Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 12,2000 PSA#2640

Department of the Navy, Naval Sea Systems Command, 2531 Jefferson Davis Highway, Arlington, VA 22242-5160

J -- INFORMATION TECHNOLOGY SERVICES SOL N00024-00-R-9503 DUE 072700 POC Contact Person, LYNELL M. FOX (703) 602-4519 X370, CONTRACTING OFFICER (i.) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Any resulting contract from this solicitation will be a Firm Fixed Price Contract. (ii.) The SOLICIATION NUMBER is N00024-00-R-9504 is issued as a request for proposals. (iii.) The following clause is incorporated FAR 52.219-1 small business program representations (OCT 1995) (a)(1) The standard industrial classification (SIC) code for this acquisition is 7379. (2) The annual receipts for this code is $18.0. (b) 'Representations. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-17, DFARS Change Notice 20000413. FAR 52.212-1, Instructions to Offerors-Commercial Items (Mar 2000) is hereby incorporated. Offerors are to include a completed copies of the following provisions: FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 2000) Alt 1; DFAR 252.212-7000, Offeror Representations and Certifications -- Commercial Items (NOV 1995) The FAR clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items (May 1999); clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (XXX 2000) (Deviation). The following DFARS clauses are incorporated herein: DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; and DFARS 252.204-7004 Required Central Contractor Registration. In accordance with DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the contractor agrees to comply with any clause that is checked on the following list of DFARS clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. __x___ 252.205-7000 Provision of Information to Cooperative Agreement Holders (10 U.S.C. 2416). __x___ 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (15 U.S.C. 637). __x___ 252.225-7001 Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582). __x___ 252.225-7012 Preference for Certain Domestic Commodities. ___x____ 252.227-7015 Technical Data-Commercial Items (10 U.S.C. 2320) ___x_____ 252.227-7037 Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321) ___x__ 252.243-7002 Requests for Equitable Adjustment (10 U.S.C. 2410) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items clause of this contract (Federal Acquisition Regulation 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). 252.247-7023 Transportation of Supplies by Sea (10 U.S.C. 2631). 252.247-7024 Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). The Naval Sea Systems Command (NAVSEA) intends to issue a contract to procure the services of a Systems Administrator to be located at Indianhead, MarylandThis support is required for two identical servers supporting Standard Procurement Systems (SPS) Contractor will be responsible for further developing, maintaining and supporting the following system and peripheral components (SW/HW) thereof: Sun Ultra 5 Workstation System 270 MHZ; UltraSPARC-III; Solaris 2.6 HW ; Clustered System; Software Sun StorEdge Volume Manager 2.6 FOR Media and Documentation; Sun Cluster 2.1 and2.2 Software for SUN Enterprise 4000-5000, 4500-5500, SC200E; Solstice Backup 5.5.1 Workgroup Edition and Server Edition for Solaris Sparc/Intel, Media, DOCS, RTU; SOLSTICE backup 5.11-8 Slot Jukebox module for Solaris SPARC/INTEL, RTU; VERITAS File System 3.2 for Department servers RTU Only; Sun Cluster 2.1 Netscape InternetPro HA Agent; Sun Cluster 2.1 Sybase HA Agent. The Contractor must have 3 consecutive years or more of Unix experience, and one year specifically in working with Sun Microsystems Enterprise StorEdge A5000, Sun HPC 4500, SOLARIS 2.6 servers or later model/version. The Contractor must also have extensive knowledge/certification in working with Solaris version 2.6, 7 or higher version, on a UNIX clustered system. Contractor must definitely be familiar with VERITAS file system 3.2 or higher, SOLSTICE 5.5.1 workgroup edition and server edition backup system, and SOLTICE backup 5.11-8 SLOT Jukebox module. Contractor must be knowledgeable in/with Bourne and Korn shell, Solaris Common Desktop Environment (CDE), and Vi Editor. Contractor must have extensive experience (2+ years) or professional/consultant level SYBASE certification in SYBASE version 11.5 or higher. Contractor must extensive have SYBASE System and Database Administration (Adaptive Server Enterprise 11.5 or higher) knowledge. The Contractor must be knowledgeable and proficient in using SQL and SQL access tools (isql, SQL Advantage). Expertise in the following is expected of each Contractor as it relates to SYBASE Adaptive Server Enterprise: Maintaining ASE environment and Installation; Allocating resources; Creating Databases; Refining Disk Resource Allocation; Controlling access; Auditing; Modifying Default ASE Configuration; Transaction Management; Backing Up and Restoring Databases and Transaction logs; Monitoring and Troubleshooting; Performance Tuning for Database; Modifying and Manipulate Data with SQL and Developing triggers. Contractor should be familiar with backup-up methodologies and tape systems. Contractor should have experience with NFS, NIS, TCP/IP, and DNS, Multi-Platform integration, Unix Security and Disaster Recovery projects. The contractor must provide personnel who have effective verbal and written communication skills to consult with management, users, and Software/Hardware vendors. Contractor will be responsible for