Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
MODIFICATION

R -- Science and Technology Defense and Engineering Network Administrator

Notice Date
11/18/2005
 
Notice Type
Modification
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NFEC Southwest, Specialty Center Contracts Core, 1205 Mill Road Building 850, Port Hueneme, CA, 92043-4347
 
ZIP Code
92043-4347
 
Solicitation Number
N62473-06-T-3012
 
Response Due
11/28/2005
 
Description
CHANGES TO A PREVIOUS NOTICE, 18 Nov 2005.--- Add sentence: This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement, constitute the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation N62473-06-T-3012 is issued as Request For Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect though Federal Acquisition Circular FAC 97.19 and issued in accordance with FAR 13.5. This is an unrestricted competitive procurement. Delete sentence as follows: (c) Performance-Certification by the Government of satisfactory services provided is contingent upon the contractor performing in accordance with terms and conditions of the reference contract, this Statement of Work, the approved task proposal and all associated amendments and/or modifications and Replace it with sentence as follows: (c) Performance-Certification by the Government of satisfactory services provided is contingent upon the contractor performing in accordance with terms and conditions of the proposed contract.? Add the following paragraph: Government Furnished Resources: In support of the requirements of this project, NFESC will provide the following: Office workspace, computer equipment, test equipment, test and evaluation software, access to telephone, copier, fax and other communications equipment, related communications services, computer related supplies and consumables, and other equipment and supplies required for the contractor to perform his/her tasks. All hardware, software and supplies provided to the Contractor by NFESC remains the property of the Government. All documentation, specifications and unique procedures developed during the period of performance will become the property of the Government. Government Furnished Information (GFI). The Government will furnish certain Government Furnished Information (GFI) for the Contractor?s exclusive use during the period of performance of the Contract. These typically will include documents produced or owned by the Government, including systems documentation, systems manuals, operation procedures, standards, specifications or guidelines governing development of deliverables, manuals and related materials. The Government will provide any incidental training relating to safety, and safety equipment operation that may be required for Contractor personnel engaged in providing the required services. Contractor Furnished Resources shall be as delineated in the contractor proposal if any. This procurement requires a Security Clearance.----END OF NEW INFORMATION. This procurement is being processed in accordance with FAR Part 12 Acquisition of Commercial Items. A Firm Fixed Price Contract will be awarded using Simplified Acquisition Procedures under FAR Part 13.5?Test Program for Certain Commercial Items. The North American Industrial Classification System (NAICS) is 541512. The NFESC provides specialized facilities engineering, analyses, and systems development for a wide range of facilities, ocean, energy utility, environmental, and expeditionary/amphibious customers. This contract will provide information technology support services for primary management of the Science and Technology (S and T) Desktop workstations (approximate total number of 130), Defense Research and Engineering Network (DREN), DREN Workstations, Kiosks, and VTCs located at the Naval Facilities Engineering Service Center (NFESC), Port Hueneme, CA. The responsibility of the NFESCs Information System Div (ISD) is to provide IT Support Services to NFESC engineers & scientist in the area of configuration support, troubleshooting and help desk for NMCI S and T seats (approximate number S and T workstation is 130). Further responsibility of NFESC ISD is to provide IT services to NFESC engineers and scientists in the area of configuration support, trouble shooting, and help desk for the DREN network/seats, Kiosks, and VTCs (approximate number of DREN and Kiosk is 85 and VTC units is 3). The NFESC ADP Networking Environment current configuration of the major computer systems, operating system software and network components are as follows: (a) Hardware and Software ? The S and T environment consists of Dell Pentium single processor microcomputers, that can be either desktop or laptops, consists of any or all of the following, internal hard disk drives, optical drives, CD-ROM drives, tape drives, ZIP drives, LaserJet printers and scanners. All microcomputers operate under the Windows 2000 operating system. The systems are imaged with the NMCI approved Gold disk and any other software installed must be approved licensed software. The DREN and Kiosk environment consists of network devices, various brand microcomputers with varying numbers of processors and varying operating systems including Windows NT 4, Windows 2000, Linux, and UNIX. They can be either desktop or laptops, consists of any or all of the following: internal hard disk drives, optical drives, CD-ROM drives, tape drives, ZIP drives, LaserJet printers and scanners. NMCI S and T seats are Dell desktops and laptops running Windows 2000; (b) Networking ? The network consists of multiple twisted pair Ethernet based LANs that are part of the NMCI infrastructure where the S and T seats will reside. The DREN network consists of multiple twisted pair Ethernet based LANs; (c) Performance- Certification by the Government of satisfactory services provided is contingent upon the contractor performing in accordance with terms and conditions of the reference contract, this Statement of Work, the approved task proposal and all associated amendments and/or modifications. The contractor shall provide the following technical services as follows: Contract Line Item Number (CLIN) 0001, Quantity 1,920 hours, Unit Hours, Description: The contractor shall provide information technology services in accordance with the following requirements: (a) provide service as a primary management of S and T Desktop workstations, DREN, DREN workstations, Kiosks, and VTCs