Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOURCES SOUGHT

D -- F2XHC771218A100 SITE LICENSE/MAINTENANCE

Notice Date
5/17/2007
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2XHC77128A100
 
Response Due
5/23/2007
 
Archive Date
6/7/2007
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS ANNOUNCEMENT; A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION IN RESPONSE TO THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED UNRESTRICTED OPEN MARKET SOURCES PLEASE DO NOT REQUEST A COPY OF SOLICITIATION, AS ONE DOES NOT EXIST. The Government is seeking, for preliminary planning purposes only, qualified and experienced sources interested in performing the services identified in the attached draft Statement of Work (SOW). The SOW represents a broad snap shot of the requirements for market research. Therefore, the Government is requesting that interested concerns furnish the following information: (1) Company name, address, point of contact, telephone number and e-mail address. (2) Type of business, i.e. small, small disadvantaged, woman-owned HubZone, service-disable veteran-owned small business, large business, etc., under North American Industry Classification System (NAICS) 541511, which contain a size standard of $21,000,000.00. (3) Under which NAICS does your company usually perform all the services identified in the attached draft SOW? Please include the rational for your answer. (4) Provide no more than three (3) references for no more than three (3) of the most recent and relevant contracts performed within the last three (3) years. Include name, address, telephone number and e-mail address of references. Also, provide a brief description of the work performed, contract number, total contract value and period of performance. Contracts must be the same or similar to the work described in the SOW. Please include reasons for your answer. (8) Please describe any customary commercial contract terms or conditions you feel would make any resulting contract more effective. (9) Please present written capabilities of your abilities to perform. (10) Include copies of all applicable licenses relative to fulfilling the scope of this SOW. E-mail responses to this request for information are preferred and should be sent to kay.bent@maxwell.af.mil. All questions must be submitted in writing and forwarded to the aforementioned point of contact. Ms. Bent can be reached at (334) 953-4209. Mailed responses should be submitted to the attention of Ms. Kay Bent, 42d CONS, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL 36112-6334. The due date and time for responses to this synopsis is 12:00 noon, Central Standard Time on 23 May 2007. END OF REQUEST FOR INFORMATION. (1) Brief Summary of Requirements from Community College of the Air Force (CCAF): ? 2,534,121 student records maintained ? 445, 367 students enrolled in CCAF ? 67 degree programs offered ? 2,470 course credits offered ? 102 affiliated schools ? 127,000 paper transcripts transmitted annually ? 117,000 paper transcripts received annually This effort requires the contractor to: 1.0 Use high-security cryptographic software to allow secure exchange and authentication of electronic data between CCAF and other colleges and universities registered to use SPEEDE 2.0 Develop the Automated Transcript Process Module to track out-bound EDI transactions and in-bound EDI transactions 3.0 To electronically image paper transcripts received from colleges and universities that do not have electronic transfer capability, providing a means of standardization to convert imaged data to XML format. 4.0 The integration and delivery of EDI 130 Transaction Files from the American Association of Collegiate Registrars and Admissions Officers (AACRAO) EDI server located on the University of Texas at Austin campus. 5.0 To track scanned and electronic received transcript information and upload it into the CCAF?s student information system, the Student Transcript, Administration and Record System, (STARS). 6.0 To provide a workflow and calendar system that allows workload to be routed to and tracked by education specialists 7.0 Acquire a thorough understanding of CCAF?s business processes/rules. 8.0 Develop system specifications for providing Education Services Offices access to the transcript processing system including role based access to the transcript system via the world wide web (AF Portal). 9.0 Software must be compatible with Oracle and Java 2, Enterprise Edition (J2EE) architecture, and must be compatibility with Global Combat Support Systems ? Integrated Framework. Technologies and system security. 10.0 Provide source code to the AF. 11.0 Work collaboratively with AU/SCIS developers in implementing the system. 12.0 Ensure the system complies with DoD directives and standards of security, and encryption. 13.0 Provide estimated timeline of project completion and implementation. 14.0 Comply with all current standard AF approved browsers. 