during any month between
business hours (6:00 A.M. to 7:00 P.M. EST hrs Monday through Friday);
recover all data in the event of a crash, hardware failure, or user
error; monitor and tune the database to ensure optimal performance and
response time; import or export files; identify and fix any Oracle
related problems encountered on the server or on client workstations;
assign user rights and privileges for new users. C.3 REQUIREMENTS The
DBA's role shall include but is not limited to the following categories
of tasks. a. Backup and Recovery: Develop a backup and recovery plan
for Government approval. Implement the plan after receiving Government
approval. The plan should be implemented in such a manner that no data
would be lost after recovery of the database. Recovery of database
shall be completed within two business hours of the event that caused
the problem. b. Security: Create new users and assign or modify rights
and privileges within two hours of receiving the request. Delete users
from the database within two hours of receiving the requests. The DBA
shall only create, modify or delete users at the request of a member of
the PC Automation Technology Team. c. Performance Monitoring and
Optimizing: Monitor system resources to optimize performance. Screen
response time for all users using Oracle based applications shall be
less than 30 seconds. d. Manage table space so that it does not exceed
75% capacity. e. Develop scripts at the request of the PC Automation
Technology Team or based on DBA initiative that may be manually or
automatically run. Maintain a written record of each script that is
written; include name and purpose for the script, date developed, and
any modifications made to the original script. The record shall be
provided to the Contracting Officer's Representative (COR) after the
initial report is created, and every time a change has been made to a
script. f. Trouble Shooting: Correct any Oracle related problems
encountered on both the server and the workstations. Monitor error
messages and complete any corrective action required. Corrective action
shall be taken as soon as the error message is generated. Analyze the
source of the messages to determine if any action can be taken to
prevent future problems of a similar type and complete those actions.
Analyze source of the message to determine if the PRISM application did
or may have caused the problem. Report findings to the Automation
Technology Team. Monitor Oracle sessions to determine if there is a
problem on a workstation or printer. Correct any problems encountered
within one hour of notification either by Oracle or the Automation
Technology Team or their representative. Maintain a written record of
all problems encountered and corrective actions taken. h.
Import/Export: Import and export data and files as requested by the
Automation Technology Team. g. Training: Provide on-the-job-training
for the PC Automation Technology Team in all aspects of the above tasks
in such a manner that the team members are able to perform all database
administration tasks described in the statement of work. All services
are to be accomplished under the guidance of the Automation Technology
Team. Database administrative support shall be performed as needed
during normal office hours 0730-1630 EST. All contractor personnel must
be U.S. citizens. Primary work location will be at 6000 MacArthur
Boulevard, Bethesda, MD. PROPOSAL PREPARATION AND SUBMISSION
INFORMATION Proposal Due Date: 1:00 PM, 3 September 1997, Eastern
Daylight Savings Time. Mail address is National Imagery & Mapping
Agency, PCP, Attention: Lynne Covey, Mail Stop D-6, 4600 Sangamore
Road, Bethesda, MD 20816. Federal Express or overnight mailing address
is National Imagery & Mapping Agency, PCP, Attention: Lynne Covey,
Mail Stop D-6, 6000 MacArthur Boulevard, Bethesda, MD 20816. Content of
Proposal -- Oral Presentations I. Introduction. (a) Each offeror must
submit the following information in response to this synopsis in strict
accordance with the following instructions: (1) an offer (2) specified
written information about the offeror's capability to perform the
prospective contract; (3) specified written information about the
offeror's proposed prices, and; (4) specified personnel information in
the form of resumes. (b) The evaluation team will consider any failure
to conform to these instructions and rules and any attempt to evade
these specifications and rules on the basis of technicalities when
making its evaluation. If an offeror does not understand these
instructions, then it should write to the Contracting Officer for
clarification sufficiently in advance of the deadline for receipt of
offers to get an answer in time to meet that deadline. The Government
will publish all pertinent questions asked and the answers given and
distribute them to all prospective offerors responding to this
synopsis/solicitation. II. OFFER. The offer must show that the offeror
will agree all clauses required by the Federal Acquisition Regulation,
the Defense Federal Acquisition Regulation Supplement, the NIMA the
Defense Federal Acquisition Regulation Supplement, and unique NIMA
terms and conditions at the time of contract award for fixed price
service contracts. The offeror's agreement to all of those terms and
conditions is mandatory. The offeror must complete and submit the
following items as its offer without exception or reservation: (1) A
statementstating that the offeror agrees to all clauses required by the
Federal Acquisition Regulation, the Defense Federal Acquisition
Regulation Supplement, the NIMA the Defense Federal Acquisition
Regulation Supplement and unique NIMA terms and conditions at the time
of contract award for fixed price service contracts signed by an
representative authorized to bind the company. (2) A price sheet
stating the price per month and the total price for six months and an
on-call hourly rate based on an estimated 100 hours to be used during
a six month period, (3) RFP Section K, Representations, certifications,
and other statements of offerors or quoters which may be obtained by
contacting the Contracting Officer listed in the synopsis; and, (4)
Listing of names of key personnel. The contract resulting from this
synopsis/request for proposal will contain a Key Personnel Clause. III.