conducting all software installations and upgrades for total system as required. Making sure that all application software is installed correctly and all current maintenance levels have been applied. Work along with WAN personnel to ensure that there are no compatibility issues with WAN applications and peripheral hardware, to provide end users with a reliable and stable working environment. The Contractor must provide coverage during the entire period of 7:00 a.m. through 6:00 p.m. five days a week. Emergency coverage and system upgrade hours are not to exceed 36 hours per quarter. Contractor will perform standard duties of handling system security issues: review and maintain system logs. Maintain hardware components and orchestrate repairs/replacement with associated vendors. Develop and maintain ongoing systems manual illustrating system design, disk utilization, system up and downtime ratios, directory listings and HW and SW product listing (i.e. current and expected versions). Maintain system supplies. The Contractor must provide key personnel who are U.S. citizens and hold a Secret Security Clearance. The source of support will be evaluated on the following areas of consideration, listed in descending order of importance: (1) Past Performance: (a) Personnel Experience-Knowledge and experience with the Department of Defense Naval Sea Systems Command, its policies, and practices. Knowledge of specific services to be performed- Maintaining ASE environment and Installation; Allocating resources; Creating Databases; Refining Disk Resource Allocation; Controlling access; Auditing; Modifying Default ASE Configuration; Transaction Management; Backing Up and Restoring Databases and Transaction logs; Monitoring and Troubleshooting; Performance Tuning for Database; Modifying and Manipulating Data with SQL and Developing triggers; Monitoring network performance and maintaining network availability records; Tuning network component for optimal performance; Troubleshooting and resolving network problems; Monitoring and managing network server resource usage; Network, system, and e-mail account creation, modification, and deletion; Configuring and maintaining network interoperability gateway; Providing system configuration management; Providing monthly network performance summary for COTR; Conducting software installations and upgrades for total system as required. Making sure that all application software is installed correctly and all current maintenance levels have been applied; Reviewing and maintain system logs; Maintaining hardware components and orchestrating repairs/replacement with associated vendors; Developing and maintaining ongoing systems manual illustrating system design, disk utilization, system up and downtime ratios, directory listings and HW and SW product listing (i.e. current and expected versions); Maintaining system supplies. (b) Past Performance/Corporate experience: Capability in effectively and efficiently supporting a Federal Government Contracting Program Office. Further, recognizing the importance of 0% down-time on a live database system. Track record in effectively and efficiently supporting a Federal Government Contracting Program Office or similar organization. (2) Technical Approach: Effectiveness in working with all levels of inter-office and external government personnel. Ability to use the following software and hardware components: Sun Ultra 5 Workstation System 270 MHZ; UltraSPARC-III; Solaris 2.6 HW Clustered System; Software Sun StorEdge Volume Manager 2.6 FOR Media and Documentation; Sun Cluster 2.1 and 2.2 Software for SUN Enterprise 4000-5000, 4500-5500, SC200E; Solstice Backup 5.5.1 Workgroup Edition and Server Edition for Solaris Sparc/Intel, Media, DOCS, RTU; SOLSTICE backup 5.11-8 Slot Jukebox module for Solaris SPARC/INTEL, RTU; VERITAS File System 3.2 for Department servers RTU Only; Sun Cluster 2.1 Netscape InternetPro HA Agent; Sun Cluster 2.1 Sybase HA Agent. Demonstrated capability in the following functional support area(s): UNIX: Solaris 7; SYBASE: Sybase Central; VI and CDE editors usage; SQL Advantage. (3) Management Approach: Project Management Abilities; Reporting; Security Requirements; Quality Assurance (Quality Assurance, Total Quality Management, and Configuration management). Award will be made to the offer that represents the best value to the Government. Selection of an offer, therefore, may involve a tradeoff decision reflecting the Government's willingness to accept other than the lowest cost offer if the benefits of an offer with a higher technical score merit a higher cost. Award is to be made under Simplified Acquisition Procedures, FAR PART 13, on an all or none basis. All responsible sources may submit their fax quote which shall be considered by the Naval Sea Systems Command, 2531 Jefferson Davis Hwy National Center 3 Room 4E12 Arlington VA 22242-5160 ATTN Code 029P, fax number 703-602-2204. The Government shall not issue a written quote as all information is called out in the CBD Notice. All quotes shall include the vendors TAX IDENTIFICATION NUMBER; CAGE CODE AND DUNS NUMBER and shall be REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE. Responses must be submitted by 2:00 P.M. EST on 27 July 2000. The period of performance will be from date of award through 30 September 2000!! Posted 07/10/00 (W-SN472758). (0192)

Loren Data Corp. http://www.ld.com (SYN# 0043 20000712\J-0005.SOL)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |


Created on July 10, 2000 by Loren Data Corp. -- info@ld.com