Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2007 FBO #1923
SOURCES SOUGHT

D -- Base Wide Network, Web, and PC Support Services

Notice Date
10/26/2006
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker AFB OC-ALC - (72d Contracting Sq), 72 CONS 7858 5th Street Ste 1, Tinker AFB, OK, 73145-9106, UNITED STATES
 
ZIP Code
73145-9106
 
Solicitation Number
FA8101-07-R-0004
 
Response Due
11/15/2006
 
Point of Contact
Kevin Haynes, Contracting Officer, Phone (405) 739-7664, Fax (405) 739-7421, - Maurice Summers, Contracting Officer, Phone 405 739-3516, Fax 405 739-7422,
 
E-Mail Address
kevin.haynes@tinker.af.mil, maurice.summers@tinker.af.mil
 
Description
Request for Information (RFI) Market Research 72nd CS Network Control Center 19 Oct 06 Objective: This announcement constitutes a Sources Sought Synopsis to obtain current market pricing information and availability of companies which can provide technical services 24 hours a day, seven days a week in sustaining Base Network, Web and PC support requirements to assist the 72nd Communications Squadron at Tinker Air Force Base (TAFB). The Air Force is conducting a market survey of industry to determine potential vendors who have knowledge or potential capability to satisfy Air Force requirements. Based on a review of industry response to this Sources Sought Synopsis, the Government will determine the appropriate acquisition strategy. Background: The 72nd Communications Squadron is a large government organization located on Tinker AFB OK. The 72nd CS services the entire population of 18,000+ users. Historical Data: This support will encompass approximately 18,000+ personnel located in over 100+ buildings at Tinker Air Force Base. It would include 400+ servers after consolidation, and up to 200 applications, shipping/receiving software and hardware and lifting and moving up to 3000 lbs. The contractor must maintain the ability to transport equipment to buildings around base as required. In excess of 250,000 tickets are anticipated each year. Scope of Work. The Contractor shall provide administration, management, oversight, personnel, equipment, material, consumable supplies, vehicles, and operation and maintenance necessary to perform Base Network, Web and PC Support. The Contractor must have the knowledge, skills, abilities, experience, and qualifications to perform all Air Force requirements as follows: - Knowledge of newly developing technologies and technical expertise to transition them into new operating environments. - Ability to provide skilled individuals who can support up to and including Tier I & II Help Desk Support including satellite desks and matrixed personnel in support roles, some in 24 hour status. - Possess a valid DOD security clearance to at least the SECRET level; possess an approved classified storage facility (SECRET level). - Web Development and Maintenance, File Server Administration including Electronic mail and Wireless (blackberry) as well as user support, Unclassified Internet Protocol Router Network (NIPRNET) and Secure Internet Protocol Router Network (SIPRNET). - Perform and maintain Computer Inventory Management, Defense Messaging System, Automated Message Handling System (AMHS) Desktop Management (i.e. Tivoli, SMS?), Client Support Administration and workgroup management, Local Registration Authority, and Alternate Information System Security Officer, SQL and Oracle applications, development and maintenance of multiple databases and reside in secure and medical facilities. - Perform activities including the collection, use, and dissemination of records associated with operating systems of records, which contain information protected by the Privacy Act. The Contractor must maintain Electronic Records Management in accordance with Air Force instructions. As such, the contractor would be subject to the Privacy act and Federal Acquisition Regulation (FAR) 52.224. - Provide assistance for correction and/or resolution of Information Technology (IT) system problems, sometimes working with multiple base organizations and/or vendor to reach solutions. - Ability to train all Client Support Administrators (formerly Workgroup Managers) /Functional System Administrators (CSA/FSA) for TAFB. - Ability to maintain annual appointment letters and a running list of all appointees and certifications. - Ability to maintain a list of duty hour and after hour phone numbers for key Network Control Center (NCC) personnel and base system administrators. - Ability to perform 24/7 notifications of network intrusions, viruses, malicious logic, network attacks, scheduled outages and severe weather alerts to key personnel, and base system administrators. - The contractor would be responsible for updating and patching workstations and servers to comply with Air Force notices. - The Contractor would be responsible for Local Area Network (LAN) line activation and troubleshooting from the wiring closet or communication node to the host on existing cable. - The contractor would be required to repair and dispose of accountable hardware. This would include destruction of hard drives and data in accordance with DoD instructions. The contractor would be responsible for maintaining accountable records and must maintain the ability to bill TAFB customers via Government Purchase Card (Visa) for repairs and excess disposition. - The Contractor would be required to meet specific response times and repair/restore service times. Each is broken into categories i.e. routine, critical, work stoppage, and VIP, with times from less than one hour to 24 hours depending on criticality. - Ability to complete work with above 95% accuracy and maintain network availability over 99.99% of the time. - The Contractor would be responsible for representing the government at meetings and attend training classes both locally and throughout the US. - The Contractor would be required to submit status reports, activity reports and deliverables such as a quality control and property management plans. - Ability to plan, coordinate and conduct oversight to prove system performance, system integration, and manufacturing and delivering of hardware. Past Performance Information: Please supply the following information on past contracts: ??n?nTitle and objective of effort ??n?nContracting agency ??n?nTime period of effort ??n?nValue of contract ??n?nType of contract (fixed price, time and materials, cost reimbursement, etc.) ??n?nAccomplishments of effort ??n?nPoint of contact at the organization receiving the services (to include address and telephone number) Please answer the following directly: ? Will all personnel have a minimum favorable Local Files Check, National Agency Check or Interim Secret clearance at contract start up? This is required for network access. ? Do you have an existing Quality Control Program and a Property Management Plan? ? Do you have the means to process Government Purchase Card (Visa)? ? Do you have a tool control plan? ? Do you provide communication devices for your employee, i.e. Blackberry?s, Cell Phones, Two-Way Radios? ? Do you have a communications management program? Many of our issues have been contributed to a lack of communications & defined expectations among support staff as well as response to the government requests. ? Do you have any internal incentives to encourage and reward employees?how do you ensure a low rate of employee turn over? ? How long have you been performing IT services? ? Do you have a mentor program to allow growth within the company? As part of this market research effort and in light of the above requirements, Contractors who respond to this Request for Information (RFI) are encouraged to provide a Rough Order of Magnitude (ROM) with their submission. Submission of a ROM shall not obligate or bind the offerer or the Government in any way. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The Government is not obligated to and will not pay for any information received from potential sources as a result of this Synopsis. This Synopsis is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. It is requested that interested parties provide a brief capabilities statement package (no more than 10 pages in length double-sided, single-spaced, 12 point font minimum) demonstrating their ability to meet and execute the requirements set forth in the requirements listed above. This documentation shall address prior/current corporate experience demonstrating understanding, through similar experience, of the requirements listed herein. In addition, please provide the following: your company profile with number of employees, Cage Code, DUNS number, NAICS Code and a statement regarding current small business status. Resources available such as corporate management, facilities and manning to be assigned to the project. Statement of interest in this Sources Sought as a prime contractor or are you seeking subcontracting possibilities Please send requested information as soon as possible but no later than 15 NOV 2006 to: debbie.evans@tinker.af..mil & sue.grimes@tinker.af.mil or mail to: 72CS/SCBN Attn: Sue Grimes/Debbie Evans 8500 Industrial Blvd Tinker AFB OK 73145 NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-OCT-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-MAR-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/OCALCBC/FA8101-07-R-0004/listing.html)
 
Place of Performance
Address: Tinker AFB, OK
Zip Code: 73145
Country: UNITED STATES
 
Record
SN01242311-F 20070303/070301225010 (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.