Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1999 PSA#2311

General Services Administration, Information Technology Services, Fast Program (7TF), 819 Taylor St., Rm. 11A30, Fort Worth, TX 76102-6105

D -- INFORMATION TECHNOLOGY SERVICES, INCLUDING TELECOMMUNICATION SERVICES SOL 7TF99-0015 DUE 040599 POC Paulie J. Sosebee, Contracting Officer, 817-978-0001 17(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, 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!! 17(ii). Solicitation Number 7TF99-0015 Request for Proposal!! 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10!! 17(iv). This is a full and open procurement under SIC 7379 Computer Related Services, NEC!! 17(v). There are several contract line items, which are not optional: ITEMS LISTED 17(vi). DESCRIPTION:1.0 INTRODUCTION 1.1 Objective. The purpose of this contract is to provide for the development and fielding of an Air Force Risk Management Information System (RMIS). RMIS will serve as the primary source of ORM information and other resources for USAF personnel. The site will also be linked to other service RMIS sites to create a "joint" environment that facilitates sharing of ORM related resources. 1.2 ADP Environment. 1.2.1 Hardware. Existing hardware with which the contractor should have familiarity is: 486 and Pentium desktop PCs and notebook computers, IBM R/S 6000 AIX machines, SGI IRIX machines, Hardware and software licenses to be purchased for the task (workstation for Web interface and applications). 1.2.2 Software. Existing software with which the contractor should have familiarity is: Oracle Relational Database Systems; Oracle Tools (Forms, Reports, Developer 2000, Discoverer, WebServer); Windows Office Automation tools and databases; Microsoft NTAS Operating System. 1.2.3 Teleprocessing. Network protocols and software with which the contractor must be familiar are: Oracle SQL*Net/IP/IPX protocols. 1.3 Performance. Certification by the Government of satisfactory services provided is contingent upon the contractor performing in accordance with the terms and conditions of this document. Normally the client's representative, GSA's representative, and the contractor's representative(s) will meet once a month telephonically, to review performance and inspect work. 2.0 TECHNICAL REQUIREMENTS 2.1 Task Description. 2.1.1 Scope of Work. The purpose of this project is to provide USAF personnel with an easy-to-use, web-deployed central application that can be used for the dissemination of USAF information relating to risk management issues. 2.1.2 Statement of Work. Performance will result in the following contractor accomplishments: 2.1.2.1 Develop a risk management information system (web site) that includes, but is not limited to, the following functions: Links -- Links to all DoD Operational Risk Management (ORM) and Risk Management (RM) sites. Training -- USAF ORM and related training links, course schedule access, information access, existing and future course files available for download, existing and future computer based training programs available for use or access, etc. Media -- Access to, information about and download capability for ORM/RM related magazines (DoD), articles, posters, pocket guides, cards, videos, etc. Guidance -- Access and download capability for ORM/RM publications (DoD, USAF, other services, etc.), policy memorandums, messages, etc. People -- Access to DoD ORM/RM related points of contact, to include, organization, name, rank, DSN and commercial phone numbers, and E-Mail address (hot linked). Events -- Access to information regarding ORM/RM related event information including dates, locations, purpose of meetings, points of contact, etc. There will also be capability to access and/or download meeting minutes, agendas, briefings, etc. Crosstell -- Provide user options (input, browse, search, etc.) for ORM/RM crosstell information. This information may be input on-line by the user. The user will respond to a list of questions (name, type of crosstell item, contact information, etc.). The user may elect to up-load files (checklists, documents, briefings, etc.) which will be attached to his/her "message input" for others to download as desired. Users will be able to access posted crosstell items via either a browse (of one-liners) option or a word search of the "one-liner" and narrative description of the posted items. As previously stated, users will be able to download files, as desired, as well. Bulletin Board -- User will have the option to input, read and/or add to questions and comments posted on the bulletin board. There will be a list of "one-liners" with input date and name of person initiating to assist in reviewing discussion topics. There will also be an automated "archive" capability that would place older items in an archive section. Tools -- User will be able to choose from links to ORM/RM related tools (tools currently available and those developed in the future). The user will be linked directly to the tool