|
COMMERCE BUSINESS DAILY ISSUE OF MAY 8,1998 PSA#2091National Imagery & Mapping Agency, PCP, Attn: Lynne Covey, MS D-6, 4600
Sangamore Road, Bethesda, MD 20816 D -- ORACLE DATABASE ADMINISTRATOR SERVICES SOL NMA401-98-R-9000 DUE
052298 POC Lynne Resowski Covey, Phone Number 301/227-5120 This is a
combined synopsis/solicitation, 100% small business set-aside (SIC
7371, $14.5M/3 years), for Oracle/Sybase database administrator
services for a period of one year, with four one-year options and
includes on-call service each month in the event that work is required
outside of normal business hours. The Government intends to award
based on initial proposals but reserves the right to conduct
negotiations if it determines them to be in the best interest of the
Government. ANY AMENDMENTS TO THIS SOLICITATION WILL BE POSTED AT
WWW.NIMA.MIL; THEY CAN BE ACCESSED BY CLICKING ON "VENDOR
OPPORTUNITIES". See Proposal Preparation for information regarding
clauses and provisions. PROPOSAL PREPARATION AND SUBMISSION PROPOSAL
SUBMISSION INSTRUCTIONS AND CONTRACTOR CERTIFICATION PACKAGE CAN ONLY
BE OBTAINED BY E-MAILING LYNNE RESOWSKI AT Resowskil@nima.mil OR BY
GOING TO WWW.NIMA.MIL AND CLICKING ON VENDOR OPPORTUNITIES. Proposal
Preparation and Submission includes proposal preparation instructions,
information as to what provisions, clauses and terms and conditions
will be applicable to any resulting contract, required certifications
and detailed information on pricing format. Offerors are advised that
at a minimum 52.212-1, 52.212-4 and 52.212-5 apply to this acquisition.
Offeror Representations and Certifications -- Commercial Items,
52.212-3 must be completed and submitted with any offer. Oral
presentations will be conducted. PROPOSAL DUE DATE AND MAILING
INSTRUCTIONS Proposal Due Date: 1:00 PM, 22 May 1998, Eastern Daylight
Savings Time. Mail address is National Imagery & Mapping Agency, PCP,
Attention: Lynne Resowski, Mail Stop D-6, 4600 Sangamore Road,
Bethesda, MD 20816. Overnight mailing address is National Imagery &
Mapping Agency, PCP, Attention: Lynne Resowski, Mail Stop D-6, 6000
MacArthur Boulevard, Bethesda, MD 20816. 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. PRISM is located on a central file
server (Compaq ProLiant 5000) which uses 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 requiring 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 areas. At some point
during the life of this contract, contracting functions will migrate
from the PRISM software to a Department of Defense Standard Procurement
System (SPS), called Procurement Desktop Defense (PD2). PD2 was
developed using Sybase. A start date for migration to the new system is
not yet known but will most likely occur sometime during calendar year
1999-2000. PRISM and PD2 will run simultaneously until all PRISM data
is converted successfully to the PD2 file server. Upon migrating from
PRISM to PD2, NIMA will move to operating in a parallel process mode
with file servers located in Bethesda, MD and St. Louis MO. C.2 SCOPE
This contract shall provide for both Oracle and Sybase database
administration (DBA) for the server and client workstations. In
addition, this contract provides for support during Sybase installation
and the migration of PRISM data to the PD2 system. The DBA shall
complete all administration tasks required to keep the databases
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 hours
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/Sybase related problems encountered on the
server or on client workstations; assign user rights and privileges
for new users; install updates as required; change configuration
options when necessary. C.3 REQUIREMENTS The DBA's role shall include
but is not limited to the following categories of tasks. a. Backup and
Recovery: Assess the current recovery plan, provide recommended
changes based on new working environment, and submit changes 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. Periodically perform
test restores to validate the integrity of the backup performed.
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
or Sybase based applications shall be less than 30 seconds. d. Develop
scripts or reports 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 or report that is written;
include name and purpose for the script or report, date developed, and
any modifications made to the original script or report. 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 or report. Reports that are written should be made
available to any user of the database. Report writing shall be
programmed using Infomaker, SQL or the report writer included in PD2.
e. Trouble Shooting: Correct any Oracle/Sybase related problems
encountered on both the server and the workstations. Run any necessary
utilities to monitor the database. 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/PD2 application did or may
have caused the problem. Report findings to the Automation Technology
Team. Monitor Oracle/Sybase 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, Sybase or the Automation
Technology Team or their representative. Maintain a written record of
all problems encountered and corrective actions taken. f.
Import/Export: Import and export data and files as requested by the
Automation Technology Team. g. Special Tasks: The DBA shall perform any
database administration special tasks required by the COR. h. SPS
Migration Support: The DBA or other contractor personnel shall be
available to attend PD2 meetings or answer questions concerning our
present database configuration. Contractor shall be present at PD2
installation, work with the PC Automation Team and PD2 personnel to
ensure PD2 functions correctly after installation, monitor or assist
converting PRISM data to the PD2 database to ensure data migrated
correctly. It is planned upon successful data conversion, that the
PRISM file server will be reconfigured to an SPS file server, and the
Agency will operate in a parallel processing mode to prevent
catastrophic failure. i. Install upgrades or patches if required. j.
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 PC 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; personnel working on-site must have a minimum of a Top
Secret/Sensitive Compartmented Information (TS/SCI) clearance. Primary
work location shall be at 6000 MacArthur Boulevard, Bethesda, MD.
52.212-2 EVALUATION -- COMMERCIAL ITEMS (OCT 1997) -- - (a) The
Government will award a contract resulting from this solicitation to
the responsible offeror 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: I.
Technical A. Personnel Experience 1.a -- Database administration --
Primary database administration (same or similar to the
responsibilities described in the statement of work) in a environment
where Oracle/Sybase 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.). 1.b -- Database
migration -- Experience including but not limited to monitoring data
conversion, desktop and file server installations, and movement from
single to parallel processing environment 2. Other Computer experience
-- computer software or systems engineering experience related file
servers in NT operating environment and workstations in different
environments (i.e., NT, Windows 95, Windows for Workgroups, UNIX, etc.)
B. Corporate Experience 1. Past and present experience demonstrating
ability to attract and retain personnel with experience described
above. 2. Management Approach 3. Past and present experience in
managing contracts and similar in scope to that described in the
statement of work. II. Cost or Price Relative Weights 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. 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 factor on which selection
is based. (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.
Evaluation 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. See
Note(s): 1. (0126) Loren Data Corp. http://www.ld.com (SYN# 0031 19980508\D-0004.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|