15.0 Able to run multiple instances of the software concurrently to provide for data integrity and to provide a test environment for testing upgrades/patches. (2) SEE BELOW THE DRAFT STATEMENT OF WORK (SOW): ?DRAFT? STATEMENT OF WORK FOR SINGULARITY SYSTEM LICENSING AND MAINTENANCE SUPPORT COMMUNITY COLLEGE OF THE AIR FORCE JUNE 2007 Prepared By: CCAF Technology Support Division 130 West Maxwell Blvd Maxwell Air Force Base, Alabama 1.0 DESCRIPTION OF SERVICES This statement of work (SOW) includes terms and conditions that will cover the on-site visits and general system upkeep, and licensing. Certification by the Government of satisfactory services provided is contingent upon the contractor performing in accordance with the terms and conditions of their referenced contract, this document, the approved technical and price proposal and all amendments. The government?s and the contractor?s representative(s) will meet on the conclusion of this work at CCAF to review performance and inspect work. The Technology Support Division of the Community College of the Air Force (CCAF) requires on-site visits by the Singularity transcript processing system prime contractor, Hershey Business Systems, for the purposes of inspection, system maintenance, troubleshooting performance problems, upgrade and system optimization. This work is to be performed under the auspices of an existing maintenance agreement between Hershey Business Systems and the Government, which allows four (4) maintenance site visits per contract year. 2.0 WORK SCHEDULE AND LOCATION All work will be performed at the CCAF administrative center, Bldg 836 or at building 941, 42nd Communications Squadron. A mutually agreed upon schedule will be coordinated in advance of the work, but work must be accomplished as soon as possible, and no later than five business days following the request. The government must pre approve dates prior to the onsite visit. This SOW requires that the contractor remain on site a minimum number of workdays necessary to complete the task, occurring during normal business days (Monday through Friday), from 0730 to 1630 CST each day and the contractor shall sign in with the Technology Support Division, CCAF/TS, Bldg 836, Maxwell AFB, AL. Contractor will be required to remain on site for production testing and troubleshooting for no less than 1 workday after work is completed. 3.0 DELIVERABLES AND DELIVERY MEANS Deliverables for this support include applicable upgrade patches and software, any code required to troubleshoot system performance or optimize performance, and a technical report about what specific upgrades, patches, and work was done on the system. Within 10 business workdays of completing maintenance and inspection, the contractor shall provide the program manager with a report of system conditions and work performed. At a minimum the report shall contain the following information: a. Detailed evaluation of system condition b. Summary of work performed during quarterly maintenance c. Recommendations to improve system reliability and performance All deliverables will meet professional standards, DoD standards and the requirements set forth in contractual documentation. All documents and deliverables described in this SOW, amendments, and modifications will be submitted in a professional manner and on the prime contractor?s letterhead. The contractor will provide any source code required for this system. CCAF agrees not to distribute this code outside the Air Force. 4.0 GENERAL REQUIREMENTS The contractor shall provide software modules/subsystems, training, testing, consultation, documentation, installation, integration and options for maintenance to support work to be accomplished. All contractor-supported work and software will be warranted for at least one year. To meet the requirements set forth in this document and the contract, CCAF will: - Provide workspace and computers to accomplish work, including network connectivity - Ensure availability of technical and functional personnel required for upgrade and testing - Provide specific technical requirements, as the work progresses, necessary to ensure a successful visit The contractor will be responsible for cleaning up and removing any debris resulting from their work. The Government will not accept any damaged items associated with this project. Replacement of damaged items is the responsibility of the contractor. The contractor will be responsible for filing, processing and collecting all shipping damage claims. A demonstration of the system after it has been upgraded will be required as part of the acceptance process. 5.0 SOFTWARE All software must be fully compatible with existing system software and production platform. Contractor will provide software updates and patches as needed to ensure software is compatible with operating systems and web browsers directed for use by DoD, Air Force or base communications squadron. 