Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
SOURCES SOUGHT

D -- Computer Operational support for the submarine Lauched Ballistic Missile (SLBM) Computing Environment (SCE)

Notice Date
9/14/2005
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA, 22448-5100
 
ZIP Code
22448-5100
 
Solicitation Number
N0017805Q1930
 
Response Due
10/3/2005
 
Archive Date
11/3/2005
 
Small Business Set-Aside
8a Competitive
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) is publicizing this sources sought announcement for a competitive set-aside acquisition pursuant to Section 8(a) of the Small Business Act (15 U.S.C. 637 (a)) to determine prospective 8(a) businesses capable of providing support for the Submarine Launched Ballistic Missile (SLBM) Computing Environment (SCE) which provides the basis for the generation, checkout, verification and validation, maintenance, and configuration management of support and operational fire control software for TRIDENT II (US and UK) and Attack Weapons system for SSGN. The SLBM SCE users community consists of SLBM Research and Analysis Division (K40) and the SLBM software Development (K50) in the Strategic & Weapons Control System Department. In the event that no 8(a) small businesses are determined to be capable of providing this support, this acquisition will be solicited as a small business set-aside under NAVSEA?s Seaport-Enhanced contract. Overview: The contractor shall provide System Analysts and Computer Operators to support computer operations within the SCE Computer Area and support for the Tomahawk Ship/Submarine Environment and Missile Simulation (SEMS). The Computer operator tasks shall include, but are not limited to performing equipment start up, performing system inspections, performing equipment operations, performing routine equipment preventive maintenance, performing equipment shutdown, interfacing with and supporting the user community, recording logbook entries pertaining to system performance, recording problems, notifying system managers of hardware/software or operational problems, identifying and taking corrective action to correct hardware faults, performing daily, weekly, and monthly disk to tape backups. The Systems Analysts shall have training and/or experience with PCs, Sun Operating Systems, VMS Operating Systems, and DEC/UNIX Operating Systems. Systems Analysts shall perform tasks that include but are not limited to writing and maintaining scripts/procedures, software installations, maintaining system configurations, documentation, user assistance, adding new users, system backups, keeping up with state of the art software releases, and maintaining security. The SCE Computer environment includes an E10K Unix system and administration of it is highly specialized and differs from ordinary Unix system administration in that the E10K is a domain-oriented, high availability, dynamically reconfigurable, high performance resource. The E10K is actually several machines within a machine. That is, system resources consisting of CPUs, memory and I/O are assigned to domains. Each domain is electrically isolated, runs its own operating system, and behaves like a separate machine. Several older Sun enterprise class servers have been consolidated onto the E10K and retired. Accordingly, E10K system administration requires specialized training and specialized knowledge of the E10K architecture, as well as ordinary Unix system administration skills. Personnel supporting this contract are required to have specialized experience. Specialized experience is defined as experience in the area of managing operating systems on SUNs, PCs and other computing type systems. Additional experience is needed in the area of system operations and maintenance. This includes conducting backups of all system data to media and controlling the media to the correct classification. By definition, specialized experience satisfies the definition of general experience and can be counted concurrently. It is required that specialized experience be directly related to the following areas: System Analysts: Unix System Administration (SUN E10000): Veritas Volume Manager; Unix System Administration; Solaris 7+; Unix Scripting; Thin Client (Sun Ray); Sudo; NTFS; CIFS; DNS; Windows System Administration: Lan Desk, Windows 2003 Server, Windows 2000 and XP Operating System, X11 (eXceed), Thin Clients (HW/SW), Software (Adobe Acrobat, MS Office, CD Creator, Ghost, Form Filler), Windows Print Server, PKI, VSCAN, Disk Imaging, NTFS, CIFS, DNS, Windows Networking, Security Setup and Updates (IAVA?s); VME Computer Support; NMCI Pre-Support; User Assistance. Operators: System Administration, User Administration, User Assistance, File Transfers, Veritas Backups, Cell Phone and Laptop Control, Print Outs, sudo, NMCI ? Pre Support. All of the contractors personnel work tasks are to be conducted on-site at NSWCDD, Dahlgren VA. The contractor shall be required to operate in specialized classified environments that require security clearances up to the Secret level. Scope of