Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2006 FBO #1691
SOLICITATION NOTICE

R -- SIPRNET SPECIALIST SERVICES FOR NATIONAL TRAINING CENTER FORT IRWIN, CA 92310.

Notice Date
7/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
ACA, Fort Irwin, Directorate of Contracting, PO Box 105095, Fort Irwin, CA 92310-5095
 
ZIP Code
92310-5095
 
Solicitation Number
W9124B-06-T-0022
 
Response Due
7/24/2006
 
Archive Date
9/22/2006
 
Small Business Set-Aside
Total Small Business
 
Description
THE NATIONAL TRAINING CENTER, FORT IRWIN, CALIFORNIA HAS A REQUIREMENT FOR THE DIRECTORATE OF INFORMATION MAMANGEMENT. THIS REQUIREMENT IS SUBJECT TO AVAILABILITY OF FUNDS. Prospective contractors must be registered with CCR prior to contract award. Please reference DoD DFARS Clause 252.204-7004, Required Central Contractor Registration. The CCR website address is www.ccr.gov, or by telephone at 1-800-227-2423. THIS REQUIREMENT IS 100 PERCENT SET ASIDE FOR SMALL BUSINESS. The Governments intent is to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the BEST VALUE to the Government base d on the following factors: maintain, operate, install and troubleshoot all types of COMSEC equipment; maintain, operate, install and troubleshoot Microsoft Windows Server 2003/XP systems in an Active Directory/Exchange 5.5/2003 environment; install, troub leshoot and configure all types of networking equipment; design and implement secure SIPR based networking systems that interoperate with Army tactical field communication systems and past performance. The award will be a FIRM FIXED PRICE PURCHASE ORDER WITH A BASE AND THREE (3) OPTION YEARS. THE PLACE OF PERFORMANCE IS THE NATIONAL TRAINING CENTER, FORT IRWIN, CALIFORNIA. The REQUIREMENT is for two (2) SIPRNET SUPPORT SPECIALIST with knowledge and experience installing, managing / maintaining, and trouble-shooting, data network systems; including Gigabit, switching, hubs, routing protocols, firewall policies, intrusion dete ction system (IDS), Exchange based email services, TACLANE and KIV encryption devices and LAN Emulation (LANE) as required by site. The SIPRNET Specialist will report to the Offeror Program Manager (PM) responsible for the subject site. The individual(s) will provide site support as directed by the Offeror PM. SCOPE OF WORK The performing contractor is primarily responsible for providing technical assistance to maintain contracted levels of System Availability. They will respond only to DOIM tasking related to this objective. The performing contractor shall provide the follow ing types of on-site support services: (1) Assist the DOIM POC in matters that relate directly or indirectly to the achievement of contracted levels of system performance. (2) Survey, analyze, evaluate and provide technical advice/trouble resolution pertaining to the performance and functionality of the Offeror installed SIPRNET system. (3) Technical assistance and training in such a manner that Government personnel will become progressively self-sufficient maintaining and operating the installed system. (4) Assist with SIPRNET system administration and maintenance for the SIPRNET network at Ft. Irwin. Maintain contracted levels of system availability utilizing the Intelligent Operation, Administration & Maintenance (IOA&M) trouble resolution tools and oth er GFE as may be furnished. a. Assist with the diagnosis and repair of all SIPR based systems, communication devices and cabling systems. b. Assist with the troubleshooting, diagnosis and repair of the unclassified NIPR based network as a function of troubleshooting SIPR to NIPR connectivity problems. c. Assist the training unit in providing a SIPR network connection during the training cycle. (5) Assist the principal network manager/system administrator responsible for: a. Rapid detection and resolution of system failures/component failures/errors. b. Network/System operation. c. Routine network software and hardware installation and replacement. d. Network file server, Exchange Services, backup and restore. e. Audit trail and Email//password administration. f. Component and system failures. g. Performance of first echelon maintenance including, but not limited to, updating user profiles and power off procedures to protect the system during emergency situations. h. Modification of fiber patch panels to support system requirements and maintain system performance objectives. (6)Maintain configuration management. (7)Firewall policy, router access control list (RSCL), and Intrusion Detection Systems (IDS) administration. (8)Emergency replacement of failed or upgraded network components. (9)Configuration of replaced network components. (10) Consultation and guidance to Government system operators pertaining to system generation, troubleshooting, and general system operation. (11) Assist the DOIM in