Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2006 FBO #1664
SOURCES SOUGHT

D -- Information Assurance, Architecture, and Profolio Management

Notice Date
6/15/2006
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
Reference-Number-AETCCONSIAAPM
 
Response Due
7/5/2006
 
Description
Air Education & Training Command (AETC) Contracting Squadron is seeking sources capable of performing/providing the AETC Network Operations and Security Center (NOSC) and HQ AETC/A6I/A6O with timely, proactive, high quality communications and computer services. This RFI is for planning purposes only. This information will be used in conducting market research to identify potential sources and commercial products, obtain prices, and to locate businesses experienced in BOS services that express interest in performing these requirements. This RFI shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. A formal solicitation will be announced separately. The tentative solicitation issue date is Oct 2006; however this date is subject to change. The Government will award one contract. A Firm Fixed Price type contract is contemplated. A source selection will be conducted per Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315 and Mandatory Procedures (MP) 5315.3 at HQ AETC, Randolph AFB, TX. Contacts to Government personnel by potential offerors regarding this project are not allowed. The Contract Specialist, Ms Gwen Mayhue, will post all information regarding this solicitation as soon as it becomes available. Comments and information on the following are requested for services that include but not limited to: Information Technology (IT) planning, Directory Services (Currently Microsoft Active Directory) administration and support, Air Force Messaging (Currently Microsoft Exchange 5.5, 2000, & 2003 and Defense Message System (DMS)), administration and support, Local customer support, Network Management (NM) and Administration, Firewall administration, Combat Information Transport System (CITS) configuration and support, Information assurance, Information protection, Boundary Protection, Intrusion Detection/Vulnerability Assessment (ID/VA), Training of NOSC personnel as appropriate, Senior Network Engineer, Software development/support/planning of IT systems. Contractor?s proficiency level must keep pace with technological advances in the IT industry. Qualifications for contractors are as follows: A minimum of 4 year college degree in an IT related discipline required. Eight years of continuous and current IT/Engineering related experience is an acceptable substitute for the 4 year college degree. A minimum of a 4 year degree in engineering (Electrical, electronics, telecommunications, or computer), (Note: direct experience of 10-15 years may be substituted for a degree with at least seven (7) years recent experience). A Master Degree is highly desired but not required. At least seven (7) years recent experience in designing, maintaining, integrating and engineering network solutions; at least two (2) years should include recent network architecture experience. Five (5) years of recent program management experience related to information technology (IT) projects. Requested waivers to these requirements shall be reviewed and granted by the HQ AETC/A6 based solely on Government benefits. The anticipated dollar value for this acquisition is over $2 Million over a period of 12 months. Requirement: (Note: The description herein is a summary of the required services and is not intended to be all-inclusive). Professional services to design, operate and maintain the AETC Network Enterprise, Messaging Firewalls, Active Directory (AD), System Management Server (SMS), Infrastructure, Network Defense, Intrusion Detection, and Vulnerability Assessments. Professional and technical engineering support for the Architecture, Technology & Interoperability enterprise. System Compatibility: Interested vendors should respond via e-mail their capability statement/information to listed point of contacts. The capabilities statement/information should include as a minimum a detailed description of your service (including requirements/system compatibility, software and hardware maintenance/modification/upgrade requirements), catalog, brochure, business size (i.e., small business, large business, small disadvantaged business, etc.), and prices (including maintenance costs). All contractors must be FCC registered. Current service delivery infrastructure is not compatible with newer delivery technologies (i.e., satellite television). All responses must address overall infrastructure requirements, if applicable, and address conversion from the NTSC standard to the ATSC standard. Small Business (SB) Set-Aside Determination: The Government reserves the right to decide whether or not a SB set-aside is appropriate for this acquisition based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. In the solicitation, the extent to which prime contractors provide for the significant use of small and small disadvantaged business subcontractors will be a consideration in the evaluation of proposals. Points of Contact: Gwen Mayhue, Contract Specialist, Phone 210-652-4259, Email gwen.mayhue@randolph.af.mil , and Myles Rellstab, Contracting Officer, Phone 210-652-6388, Email myles.rellstab@randolph.af.mil . Additional information or updates will be posted at the www.fbo.gov. It is the responsibility of interested parties to check this site regularly for any changes or updates. Request responses shall be provided no later than 3:00 pm on July 5, 2006. An electronic response, preferably e-mail is the accepted method.
 
Place of Performance
Address: Randolph AFB
Zip Code: 78150
Country: USA
 
Record
SN01070603-W 20060617/060615221019 (fbodaily.com)
 
Source
FedBizOpps 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.