Effort: The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity contract with a Cost Plus Fixed Fee (Level of Effort) pricing arrangement with a period of performance of five (5) years. comprised of approximately forty-five (45) man-years total. Work is planned to begin in January 2006. Criteria: Responses should address, as a minimum, the following criteria: (1) demonstrated experience and qualifications of personnel relevant to the proposed tasks, identifying key and supporting personnel, and their previous accomplishments on similar or closely related projects; (2) demonstrated ability to obtain security clearances at the time of contract award for all personnel expected to provide contractor support in accordance with the above requirements; (3) expected percentage of effort, if any, to be subcontracted and whether 8(a), small, or large businesses will be used. Experience must include demonstrated capabilities to understand issues associated with Navy system development and evaluation, and the roles / relationships of military computer facilities management and field activities supporting such activities. Responses: All interested 8(a) companies are invited to provide a capabilities statement which contains, at a minimum, the following: (1) a concise discussion of the company?s technical understanding of the major issues relating to computer facilities management as discussed above, (2) a summary of previous corporate experience relevant to the above criteria obtained within at least the last five years (more is preferred) together with applicable Government contract numbers and Government technical and contract points of contact with current telephone numbers (applicable experience gained through performance on a subcontract can be substituted for and/or can supplement prime contractor experience if necessary), (3) an overview of company personnel (by labor category) expected to be assigned to a resultant contract, (4) a corporate roadmap on how labor categories not currently fulfilled by existing company personnel plan to be filled by the contract award date, (5) any potential subcontracting arrangements being considered at this time, (6) statement as to the existence of a corporate DCAA-approved accounting system for cost-type contracts or evidence of the ability to obtain DCAA approval by the contract award date, and (7) statement as to the existence of a corporate make-or-buy plan or plans to develop one by the contract award date. If subcontracting is contemplated, the capabilities statement shall contain sufficient information concerning the planned subcontracting arrangements to assure the Government that the limitations in FAR 52.219-14 can be met. These limitations require that at least 50% of the cost of contract performance incurred for personnel will be expended for employees of the prime contractor. The submitted capabilities statement is not to exceed ten (10) double-spaced, single-sided pages. 8(a) companies determined to be most capable based on a review of the capabilities statements may be asked to provide a capabilities briefing not to exceed two hours to NSWCDD staff at NSWCDD, which will be used to supplement the written capabilities statement. Offerors shall include a statement that they are a certified 8(a) contractor. The applicable NAICS code for this acquisition is 541513 with a size standard of $21 million. Submission: This sources sought is being issued for the purpose of identifying those 8(a) companies with appropriate expertise that might be interested in responding to a formal solicitation for Computer Facility Management Service supporting the NSWCDD SLBM Research and Analysis Division. Should sufficient expertise be determined to exist, a formal solicitation for a 8 (a) set-aside will be forthcoming. This announcement is a request for information and no contract will be awarded pursuant to this announcement. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this sources sought marked or designated as corporate proprietary information will be fully protected and held in strict confidence. Written capabilities statement responses to this sources sought are due no later than 12:00 p.m. Eastern Daylight Saving Time on 3 October 2005 and should be addressed to: Naval Surface Warfare Center, Dahlgren Division, ATTN: Code XDS114, Building 183 Room 102, 17320 Dahlgren Road, Dahlgren VA 22448-5100. All responses must be in writing and reference Sources Sought No. N00178-05-Q-1930. No telephone responses will be accepted. No contractor responses received after the advertised due date and time will be accepted. No exceptions to this receipt deadline will be granted under any circumstances. The phone number is 540-653-7478, facsimile number is 540-653-7088 and email address is XDS11@nswc.navy.mil.
 
Place of Performance
Address: NSWC DAHLGREN DIVISION, 17320 DAHLGREN ROAD, DAHLGREN VA 22448-5100
Zip Code: 22448
Country: USA
 
Record
SN00895311-W 20050916/050914212755 (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  © 1994-2020, Loren Data Corp.