Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2007 FBO #2027
SOURCES SOUGHT

L -- Cyber Campus Web Hosting Services

Notice Date
6/13/2007
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management 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
99999999999999
 
Response Due
6/27/2007
 
Archive Date
7/12/2007
 
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 REIMBUREMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SMALL BUSINESSES SOURCES PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST. The Government is seeking, for preliminary planning purposes only, qualified and experienced Small Business sources interested in performing the services identified in the attached Draft Statement of Work (SOW). The anticipated North American Industry Classification System (NAICS) code for this requirement is 541513 with a small business size standard of $23M. Therefore, the Government is requesting interested Small Business firms furnish the following information: (1) Company name, address, point of contact, telephone number and e-mail address. (2) Under which NAICS does your company usually perform all the services identified in the attached Draft SOW? Please include the rational for your answer. (3) Which of the following would you see as your role in the performance of this potential requirement? (a) Prime Contractor; (b) Subcontractor; or (c) Other, and please describe. (4) The current contract is awarded to a large business. Paragraph 1.1.1.6 states, ?Retain current environment until new solution matches the functionality of current environment.? Is this requirement consistent with Commercial Industry practices? Please include rational for your answer. (5) Please comment and make recommendations of the optimum length of the transition period based on your experience with contracts of this nature. Reference paragraph 1.1.1.1. of the draft SOW. Please include reasons for your answer. (6) Please provide pricing information for the transition requirements outlined on the draft SOW, paragraph 1.1.1.1. (7) Based on the draft SOW, what type of contract would you like to see? (a) Firm-fixed price (FFP); Fixed-price incentive fee (FPIF); (c) Labor hour contract; (d) Combination of the above, and please describe; or (e) Other, and please describe. (8) 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 draft SOW. (9) Please describe any customary commercial contract terms or conditions you feel would make any resulting contract more effective. E-mail responses to this request for information are preferred and should be sent to genell.carter@maxwell.af.mil. Mrs. Carter can be reached at (334) 953-5866. All questions must be submitted in writing and forwarded to the aforementioned point of contact. Mailed responses should be submitted to the attention of Mrs. Genell Carter, 42d Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL 36112-6334. The due date and time for responses to this synopsis is 3:00 p.m. Central Standard Time on 27 Jun 2007. Draft SOW Attachment: HQ AFOATS Air Force Junior ROTC Cyber Campus Web Hosting STATEMENT OF WORK HQ AFOATS Air Force Junior ROTC Cyber Campus Web Hosting 7 Jun 2007 1.0. PROJECT HISTORY. The purpose of this acquisition is to provide web-hosting services for AFJROTC Cyber Campus Website. Air Force Officer Accession and Training Schools (AFOATS), Junior Director (AFJROTC) provides guidance and support to over 860 AFJROTC units located at high schools throughout the United States, its territories, and in Department of Defense Dependent Schools abroad and is congressionally mandated to increase to 945 units over the next five years. AFJROTC currently has over 3600 instructors and applicants and over 100,000 students. Because of the sheer size and complexity of this program, AFJROTC developed the Web-enabled Enterprise wide Database management system to automate the business processes. 1.1. DESCRIPTION OF SERVICES. Web-hosting services for the AFJROTC website includes data-enhanced process modeling, web-based communication between HQ and the geographically separated units to include email, document library, message boards, video repository, databases, business intelligence reporting system, and syncing data to offline application using secure authentication. AFOATS/JR or a contracted agent of AFOATS will access and manage the site remotely. 1.1.1. The contractor shall provide hosting services for the AFJROTC Web Portal: 1.1.1.1. Transition: 1.1.1.1.1. Provide migration services to include an assigned project manager responsible for managing every aspect of the migration. 1.1.1.1.2. Conduct assessments through discovery sessions to evaluate the migration and potential impact. 1.1.1.1.3. Audit and inventory the entire infrastructure that will be moved. 1.1.1.1.4. Implementation procedures will be created, audited and jointly approved. 1.1.1.1.5. Manage the move of the entire infrastructure to include uninstall, packing and moving of existing infrastructure. 1.1.1.1.6. Retain current environment until new solution matches the functionality of current environment. 1.1.1.1.7. Parallel environment must include SharePoint Services 2003, Exchange Services 2003 Standard, Message Ware Plus Pack 2003, Cyber Campus SharePoint Templates, IIS, SSL Secure Site Pro Certificates, Business Objects 6.5/XIR2, Norton Anti-Virus for Exchange, GFI MailEssentials 12, and SQL Server 2000. 