Written Capability Information. The offeror must prepare and submit the
following: (1) Resumes of proposed key personnel. Proposed key
personnel are those persons, whether employed by the offeror or by one
of the offeror's prospective subcontractors, who will occupy any of
the following positions or perform any of the following duties during
the term of the prospective contract: Oracle Database Administrator and
Backup Oracle Database. Each resume submitted should include the
following: name, education, employment history, experience history,
indication of whether current employee of firm, or proposed new hire
(if new hire, provide proof of commitment), and level of security
clearance. (2) Past performance information. Past performance
information consists of two general areas of data, (i) General Business
Background and (ii) Specific performance information. For General
Business Background the following should be addressed: name of
business/division; form of legal organization and year established;
principal officers and organization chart; office or plant locations
and the number of employees per location; list of creditors; potential,
on-going, or completed litigation; and Government findings or sanctions
at any level. For specific performance information provide a listing of
all state, local, federal or commercial contracts for the same or
similar supplies/services currently on going, performed or completed
during calendar years 1994 through August 1997. Contract information
should include the contract number, date, agency, point of contact and
phone number, dollar value (both at time of award and as of last
modification), contract type, location, period of performance or
scheduled delivery dates, description of scope of work, current status
of performance; description of actual/potential litigation, list of
key subcontractors, and description of subcontract litigation.
Nondisclosure of applicable past performance information which may
reflect poorly upon the offeror's capability will also be viewed as
indicative of the kind of behavior to be expected from the offeror in
accordance with paragraph I.(b) above. (b) Capability information is
part of the offeror's proposal, as that term is used in the FAR, and
may become a part of any resultant contract. IV. Price/Cost
Information. A price sheet stating the price per month and the total
price for six months and an on-call hourly rate based on an estimated
100 hours to be used during a six month period. Additionally, the price
sheet will include a price breakdown of the monthly and hourly rates.
V. Oral Presentation. (a) After the submission of the offers, the
Government will evaluate technical and price information to establish
a competitive range for the purpose of inviting offerors to make oral
presentations. The competitive range determination will be based on the
evaluation factors listed below. Each offeror retained in the
competitive range must make an oral presentation to be considered for
award. The Evaluation Team will use the oral presentations to evaluate
each offeror's familiarity with and understanding of the contract
work, the offeror's capability, and the capacity to perform contract
work. The offeror's representatives must show by the presentation and
by their answers to the Government's questions that they understand the
Government's requirements; that they are familiar with the kinds of
problems that may develop during performance; and that they are capable
of developing practicable and effective solutions to those problems.
(b) The Contracting Officer will schedule the oral presentations and
notify each offeror of the scheduled date, time and location of its
presentation within 3 days of the receipt of offers. The offeror must
make its oral presentation in accordance with these instructions and
any additional instructions the Contracting Officer may provide. The
Contracting Officer may reschedule an offeror's oral presentation at
the Contracting Officer's sole discretion. Oral presentations are
limited to 1 hour with a question and answer session immediately
following and expected to last 1-2 hours. The Contracting officer will
tell the offeror when to start its presentation, keep time, and stop
the presentation at the end of the allotted time period whether or not
the offeror has finished. (c) The offeror's presenter(s) must be
chosen from among the offeror's proposed key personnel or proposed key
subcontractor personnel. The offeror may not use a professional
speaker or consultant to make its presentation. The offeror may send no
more than 4 representatives to the oral presentation. (d) During the
presentation the Government's attendees will not interrupt the offeror
to ask questions (except to request repetition of inaudible words or
statements or the explanation of terms that are unknown to them) or
otherwise engage the offeror in any dialogue. However, the Government
will conduct a question and answer session following the oral
presentation during which the offeror's representatives must answer
questions from the evaluation team. The Government may include
information obtained during the presentation in any prospective
contract. The Government will not permit an offeror to discuss or
changeits written proposal during the oral presentation or the question
and answer session. (e) Neither the oral presentation nor the question
and answer session will constitute discussions, as that term is
defined and used in FAR subpart 15.6. If the Government decides that
discussions are necessary, notwithstanding the intention to award a
contract without discussions, then the Government may discuss the
offeror's written proposal, oral presentation or the answers provided
during the question and answer session. (f) During oral presentation,
the offeror must address the following topics: 1. Management Approach,
2. Proposed Backup and Recovery Plan based on information provided in
the statement of work, and 3. Be prepared to address any adverse past
performance information obtained by the Contracting Officer. The
presentation team may also expound on any other topics that they
consider to be pertinent to a demonstration of their knowledge,
competence, and capability to produce/perform so long as that
information is presented within the specified time limit. The
presentation will not encompass price or cost and fee in any manner.
