Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2006 FBO #1789
SOLICITATION NOTICE

R -- DoDIIS DISTRIBUTED LABORATORIES and D2 Lab DIA INFRASTRUCTURE SUPPORT

Notice Date
10/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Defense Intelligence Agency, DIA Bolling AFB, Bolling AFB, Bldg. 6000 AE-2, Washington, DC, 20340-5100
 
ZIP Code
20340-5100
 
Solicitation Number
HHM402-07-R-0002
 
Response Due
11/1/2006
 
Archive Date
12/1/2006
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation is issued as a Request for Proposal (RFP) No. HHM402-07-R-0002. This is a unrestricted RFP. The North American Industry Classification System Code is 541519. Period of Performance: 1 work year. The contractor shall perform all services and provide all necessary equipment to accomplish the requirement(s) as stated in the statement of work, entitled, "DoDIIS Distributed Laboratories and DIA Infrastructure Support, dated 11 October 06 and the Contract Security Classification Specification, DD Form 254. The contractor must supply the brand name equipment listed or an equal that will satisfy the government's requirement. If supplying an or equal the contractor shall specify brand name and model number of each piece of or equal equipment. The government contemplates the award of a firm fixed priced contract. Statement of work: 1. Purpose The DODIIS IT requirements are ever expanding and the R2 mission has never been more important. A vital element of this is the RRC-2 D2Lab effort. The D2Lab has grown from supporting projects and developers limited to the Washington Capital Beltway to supporting all of DODIIS through its enterprise approach of connecting remote DODIIS labs, resources, and people into one virtual lab. The D2Lab will be required to support multiple environments which will allow all aspects of prototyping, testing, integration, and development of all DODIIS programs. The environments are LabX, development, system integration and test (SI&T), and the production test environment (PT&E). LabX will play a significant role in allowing functional user feedback to projects undergoing prototyping or providing feedback on new vendor products. This feedback is crucial and allows the customer to get an early peek and try out potential forthcoming systems. To successfully meet this vision, the fundamental pieces have to be in place. The recently upgraded JWICS lab in Merrifield, VA is the main hub for D2Lab SCI activities. Merrifield also contains an unclassified and SIPRNET lab. Each one of these labs must support the multiple environments identified above. Though Merrifield is the D2Lab hub, remote labs throughout DODIIS must be connected via existing DODIIS networks back to Merrifield in a secure matter to complete the vision of a truly distributed virtual D2Lab. Most of the equipment and service items listed above are required to upgrade the ailing unclass and SIPRNET labs. Most of the network gear is near end of life. Electrical services are required in all Merrifield labs to meet the rapidly growing influx of development projects. Other items are required to support management of a complex VLAN structured network, with firewalls and VPN connectivity to users and sites. At Merrifield, in one or more network enclaves, D2Lab is supporting the following DODIIS enterprise development projects: Global Enterprise Services (GES), IPE, EPortal, ProSight, Seibel, OPSWARE, Public Key Infrastructure (PKI), DoDIIS Identity and Authorization Service (DIAS), the JITF-CT?s DUKE program, GEMINI, All Source Intelligence Environment (ALIEN), Endeca, DHMO-Endeca, METS, DataBroker, PS3, and a myriad of prototyping efforts in LabX. It is mission critical that all these programs are supported and that D2Lab has the means to do so. For example, DIAS will be the security linchpin system that all DODIIS applications must interface with to identify what user credentials and clearances they have and what they are able to see and do. Another is a business application, ProSight, where all DODIIS financial information, and portfolio management occurs for OMB 300 compliance. The last example is GES. This core bundle of services is the new backbone for DODIIS email, calendaring, login services, and shared folders. This development must continue to ensure timely deliver of all these services. Finally, the unclassified segment of the D2Lab at Merrifield is currently supported by a T1 communications link. This link is below the necessary bandwidth required to support the number of DIA and supporting contractors at the site. There is significant delay in response time when using this network. The unclassified segment will serve a significant new role in the DODIIS environment as it becomes available to all DODIIS users for potential prototypes, demos, and unclassified development. This upgrade will triple the speed of the network. The hardware cost will support the line upgrade. Monthly charge as noted. 