Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2005 FBO #1385
SOLICITATION NOTICE

R -- Contingency/Emergency Office

Notice Date
9/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, UNB 4th Floor 200 Third Street, Parkersburg, WV, 26101-5312
 
ZIP Code
26101-5312
 
Solicitation Number
RFQ-FS-05-0002
 
Response Due
9/19/2005
 
Archive Date
9/10/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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. Solicitation number is RFQ-FS-05-0002 issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-21. The NAICS code for this solicitation is 541513 and the size standard is $21,000,000. PERFORMANCE WORK STATEMENT CONTINGENCY/EMERGENCY OFFICE REQUIREMENT September 6, 2005, Rev. 0 Statement of Objectives: Provide remote backup of FedSource/U.S. Treasury (see fedsource.gov website) servers and continuity of operations due to emergency, disaster, or contingency events. FedSource Baltimore requires that their business and customer support initiatives continue, non-stop, even in the event of a catastrophic event that would shut down, inactivate, or destroy existing office space located in the city of Baltimore, Maryland. FedSource Baltimore requires a contingent disaster recovery capability, with its associated disaster recovery services, to maintain its current business operations. The contingency program must consist of access to an office facility during a disaster, with on line, database, and communications in place, associated disaster notification services, and routine site tests. Contractor should also be able to provide disaster recovery services and business continuity consulting to assist FedSource in understanding and providing for their recovery needs. The pre-positioning of supplies at the contingency location is required. Disaster Contingency Capability: Access to a contingency disaster recovery capability is required immediately after a contingent disaster event (max. delay is two hours after FedSource contacts contractor declaring a disaster and the need for the capability). For the purposes for of this requirement, a contingency or disaster is defined to be an event over which FedSource has no control that causes FedSource to lose access to its facility located at 31 Hopkins Plaza, Suite1600, Baltimore, MD, 21201-2806, such as, for example and without limitation, fire, flood, earthquake, hurricane, tornado, act of terror, act of war, etc. Instantaneous access to the contingency capability during a disaster or emergency with some capability to expand operations to include establishing more permanent space should FedSource suffer a complete loss of their current office space. Twenty-four hour access to a 20 seat Contingency Capability during a declared disaster as defined herein, and to provide for remote backup of four (4) FedSource servers. Contingency capability should include the following abilities: To backup, store, and retrieve all application transactions and database files offsite from the FedSource Baltimore environment on a daily basis. To have an off-site server infrastructure that FedSource can access if the servers at the FedSource Baltimore location fail to work. To have office space, server/desktop infrastructure that can support up to 20 FedSource staff for up to 6 months in the event that the Baltimore FedSource office becomes non-accessible. The location/capability must be within a 15 mile radius of Baltimore City and must be within close proximity to public transportation. In addition to providing FedSource-Baltimore access to the Contingency Capability within the specified time, Contractor agrees to provide FedSource-Baltimore access to and use of on-line computer workstations at the Contingency Capability equipped with: a. Computer b. Internet access c. Telephones d. Fax service, copiers, and printers e. FedSource-Baltimore backup software as required. Contractor agrees to provide to FedSource-Baltimore access to and use of the Contingency Capability and workstations until such time as FedSource-Baltimore reasonably determines that the disaster conditions have ended. Contractor agrees to provide FedSource-Baltimore access to the following computer software programs: 1) Windows XP Pro/office, Runs on Work Stations, supplied by Disc(s); 2) Windows 2k, Runs on Server, supplied by Disc; 3) Exchange 2003, runs on Server, supplied by Disc; and 4) Stars, runs on Server/Workstation, supplied by Disc. FedSource-Baltimore shall maintain valid licenses on foregoing computer software programs. Specific details regarding FedSource-Baltimore's software and backup requirements, such as backup schedules, server equipment, etc., may be reviewed and shared with contractor as required. Given contingency conditions, it is uncertain how FedSource-Baltimore software and data may be available to FedSource-Baltimore. Both contractor and FedSource will work together with due diligence to integrate software and date backup/restore requirements with the Contingency Capability site. Contractor will act with promptness and diligence to provide FedSource-Baltimore access to FedSource-Baltimore?s software and data as soon as reasonably practicable given the circumstances. Contractor shall also have the ability to provide ?front desk? and security support to FedSource-Baltimore when the contingency capability is exercised. As well as the ability to expand operations and provide additional backup services (such as tape pick-up, tape verification etc.). Access to additional information technology consulting or support at designated locations is also desired, as required. Period of Performance: It is desired that this contingent capability remain in place for a period of one year, with four (4) one-year options. The planned period of performance is 25 September to 24 September for the base and option years. Protection of FedSource Confidential Information: Contractor will be provided and otherwise will