Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 8,1998 PSA#2091

National 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