2.0 Objective The Objective of this effort is to provide necessary facility upgrades to the D2Lab IT infrastructure. The D2Lab is divided into three security enclaves: Top Secret Sensitive Compartmented Information (TS/SCI), Secret, and Unclassified. Additionally, the D2 Lab is divided into three functional environments: prototype/development, systems integration and test, and production test. Each functional environment has entry and exit criteria with specified processes and procedures in accordance with R2 departmental policies. The prototype/development environment provides IT infrastructure support for initiative leads working with vendors to refine applications and develop application programming interfaces (APIs) for the purpose of satisfying standing and derived requirements. The systems integration and test environment provides an IT infrastructure for DODIIS initiative leads and their support contractors to integrate applications into the DODIIS baseline, as well as apply and test security settings. The third environment supports production testing by the Independent Test Authority (ITA). The ITA will be responsible for ensuring that all applications developed for the Regional Service Centers (RSC) are thoroughly tested in D2Lab. 3.0 Scope This effort shall provide for the planning, procurement, engineering, integration, test, installation, and support of the current DoDIIS Distributed Lab (D2 Lab), as well as any future modifications. 4.0 Procurement/Task This task procures the necessary HW/SW to implement item 1 of this SOW. The Contractor shall procure all of the hardware and software necessary for supporting the current and future development requirements of the D2 Lab. All procurement is subject to prior Government approval. The Contractor shall perform all of the activities necessary to integrate the procured hardware and software. The Contractor shall perform all of the activities necessary to deploy the integrated hardware and software and ensure that all described environments are supported. The Contractor shall manage all network operations in the environments identified. 5.0 Period/Place of Performance The primary places of performance shall be the Merrifield facility (8613 Lee Highway, Fairfax, VA) and the Defense Intelligence Analysis Center (Bolling AFB). The period of performance shall be 1 year from the date of the award. 6.0 SECURITY CLEARANCE All contractor personnel will be properly cleared to the TS/SCI level (see attached DD254). The contractor shall possess an active TS facility security clearance. CRITERIA FOR AWARD 1. Basis for Award. Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the best overall value to the Government, price and other factors considered. The Offeror should show that the objectives stated in the solicitation are understood and offer a logical approach to their achievement. The evaluation shall be conducted in accordance with the evaluation criteria stated below. The Government may award a contract on the basis of initial offerors received, without discussions. Therefore, each initial offer should contain the Offeror?s best terms from a cost and technical standpoint. (a) The Government will perform a trade-off analysis of non-price factors against price to determine the best value to the Government. Offers that are unrealistically low in total price will be considered indicative of a lack of understanding of the complexity and risk in meeting contract requirements and will not be considered for award. (b) Relative weight. Non-price factors ( Security, technical approach and past performance) when combined, are more important than price. Of the non-price factors, security and technical approach are equally important, past performance being less important than either, security or technical approach. The importance of price in the evaluation for award will increase as the relative differences in non-price factors of offerors decreases. (c) Evaluation Factors. In selecting the best overall value, the following factors will be evaluated: Security, Technical Approach, Past Performance, Cost. Offeror's RFP response will be evaluated utilizing the factors below. Offerors should consider these factors when preparing proposals. The rating for each evaluation factor will be based on the Government?s determination of the degree to which the RFQ satisfies the requirements of each factor. The highest possible rating is Excellent, with the lowest possible rating being Unacceptable. 2. Security is a measure of whether the offeror's personnel have the requisite clearances prior to contract award. The contractor must meet the security requirements as listed in the SOW and the DD 254. This is a PASS or FAIL action. 3. The technical approach will consider how the contractor proposes to approach the SOW. The contractor's technical approach shall be evaluated against the requirements of paragraph 4.0 of the SOW. 4. Past Performances. The Past Performance factor will be used to determine the risk of non-performance, defective performance, and/or late performance by evaluating each offeror?s reported quality of work and relevant experience with the type of services being solicited. In evaluating past performance, the Government may contact some or all of the references provided by the offeror and may contact other sources of information. Only relevant experience will be considered for past performance purposes. An offeror with no record of relevant past performance will be given a "neutral" rating for past performance. To assess reported quality of work and relevant experience with the type of product and services being solicited, the offerors shall submit at least three (3) sources, and include a POC name, phone number, contract number (if appropriate) and brief description of position. 