acquire access to FedSource-Baltimore?s Confidential Information (as defined below). As used in this requirement, the term ?Confidential Information? means any and all confidential, proprietary, or secret information, including that conceived or developed by a Contractor, applicable or in any way related to (a) FedSource-Baltimore?s present or future business: (b) FedSource-Baltimore?s research and development: or (c) the business of FedSource-Baltimore?s customers or vendors. Such Confidential Information includes by way of example only and without limitation, FedSource-Baltimore?s trade secrets, intellectual property, confidential business information (such as marketing plans, customer lists, employee roster, cost and pricing information, etc.), technical information (such as computer software, formula?s, designs, product or systems specifications, etc.) and any other information relating to FedSource-Baltimore?s business, technology, customers, vendors, or employees which is not available to the public. Contractor acknowledges and agrees that FedSource-Baltimore?s Confidential Information is a special, valuable, and unique asset of FedSource-Baltimore. Contractor agrees that it will not disclose at anytime (whether during the term of its engagement or thereafter) for any purpose and will maintain in strict confidence and trust, FedSource-Baltimore?s Confidential Information, except to the extent otherwise required by law. Contractor agrees that during and after the term of its engagement it will not use or disclose to any person or entity, directly or indirectly, any Confidential Information without FedSource-Baltimore?s prior written consent unless reasonably necessary to perform its duties under this document, and unless required by applicable law. Contractor agrees to promptly notify in writing FedSource-Baltimore in advance of any disclosure of Confidential Information necessary to perform Contractor?s duties. Contractor further agrees to notify FedSource-Baltimore when disclosure of Confidential Information is being requested pursuant to law. Contractor agrees to abide by FedSource-Baltimore?s policies and rules established from time-to-time for the protection of its Confidential Information. These restrictions do not apply to any information generally available to the public or any information properly obtained by Contractor from a completely independent source. Contractor agrees to indemnify and hold FedSource-Baltimore harmless against any and all claims made against FedSource-Baltimore resulting from any violation of this provision by Contractor. Contractor agrees that it will not remove any Confidential Information from Contractor?s premises or make any copies of Confidential Information except as expressly authorized by FedSource-Baltimore or as may be required by applicable law. Upon request by FedSource-Baltimore, or upon termination of the contract, regardless of the reason for such termination, Contractor agrees to return to FedSource-Baltimore all FedSource-Baltimore?s documents, records, notebooks, magnetic tapes, discs, or other materials, including all copies thereof in its possession, custody, or control, that contain FedSource-Baltimore?s Confidential Information or any other information concerning FedSource-Baltimore, its products, services, customers, or employees, whether that information was prepared by Contractor or others. Performance and Quality Measurement: The contractor shall provide quality assurance and testing services routinely to ensure that the contingency capability is functional and in a continual state of readiness. Quality testing should be forwarded to FedSource at least quarterly. FedSource representatives shall have access to contingency capability at any time, subject to prior timely notification to the contractor. Proposal Instructions: Proposals shall be submitted in accordance with instructions provided with this combined synopsis/solicitation, and shall include the following: 1. Technical - A brief narrative statement by the offeror describing the facility and capabilities proposed to satisfy the requirement described herein no more than four pages in length. May be accompanied by commercial corporate capabilities information on the offeror also, but not to exceed four pages in length. 2. Price - A price proposal shall be submitted on a fixed price, monthly fee basis, far a base year and four (4) option years. The provision at 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. In accordance with FAR 52.212-2, award will be based on ?best value? based on technical and then price. Technical capability is more important than price. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items with their offer. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act--Supplies; 52.225-13 Restriction on Certain Foreign Purchases; 52-232-33, Payment by Electronic Funds Transfer Central Contractor Registration. To download 52.212-3 Offeror Representations and Certifications Commercial Items, visit our website at: http://www.publicdebt.treas.gov/oa/oaprocr.htm. Offers must be received at the Bureau of the Public Debt, 200 Third Street, UNB 4th Floor, Parkersburg, WV 26101 by 2:00 P.M. Eastern Daylight Time on Monday, September 19, 2005. Offers may be faxed to 304-480-7203 or Emailed to david.frock@bpd.treas.gov. Offerors must call 304-480-7039 to confirm receipt of faxed offers. Interested offerors may register at http://www.fedbizopps.gov to receive notification when any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list; therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. If the Internet option is not available to you, you may receive a hard copy of any amendments (via U.S. Mail) by faxing your request to (304) 480-7203.
 
Place of Performance
Address: Contractor to Propose
Zip Code: 21201
Country: USA
 
Record
SN00891832-W 20050911/050909213005 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.