Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2007 FBO #2014
SOURCES SOUGHT

D -- Network and Systems Administration

Notice Date
5/2/2006
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
Reference-Number-FA4861-06-LGCC014
 
Response Due
5/19/2006
 
Point of Contact
Cassandra Proctor, Contract Specialist, Phone 702-652-3369, Fax 702-652-3367,
 
E-Mail Address
cassandra.proctor@nellis.af.mil
 
Description
Contractor Scope of Duties: This Request for Information (RFI) is market research in support of a potential contractor to provide Network and Systems Administration for Joint Worldwide Intelligence Communication Systems (JWICS) at Nellis AFB, NV and Creech AFB, NV supporting 12 geographically separated locations. The contractor would be responsible for Network and Systems Administration for computers/serves on two classified and one unclassified local area network (LAN) work. Contractor shall install, upgrade and configure CISCO switches, TACLANE’s FASTLANES, and UNIX systems hardware and software used to provide secure communication link supporting network connectivity, file and web access, and Top Secret Sensitive Compartmented Information (TS/SCI) email access. Contractor shall install and troubleshoot Windows 2003 Server and Exchange Server 2003 for over 100 squadron personnel and 13 additional squadrons on up to 500 systems supporting the Nellis intelligence mission and Nellis Predator OEF/OIF combat operations. Contractor shall plan, develop and implement network operations, conference connectivity and training programs on the Nellis AFB JWICS. Contractor shall be responsible for COMSEC inventory, installation and destruction of SCI encryption material. Contractor shall be responsible for SCI network monitoring, network intrusion detection, classified message incident reporting and security patch installation. The contractor shall have the following sill sets and software knowledge: o 5 years experience (1 year specialized experience in systems administration) o Adept in Microsoft Windows 2000 desktop o Knowledge of IT Concepts such as TCP/IP, ATM, LAN/WAN networking o Knowledge of IT security concepts and practices o Interpersonal problem solving, organizational and multi-tasking skills o Strong written/verbal communications skills o TS/SCI Security Clearances o NGA Level 7 o Hands on maintenance and troubleshooting experience o Diagnose and resolve difficult issues with hardware, software, communications and operating systems o Investigate and apply OS patches and service packs to servers and workstations o Maintain tape backup systems including creating and updating Desktop and Server Images o Build personal computers and servers, install and configure applications o Perform routine operation tasks: review operating logs, perform system imaging, create user accounts and archive data o Experience with MS Outlook and MS Office. A+, Net+, MCP or MCSA preferred, but not required. o Windows-2000, XP, 2003 and NT experience o Hardware, PC’s, Laptops, printers and A/V systems o Troubleshooting TCP/IP, COTS, (MS Office 2K, XP, 2K3), GOTS (Air Force) o SQL Server Interested parties having the resources and capabilities necessary to perform the stated requirements are invited to provide a company capability statement that clearly demonstrates their ability to fulfill such requirements. The Government requests that interested parties submit commercial market and company information via email to cassandra.proctor@nellis.af.mil. Responses should be no longer than 15 pages in length and at a minimum, address the following: 1. Company Name, business size (e.g., 8 (a), Service Disabled Veteran Owned, Woman Owned, etc.), business address, point of contact information (name, phone, fax and email) and applicable NAICS 2. Description of corporate capability to include similar efforts performed (please include description and scope/complexity of service, duration of effort, size of effort with contract numbers and points of contact 3. Description of security clearances held 4. Description of your understanding of Network and Systems Administration for JWIC’s mission and its audience 5. Description of best practices to ensure Network and Systems Administration 6. If possible, provide a rough order of magnitude of annual cost to perform the services listed above to provide Network and Systems Administration Responses should be submitted no later than 4:00 P.M., PST on Friday, 19 May, 2006. This is a request for information only, and no solicitation is issued at this time. Submission of any information in response to this request for information is voluntary, and shall not constitute a fee to the Government. Please direct any questions/comments to 1Lt Cassandra Proctor at (702) 652-3369 or cassandra.proctor@nellis.af.mil NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-MAY-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 31-MAY-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/ACC/99CONS/Reference-Number-FA4861-06-LGCC014/listing.html)
 
Place of Performance
Address: 3811 DUFFER DRIVE, NELLIS AFB, NV
Zip Code: 89191
Country: USA
 
Record
SN01307051-F 20070602/070531223654 (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.