establishing a plan/Standard Operating Procedures (SOP) for specific O&M routines, training, qualification requirements, improved O&M method suggestion, procedures and conventions, and implementation by government personnel. (12) Assist and advise DOIM POC for all warranty related actions. (Includes providing instruction and assistance in timely preparation of defective components for shipment to the prime contractor's plant for repair, replacement, or exchange). (13) Assist in the installation of software updates to the SIPRNET system. (14) Monthly Status Report (MSR), which will detail the effort, expended to support SIPRNET program at Ft. Irwin. The report will be due 3 business days after the end of the calendar month. Two (2) copies of MSR will be provided to the DOIM. The contractor will issue the MSR to the DOIM for review and approval. The DOIM will review the MSR within seven (7) days and accept or reject the MSR in writing. The report shall provide information and data on the following: number of trouble calls attributed to syste m/component failures, nature of problem, location and impact on the system and system operation, action taken to correct the problem, and potential impact to other systems. Additionally, the report will identify significant problems, support efforts, techn ical assistance, advice, and subsequent problem resolutions that resulted from this effort. (15) Technical assistance and consultation that is outside the scope of this effort shall be provided on an as-need basis and only upon request from the Offeror/Government POCs identified below: (16) Government Furnished Equipment (GFE) and materials used by the SIPRNET Specialist during the performance of on-site technical assistance shall be delivered to the contractor in serviceable condition. The SIPRNET Specialist with government approval ma y utilize GFE. (17) Office workspace, with access to a telephone will be provided as required for O&M of this project. This includes, as a minimum, a desk, a telephone, access to a FAX machine, and reproduction equipment to be used in support of problem resolution and i dentification. (18) Some travel may be required in performance of the support effort listed above. Should travel be required, expenses will be reimbursed IAW JTR Volume 2, Chapter 4. Prior Government approval will be required. The DOIM POC has the authority to overrule the performing contractor recommendations at the risk of reducing overall system performance and releasing Offeror from the System Availability criteria while the overrule remains in effect. SIPRNET services shall be available on a 12-hour, Monday through Friday schedule, exclusive of Federal and site specific State Government holidays in two shifts. First shift shall begin at 0800 till 1630 hours, the second shift from 1200 till 2030 hours. This schedule may change at the discretion of the Government, in writing, within 2 weeks of the requirement and may include scheduled weekend work. The performing contractor shall be on call during the training unit cycle, typically 8-10 times a year, for 3-week periods. The contractor(s) shall be required to address and/or restore any services within 4 hours from the point in which the contractor is notified. The performing contractor will be expected to work up to 100 additional hours of overtime in a ca lendar year, depending upon the requirements of the Army and the National Training Center for SIPR services. Any additional overtime requests that excee d 100 hours per year will be paid for by the DOIM. SIPRNET SPECIALIST services will be available on a 16-hour, Monday through Friday schedule, exclusive of Federal and site specific State Government holidays. The working day is defined as any eight hours, typically between 8:00 AM and 8:00 PM local time at the Government site, Monday through Friday. Questions may be submitted not later than July 17, 2006 2:00 PST of FedBizOpps announcement. Questions must be addressed to both Contract Specialist Bistra Nast via e-mail at bistra.nast@irwin.army.mil, phone 760-380-7035 PST and Contracting Officer Rosali nd M. Whitfield via e-mail at rosalind.whitfield@irwin.army.mil, phone 760-380-6576 PST. Answers will be provided via amendment on or about July 21, 2006. Solicitation package will be available on or about July 18, 2006. For receipt of solicitation packag e please visit the Army Single Face to Industry (ASFI) Acquisition Business Web Site to download W9124B-06-T-0022 or by request to either contracting individuals named above. SIPRNET SPECIALIST MUST POSSESS AND MAINTAIN A SECRET SECURITY CLEARANCE.
 
Place of Performance
Address: ACA, Fort Irwin Directorate of Contracting, PO Box 105095 Fort Irwin CA
Zip Code: 92310-5095
Country: US
 
Record
SN01087443-W 20060714/060712220957 (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.