6.0 SOFTWARE LICENSING All software provided under this contract will be considered to be part of the pre-existing licensing agreement between Hershey Business Systems and the US Government and no additional licensing fees or considerations will be incurred. 7.0 SERVICE DELIVERY SUMMARY The following paragraphs specify the technical requirements for this statement of work. 7.1 UPGRADE REQUIREMENTS System upgrades from the existing version to future versions will occur incrementally, with adequate production testing after each incremental upgrade. Any performance issues incurred as a result of the upgrade must be resolved prior to continuing the upgrade process. In the event of hardware failure or hardware upgrade, the contractor will assist CCAF personnel in reinstalling software. A full workday of production testing must occur. Contractor will be present on-site during testing to resolve any system performance issues encountered. 7.2 PERFORMANCE OPTIMIZATION Contractor will review performance logs, server statistics, and other relevant documentation to ascertain the performance level of the system to ensure maximum effective system performance. Any adjustments necessary for optimum system performance will be accomplished. 7.3 TROUBLESHOOTING Troubleshooting system performance problems will generally be conducted through the Hershey Support Desk and telephone support. If system performance problems are not resolved and the issue causes a mission stoppage, then an on-site visit is warranted. 7.4 SINGULARITY TEST SERVER Contractor will work with CCAF Technology Support Division personnel to assist in installing and configuring upgraded version of Singularity system and any related software on CCAF?s test server. Test server will mirror upgraded production system to the maximum extent practical. 8.0 DATA INTERCHANGE Data interchange with existing systems is a requirement. Any upgrades to system must be fully compatible with current Singularity transcript processing system and the Student Transcript Administration Records System (STARS). NOTE: If the contractor needs special software or documentation to support access to the STARS database, it should be identified in a Technical Proposal as a Government resource. 9.0 ACCEPTANCE CRITERIA Government acceptance is determined by all requirements being satisfactorily performed by the automated transcript transfer system software components in a repeatable and reliable manner and that operating instructions and design specifications provide clear and concise information for system operation and maintenance. System will be fully tested during a normal production workday by various functions within CCAF to evaluate effectiveness of upgrade and performance. Contractor will remain on site for duration of testing. 10.0 ACCEPTANCE TESTING CCAF will fully test the system after each visit to determine success of technical support or identify any discrepancies associated with performance. CCAF functional managers and technicians will identify any discrepancies to be corrected by the contractor. Any disapproved items must pass subsequent reviews before contract completion. Acceptance will be based upon success of these tests, and the ability of the contractor to correct any deficiencies. Representatives from various CCAF functional areas will meet with contractor for a comprehensive review of system before acceptance. 11.0 SYSTEM SECURITY 11.0.1 The contractor will adhere to security and information protection defined by the Department of Defense, the United States Air Force, the 42nd Communications Squadron, FERPA, AACRAO and CCAF. Contractor will describe how security privileges for users differentiate between view and write access and the ability to assign individual security access to templates. 11.0.2 The contractor will use high-security cryptographic software to allow secure exchange and authentication of electronic data between CCAF and other colleges and universities registered to use SPEEDE. 11.0.3 Contract personnel will adhere to system security requirements of unclassified (sensitive) to perform work contained in this SOW. STARS is an unclassified Air Force Student Information System containing sensitive (Privacy Act of 1974) data. 11.0.4 Contractor Notification Responsibilities. INFORMATION FROM 11.0.4 - 14.0 WAS DELETED FOR FBO PURPOSES IF THAT INFORMATION IS NEEDED PLEASE EMAIL KAY BENT AT kay.bent@maxwell.af.mil AND INFORMATION WILL BE PROVIDED TO YOU. 15.0 WARRANTY The warranty period on all services, hardware and software provided to include upgrades and maintenance support will be a minimum of one year. The contractor must indicate how CCAF will receive product updates, upgrades and bug fixes. Contractor must also provide pricing for same products after warranty has expired and pricing for extended warranty or long-term support. Detailed descriptions of third party partnerships, if applicable, must be provided as well. 16.0 CALLBACK SERVICE Call back service is defined as additional visits and services requested at any time other than regularly scheduled visits. 