to allow immediate use. Lessons-Learned -- Provide user list of lessons-learned links (sites) to choose from. The links should take the user directly to the desired site. Data -- Provide user with list of data options (DoD, USAF, other services, DoL, etc.). Additionally, data from USAF mishap database will be made available via "canned queries" that the user can choose from. These queries will be completed by USAF personnel and posted for the user. Provisions/structure to accommodate a simple up-load (by USAF administrator) and download capability by users. Links -- Provide a "links" selection consisting of 25 (with capability for USAF system administrator to add more) different ORM/RM related sites. The USAF will provide URL for links. Feedback -- Provide E-Mail feedback capability from users to USAF system administrator. News Section -- Provide separate section of home page screen that will serve as a news area. The area will be easily changeable (text changes) by the USAF system administrator. The text will scroll upward in the box to allow for several messages to continuously be rotating through the section. User Statistics -- There will be a basic user counter on the home page but more sophisticated capability to identify use of various sections of the site. The USAF system administrator must be able to simply access information regarding use of all major areas of the page and also be a breakout of types of users in each section as well (USAF, USA, USN, USMC and USCG). Legal Statements/Warnings -- There will be a small section on the home page for necessary user warnings. The USAF will provide text to be used. System Access -- Web access to the system will be restricted to ".mil" users only. Only military personnel may access site and necessary security provisions must be made to ensure this. Additionally, system must be designed to accommodate future conversion to a tiered secure system with ranges of access from unrestricted (completely unrestricted) to username/password/encryption access to Privacy Act and safety privileged (IAW 5 U.S.C. 552a and AFI 91-204, USAF Mishap Investigation and Reporting). 2.1.2.2 System Layout -- The site will be designed in a similar manner to the existing US Army Risk Management Information System (RMIS). Additionally, appropriate graphics, pictures and other visuals to provide a professional Air Force image will compliment the system. 2.1.2.3 System maintenance, following system acceptance, will be provided by the contractor on an as needed basis. This support will provide for system modifications and updates beyond the capability of the client. The support will be an on-call service for a six-month period from the date of system acceptance and will average no more than eight hours per month (48 hours total). 2.2. Schedule 2.2.1 Contractors shall submit proposed timelines for completion of this project with their technical proposal. The contractor shall meet deadlines established in their submittal. 2.2.2 Contractor shall respond to the client within forty-eight hours of notification for support service. All work will be completed in a professional and timely manner. 2.3. Deliverables. Contractor will provide an on-line and fully functional Air Force RMIS that meets all the functionality requirements outlined in paragraph 2.1.2.1. Additionally, the system will conform to system layout requirements identified in paragraph 2.1.2.2. All hardware and software will be installed and the system operational at the client's facility. On-call work (reference paragraph 2.1.2.3) performed after the initial acceptance of the system will be satisfactorily performed in a professional manner. 2.4 Materials. Materials (hardware, software, etc.) are to be provided by the contractor when essential to meet the task performance criteria of this SOW and specifically approved by the client representative, not to exceed the price identified in the contractor's cost proposal. All materials purchased by the contractor for the use or ownership of the Federal Government, becomes the property of the Federal Government. The transfer of materials shall be documented by the contractor in the monthly status report. The contractor must furnish the ITR/AM and Client Representative copies of such documents monthly, through e-mail, express mail, fax or at the Task Review Meeting. 3.0 GOVERNMENT FURNISHED RESOURCES 3.1 General. The contractor must specifically identify in the task proposal the type, amount, and time frames for any government resources, excluding those listed below. The client will provide the following resources: 3.1.1 Facilities, Supplies and Services. Office supplies, computer equipment and time, telephone, and reproduction facilities as required for work performed at the client's facility (HQ AFSC). 3.1.2 Information. The client will provide the following information: 3.1.2.1 Manuals, texts, briefs and other materials associated with the USAF Operational Risk Management Program. 