5. Cost/Price. This factor will evaluate the cost quote to determine price analysis, price reasonableness, and price realism of the proposed total evaluated price. The base period and option years (if applicable) will be totaled to determine the overall estimated price to be evaluated. All responsible offers that conform to the solicitation requirements will be ranked according to price. Offerors are specifically advised that, under this evaluation method, the government may determine that an offer is unacceptable if the prices are unbalanced between initial and each option year (if applicable). Prices are unbalanced if they are significantly overstated or understated in relation to the actual cost of the work. This may be ground for eliminating a quote from competition either on the basis that the offeror does not understand the requirement or the offeror has made an unrealistic quote. By signing its offer, the offeror certifies that each price stated on each CLIN includes an appropriate apportionment of all costs, direct and indirect, overhead, and profit. Each quote will be evaluated to determine whether the government considers the proposed price to be reasonable. The government will evaluate price reasonableness in relation to commercial or market price lists, IGE, or any other information used as a basis or comparison. Each quote will be evaluated to determine whether the government considers the proposed price to be realistic and if they are compatible with the scope of effort, are not unbalanced, and are neither excessive nor insufficient for the effort to be accomplished. An unrealistically low price, submitted either initially or subsequently, may be grounds for eliminating a quote from competition either on the basis that the offeror does not understand the requirement, or has made an improvident quote. RATING DEFINITION Excellent - The Contractor's proposal provides evidence that the Government can expect superior performance of the tasks and deliverables listed in the Statement of Work (SOW), with minimal risk of substandard performance. An excellent rating indicates that the proposal contains significant strengths and few or no weaknesses. Good - The Contractor's proposal provides evidence that the Government can expect performance of the tasks and deliverables listed in the Statement of Work (SOW) to meet standards, with moderate risk of substandard performance. A good rating indicates that the proposal contains a number of strengths, but also some weaknesses. Marginal - The Contractor's proposal provides evidence that the Government can expect minimal performance of the tasks and deliverables listed in the Statement of Work, with excessive risk of substandard performance. A marginal rating indicates that the proposal contains strengths, but also significant weaknesses. Unacceptable - The Contractor's proposal provides evidence that the Government can expect substandard performance of the tasks and deliverables listed in the Statement of Work (SOW), with extreme risk of substandard performance. An unacceptable rating indicates that the proposal may present some strength, but it also contains significant and important weaknesses. The following FAR PROVISIONS are herby incorporated 52.212-1, Instructions to Offerors-Commerical Items FAR 52.212-3 OFFERORS REPRENSENTATION and CERTIFICATIONS-COMMERICAL ITEMS (JAN 2005) ALT I (APR 2004). Offerors must complete and submit a copy of 52.212-3 ALT I in their proposal. 52.204-6, DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (OCT 2003), 52.212-2, EVALUATION OF COMMERCIAL ITEMS (JAN 1999). FAR CLAUSES: 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERICAL ITEMS is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-7, 52.216-1, 52.219-8, 52.222-26, 52.224-1, 52.224-2, 52.228-5, 52.232-17, 52.232-33, 52.237-3, 52.242-13, 52.242-15, 52.243-1, 52.246-4, 52.249-4, 52.249-8, DFARS 252.201-7000. FAR CLAUSES 52-212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS applies to this acquisition, specifically the following cited clauses: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36. FAR CLAUSE: 52.228-3 WORKER?S COMPENSATION INSURANCE (DEFENSE BASE ACT) (APR 1984), are hereby incorporate into this notice. To be eligible for award all offerors must be registered in the Central Contractor Registration All questions/inquiries concerning the RFP document must be submitted in writing by close of business on 25 October, 2006 to Hakim.Shakir@dia.mil. Do not mail any questions/inquires. Offerors may fax questions/inquiries to (202) 231-2831/6179; Attn: Hakim Shakir. You must confirm receipt of your faxed questions/inquiries Ph: (202) 231-6469. All Responses (1 original and 3 copies) are due NLT 1 November 2006, 1:00 PM EST. E-mail or hand deliver your proposals. FAX RESPONSES TO THIS NOTICE WILL NOT BE ACCEPTED! Only firm-fixed priced orders will be evaluated. For more information and to retrieve the following attachments: Past Performance Questionnaire, DD254, proposal instructions, invoicing instructions, CLINS 0001 - 0095 refer to pre-solicitation HHM402-07-R-0002-1.
 
Record
SN01167453-W 20061020/061018220847 (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  © 1994-2020, Loren Data Corp.