4.1 Systems: In the event of a system failure that causes complete work stoppage, the contractor shall respond to begin on site repair no later than three (3) business days after receiving the repair call from personnel listed below in Para 4.3. The CO or Program Manager must approve all repairs exceeding a total of four (4) hours from the arrival on site. 4.2 Call backs: Callback report/service tickets shall include the trouble condition and its resolution of the problems and repairs made on call back service. These reports/service shall be turned in to the Program Manager, CCAF/TS, 130 West Maxwell Blvd, Maxwell AFB AL within three (3) workdays after completion of repairs. 4.3 Authorized personnel: Upon award of this contract, the contractor will receive from the contracting office a listing of persons holding positions who will be authorized to make callback service calls. The contractor shall notify one of the authorized government representatives by telephone prior to beginning work and upon completion of the callbacks. Phone numbers will be provided for regular work hours. 4.4 Employee listing: The contractor shall maintain a current listing of employees. The list shall include employees? names. The list shall be validated by the company Facility Security Office (FSO) and provided to the Government CO and 42 SPS/SPAI, 130 West Selfridge, Maxwell, AFB, AL 36112-6610 prior to the contract start date. An updated listing shall be provided when an employee?s status or information changes. The Privacy Act will protect the social security numbers. 17.0 SERVICE Contractor must define different levels of support, if applicable, indicating price differentials. CCAF requires technical telephone support between 7:30AM and 4:30 PM CST, Monday-Friday. Contractor must include cost of this level of support as a separate line item, as well as including costs associated for mission critical support for guaranteed on-site technical support within a period of 24 hours. 18.0 GOVERNMENT FURNISHED RESOURCES The contractor must identify, in advance, the type, amount and timeframes for any government resources, excluding those identified in this paragraph. CCAF will provide all hardware for the test, evaluation, and acceptance phases of each visit including desktop computers, servers and other miscellaneous peripheral hardware and software drivers. All hardware will be set up to include connectivity to the LAN. Operating systems provided will be (at minimum) Windows XP Professional and Windows Advanced Server 2000. The contractor will provide a list of equipment needed for GFE purchase and alterations to provided systems. The Government will provide access to offices and personnel to be visited and interviewed. 19.0 TRAINING The contractor will provide user training (to include any user manuals), familiarization, and training for operation and maintenance associated with the system upgrades. 20.0 TRAVEL Contractor will perform site visits for the purpose of system maintenance, troubleshooting, upgrade and system optimization. Site visits will be scheduled as needed by authorized CCAF Technology Support personnel, not to exceed 4 visits per contract year and 1 visit per quarter. Travel expenses incurred by contractor personnel in the performance of this contract will be reimbursed, for allowable cost only, in accordance with Maxwell 16. Reimbursement cost will not exceed $1,500.00. 21.0 CONTRACTOR PERSONNEL ATTRIBUTES The contractor is responsible for providing personnel to complete this contract with the following attributes: Personnel must be capable of working independently and as a team. Contractor personnel assigned to perform under this contract will be fully qualified individuals who have knowledge of and experience on equipment and systems involved as well as work processes. Personnel must be proficient in multimedia and interactive media and assorted software applications. In some cases the complexities of STARS and its specifications shall warrant collaboration between contractor personnel and the STARS DBA. If needed, CCAF or its supporting Air Force organizations can make available unclassified documentation of the existing STARS systems to help the contractor in selection of personnel with the necessary proficiencies. Work on this project requires that personnel have access to Privacy Act Information. Personnel will adhere to FERPA and the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. Contractor must also comply with CCAF directives regarding the transmission, control and protection of student transcripts.
 
Place of Performance
Address: 130 W. MAXWELL BLVD, MAXWELL AFB, MA
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01296736-W 20070519/070517220823 (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.