1.1.1.1.8. Provide short-term equipment and facilities leasing to assist during the migration process. 1.1.1.1.9. Conduct multi-phased moves to simplify the move process. 1.1.1.1.10. Implement and test each phase on the new solution. 1.1.1.1.11. Transfer the domain name service (DNS) servers from old host to new host. 1.1.2. Key personnel: 1.1.2.1. Identify a key person as dedicated resource manager as a point of contact. 1.1.2.2. Specially trained, highly experienced system and network engineering staff actively manage 24 hours a day, 7 days a week, 365 days a year. 1.1.3. Managed Dedicated Firewall with Virtual Private Network (VPN). 1.1.4. Monitoring: Disk, CPU, and Memory Threshold Monitoring. Provide monitoring of all critical resources, processes and services to including Content Checking, Database Monitoring, Protocol (e.g., ICMP, HTTP, SMTP, TCP (any port), Microsoft SQL, and Microsoft Terminal Services), and all vital services. Provide an on-line monitoring tool for the Quality Assurance Personnel (QAP) to review real-time server status and performance. 1.1.5. Backup and Restore: Backup to disc, recovery of both data and applications, Exchange Data Store back ups with add-ins, snap shot capability (Windows Servers), block level backup, disaster restore to include bare metal recovery, daily backups for 6x servers, up to 200GB content, requirement 150GB, provide certified, experienced support engineers, 30-day retention, offsite backup and restore capability. 1.1.6. Patch Management: Security patches or updates that are released are fully tested, repackaged, and stored in a repository before they are deployed to the servers. Then automatically take action in accordance with pre-defined criteria including: scheduling of installation, configuration changes, and rebooting if necessary. 1.1.7. Full Administrative Services: Full Server administration services to include performance management, applications management, database management, hardware and operating system management, and load balancing across multiple datacenter locations. 1.1.8. Bandwidth: Up to 1600GB monthly data transfer, 100mbps connection, redundant connection to only premium Tier 1 Transit Providers, 100% network uptime guarantee. 1.1.9. Secure Sockets Layer Certificates: Provide annually Secure Site Pro certificates for each server and one Microsoft Authenticode digital ID Standard certificate. 1.1.10. Server Development: 1.1.10.1 Provide fully managed dedicated servers as needed. 1.1.10.2 Provide SSL-Secure Site Pro Certificate for server as needed. 1.1.10.3 Provide load-balancing services as needed. 1.1.10.4 Exact specifications for items 1.1.10.1 through 1.1.10.3 have not been finalized at this time and will be negotiated with the contractor based upon future governmental funding. 1.1.11. Fully Managed Servers: 1.1.11.1. Database Server: HP/Compaq DL580 G2 Windows 2003 SQL 2000 Standard (4x Processors) 4x P4 2.7 Ghz Xeon Processors 4x 73GB SCSI Hard Drives RAID 0+1 4GB RAM Dual 10/100/1000 Network Adapter Interface 1.1.11.2. Two Frontend Exchange Servers: HP/Compaq DL360 G3 Windows 2003 Dual P4 2.8 Xeon GHz Processors 2x 73GB SCSI Hard Drives 2GB RAM Dual 10/100/1000 Network Adapter Interface High availability load balancing utilizing redundant sets of shared devices 1.1.11.3. Exchange Server: HP/Compaq DL380 G4 Windows 2003 Dual P4 3.0 Ghz Xeon Processors 4x 73GB SCSI Hard Drives RAID 0+1 4GB RAM Dual 10/100/1000 Network Adapter Interface 1.1.11.4. Application Server: HP/Compaq DL380 G2 Windows 2003 Dual P4 1.13 Ghz Processors 4x 36GB SCSI Hard Drives RAID 0+1 4GB RAM Dual 10/100/1000 Network Adapter Interface 1.1.11.5. Development Server: Dell PowerEdge 750 Windows 2003 P4 2.8 Ghz Processor 2x 36GB SCSI Hard Drives 1GB RAM Dual 10/100/1000 Network Adapter Interface 1.1.11.6. Streaming Server: HP/Compaq DL380 G4 Windows 2003 Dual P4 3.2 Ghz Xeon Processors 6x 146GB SCSI Hard Drives RAID 0+1 2GB RAM Dual 10/100/1000 Network Adapter Interface 2.0 PERFORMANCE CRITERIA 2.1 Place of Performance. All work will be conducted at the contractor?s facilities 2.2 Period of Performance. Request the period of performance for this effort shall be contract award plus four years after commencement. 2.2.1. 31 Mar 2008 to 31 Mar 2009 2.2.2. Optional Year 1: 1 April 2009 to 31 March 2010 2.2.3. Optional Year 2: 1 April 2010 to 31 March 2011 2.2.4. Optional Year 3: 1 April 2011 to 31 March 2012 2.2.5. Optional Year 4: 1 April 2012 to 31 March 2013 2.3 Hours of Work. The contract will be a fixed price using approved rates. The contractor will provide 24/7/365 immediate support. 2.4 Deliverable Schedule for Transition. Upon contract award, contractor will provide the additional resources for support which will continue until the delivery of item 2.4.4. Throughout the period of performance the contractor will deliver the following items. 2.4.1. 2 weeks after award date -- Draft Implementation Plan 2.4.2. 4 weeks after award date -- Final Implementation Plan 2.4.3. 8 weeks after award date -- UAT of Parallel Environments 2.4.4. 10 weeks after award date -- Release of Production Site 2.4.5. Monthly -- Monthly Status Report END OF REQUEST FOR INFORMATION
 
Place of Performance
Address: Maxwell Air Force Base
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01317677-W 20070615/070613220957 (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.