(g) Presentation Media. (1) To ensure offerors do not spend an
inordinate amount of time and money in preparing presentation slides
the following specification has been developed. Presentation media are
limited to black and white overhead transparencies (slides). Text
slides shall use times new roman font throughout. The font for the
heading shall be no smaller than 28 points. Supplemental narrative
(notes pages) is not permitted with the slides. Graphics slides shall
have a caption font size no smaller than 18 points. (2) The offeror
shall bring 5 sets of full-scale paper copies of its slides to the
presentation for the evaluation panel. The offeror must number the
pages of the paper copies and bind each set. The offeror may submit no
other written documentation for its oral presentation. When evaluating
an offeror's oral presentation the Government will consider only those
overhead slides that were actually projected and addressed by the
offeror during the presentation. The Contracting Officer will not
permit the offeror to use slides during the question and answer session
that were not projected and discussed during the presentation. (h) The
offeror may not audio or video record its own presentation. Basis for
Award -- Oral Presentations (Best Value) (a) Offer Acceptability. In
order to award a contract the Government must have received an
acceptable offer. The Government will determine the acceptability of an
offer on a pass/fail basis. An offer is acceptable when it manifests
assent to all of the terms and conditions stated in this synopsis. The
Government will declare an offer to be unacceptable if it does not
manifest the offeror's assent to all such terms and conditions. (b) The
Government will award the contract to the offeror, submitting an
acceptable offer, who is the best overall value on the basis of its
offer and its capability to perform the work. The Government will base
its source selection decision on the following factors. Evaluation
Criteria I. Technical a. Personnel Experience 1. Database
administration (a) Primary database administration (same or similar to
the responsibilities described in the statement of work) in an
environment where Oracle and databases were or are running on a NT file
server with workstations operating in different environments (i.e., NT,
Windows 95, Windows for Workgroups, UNIX etc.). (b) Primary database
administration (same as or similar to the responsibilities described in
the statement of work) in an environment where Oracle and databases
were or are running on a file server (other than the NT operating
system) with workstations operating in different environments (i.e.,
NT, Windows 95, Windows for Workgroups, UNIX, etc.). 2. Other Computer
Experience (a) Computer software or systems engineering experience
related to file servers in NT operating environment and workstations in
different environments (i.e., NT, Windows 95, Windows for Workgroups,
UNIX, etc.). (b) Computer software or systems engineering experience
related to file servers in other operating environments with
workstations operating in different environments (i.e., NT, Windows 95,
Windows for Workgroups, UNIX, etc.). 3.Security clearance (Top Secret
(SCI)) at time of proposal submission b. Corporate Experience 1. Past
and present experience demonstrating the ability to attract and retain
personnel with the experience described above. 2. Management approach
3. Past and present experience in managing contracts similar in scope
to that describe in the statement of work. II. Cost or Price Under
Factor I, subfactors a and b are listed in descending order of
importance. Subcriteria are either listed in descending order of
importance or are equal except that Subcriteria I.a.1 and I.a.2, when
combined, are substantially more important that I.a.3. Cost or Price
(Factor II) is a substantial factor although it is not as important as
Factor I, and will not necessarily be controlling. The degree of its
importance will increase with the degree of equality of proposals in
relation to other factors on which selection is based. See Note(s): 1.
(0230) Loren Data Corp. http://www.ld.com (SYN# 0020 19970820\D-0003.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|