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