located at NFESC. The services shall entail a broad spectrum of PC workstation, laptop and peripheral support, including: fielding and resolving repair help desk calls submitted by various command internal customers, troubleshooting hardware and software, installing, configuring, testing and distributing of hardware and software (including uploading and downloading user data and installation of the standard NAVFAC applications). Contractor will be the NFESC S and T Configuration Manager and the DREN Network Manager and assignments are coordinated through the NFESC ESC12 Division and require careful coordination with team members and extensive interaction with customers. Specific Requirements: Contractor shall participate in all NFESC Information Technology support tasks within the general Intel Windows environment integrated with Microsoft Windows 2000. These tasks include: Installation of removable storage devices, hard disk drives, CD-ROM DVD devices. Coordinate the repair of GFE that is still under warranty. Provide first line ADPE (hardware) diagnostic and repair services. Provide PC component and peripheral diagnostics, effecting feasible repairs. Provide network device support Provide assistance with major office automation applications. Consult and assist on all types of computer-to-computer communications. Effect data transfer and translation between dissimilar software applications. Windows software installation, implementations, utilizing the approved Gold disk. Driver software installation, configuration. Ensure that the S andT configurations stay up to date on all hotfixes, patches and service releases. Operating and Application system software installation, implementations Driver software installation, configuration Ensure that the DREN and Kiosk configurations stay up to date on all hotfixes, patches and service releases 2.2a The VTC activities include: Equipment Moving, Connection, and Setup. Typical tasks include: (1) disconnecting, disassembly, moving re-assembly and reconnecting the VTC equipment, (2) placing the moved system for optimal performance according to the geometry of the conference room(s), and (3) ensuring that the system controls and interfaces are operating in accordance with operational specifications Moving Wide-band Data Transmission Line Connections. Typical tasks include: (1) reconfiguring communications closet VTC patch-cords to facilitate equipment movement, and (2) ensuring VTC communication closet patch panel connections are configured for proper -hot- network operation Installing End User Firmware and Hardware Upgrades. Typical tasks include: (1) installing or upgrading end-user field serviceable firmware, (2) installing or upgrading end-user field serviceable hardware, and (3) performing end-user periodic scheduled and unscheduled maintenance actions. The contractor shall notify the Government when chronic workload backlogs persist that may have an overall impact on the quality or effectiveness of services provided, or when additional staffing may be required. The contract Period of Performance is one-year base period with one-year option period: December 1, 2005 to November 30, 2006 ? Base Year December 1, 2006 to November 30, 2007 ? Option Year 1. (CLIN) 0002, Option Year 1, Quantity, 1,920 hours (same as Item 0001) FAR provisions 52.252-2, 52.212-1 and 52.212-2, Evaluation-Commercial Items applies. Evaluation Criteria: (a) The government will award a contract resulting from this solicitation to the responsible quoter whose quote confirming to the solicitation will be most advantageous to the government, price and other factors considered: (i) Technical Experience, (1) Companies or individual submitting quote for this work should demonstrate at least 5 of years of experience in Networking and Help desk support. Specific experience with Network Servers configuration and LAN Support will be considered a plus, as well as experience with Microsoft system. Quoters shall provide at least three previous customers for whom quoter has successfully completed work of similar complexity, size and scope for the government to contact. Our interview with previous customers will be designed to determine quality of work, cost control, timeliness, and business relations. (2) Companies or individual submitting a quote on this work must demonstrate that personnel proposed for this project have experience in Network Servers, Microsoft Operation System, PC Repair, LAN knowledge in general. (ii) Price will be a factor in the overall determination of a winning quote. (3) Options. The Government will evaluate quote for award purposes by adding the total price for options to the total price of the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option. Quoters are to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its quote. Companies registered on ORCA must have a current and up to date information. Technical and past performance, when combined, is more important than price. Clauses Incorporated by References: 52.212-4, Contract Terms and Conditions--Commercial Items, Oct 2003 and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, April 2005 applies. The following FAR clauses cited in FAR 52.212-5 apply and as follows: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.232-29, 52.232-30, 52.232-33, and 52.239-1. Clauses Incorporated by Reference in DFARs 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) applies. The following DFAR clauses cited in DFARs 252.212-7001 applies and as follows: 252.203-3, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002 Other FAR clauses are incorporated by reference: 52.227-14, 52.232-25; 52.246-2; 52.246-4; 52.247-34; 52.249-2; 52.252-2. The following FAR clauses for Option applies: FAR 52.217-5 Evaluation of Options, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend Term of the Contract. The web site address for electronically accessing the FAR and DFAR clauses is http://www.arnet.gov/far. Quotes are due NLT 28 Nov 2005, 2:00 p.m. (PST). Submit quotes including attachments via electronic means to Maria.Nailat@navy.mil. Deadline for submitting any questions regarding the solicitation will be 23 Nov 2005, 2:000 p.m. (PST). Refer any questions to Maria Nailat via e-mail at Maria.Nailat@navy.mil..
 
Place of Performance
Address: Nationwide
 
Record
SN00934630-W 20051120/051118212253 (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.