3.1.2.2 Initial familiarization/orientation will be provided by AFSC. 3.1.2.3 Links, files, and other data necessary to establish (populate) system (i.e. POC information, guidance locations, training schedules, training files, etc) 4.0 ADMINISTRATIVE CONSIDERATIONS 4.1 Place of Performance. Work is to be performed both at the contractor site and on-site at the following government installation: HQ AFSC, 9700 G Ave SE (Bldg 24499), Kirtland AFB NM 87117-5670 4.2 Period of Performance. The contractor will commence work no later than 15 Apr 99 and complete the system no later than 31 May 99. On-call support will be available beginning 1 Jun 99 and will end 30 Nov 99. 4.3 Hours of Work. Contractor personnel are expected to conform to customer agency normal operating hours. 4.4 Classified Information. Contactor personnel will not be exposed to classified information. However, Contractor personnel will be required to read, understand, and sign a Nondisclosure Agreement (provided by the USAF) pertaining to privileged and Privacy Act information (see AFI 91-204 and 5 U.S.C. 552a). 5.0 SPECIAL INSTRUCTIONS 5.1 General. All documents and deliverables described in this SOW and amendments or modifications, shall be submitted in a professional manner and on the prime contractor's letterhead. 5.2 Proposal Submission. A Technical and Cost Proposal shall be submitted by the contractor to the GSA Contracting Officer. At the completion of negotiations, the contractor will ensure their Technical and Cost Proposal reflects agreements and if necessary, submit a revised Technical and Cost Proposal to the GSA Contracting Officer. 5.3 Other Reporting Requirements. The contractor shall provide the following: 5.3.1 The contractor shall inform the GSA Project Manager in writing, of the actual start date. 5.3.2 The contractor shall bring problems or potential problems affecting performance to the attention of the GSA Project Manager as soon as possible. Verbal reports will be followed up with written reports when directed by the GSA Contracting Officer or Project Manager. 5.4 Inspection and Acceptance. Acceptance shall be based on the completeness of the deliverable and the suitability for the intended purpose and satisfaction of the criteria in this SOW and the technical proposal 17(vii). Date of delivery is to begin no later than April 15, 1999, from receipt of award; Place of Delivery and Acceptance is: HQ AFSC, 9700 G Avenue, SE (Bldg. 24499) Kirtland AFB, NM 87117-57670. FOB Destination!! Technical Representative is Mr. John Phillips 505-846-0728, FAX 505-846-1391. 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (AUG 1998) is hereby incorporated by reference.!! 17(ix). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Technical (a) Technical capability of the item offered to meet the Government requirement (b) Past Performance (see below) and (c) Delivery Terms -- ability to meet required delivery schedule and (2) Price. Factors are listed in their relative order of importance. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offeror (see below) and any other information the Government may obtain by following up on the information provided by the offeror and/or through other sources (i.e., offeror's performance on previously awarded FAST delivery orders/contracts and/or contracts with other Government entities). The offeror must identify two Federal, state, or local government and private contracts or delivery/task orders for which the offeror has performed work similar to the statement of work in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall provide a point of contact, current telephone number and fax number for each contract. This list is due by the date established for receipt of proposals. 17(x). Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (JAN 1999), with its offer.!! 17(xi). Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (APR 1998), is hereby incorporated by reference.!! 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JUN 1999), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract(b)(2)52.203-10, (b)(3)52.219-8,(b)(6)52.222-26,(b)(7)52.222-35,(b)(8)52.222-36,(b)(9)5 2.222-37,(b)(15)52.225-21, (b) 552.211-70.!! 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A firm fixed-price definite quantity, definite delivery contract will be awarded. (iii) Period of Performance: Delivery to Kirtland Air Force Base no later than April 15, 1999 after receipt of order. Period of Performance is thru November 30, 1999.!! 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated.!! 17(xv). N/A!! 17(xvi). Signed and dated offers one original must be submitted to GSA, FAST, 7TF, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Paulie Sosebee, Contracting Officer at or before 4:30 p.m.(CST), April 5, 1999. TELEFAXED PROPOSALS WILL NOT BE ACCEPTED.!! 17(xvii). Contact Paulie Sosebee at 817/978-0001.!! Posted 03/24/99 (W-SN311934). (0083)

Loren Data Corp. http://www.ld.com (SYN# 0027 19990326\D-0004.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page