Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2008 FBO #2428
SOLICITATION NOTICE

D -- Information for Bid for a Firm Fix Price contract for Non-Personal Network Administrator Service for the Georgia Air National Guard, Robins AFB

Notice Date
7/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
926130 — Regulation and Administration of Communications, Electric, Gas, and Other Utilities
 
Contracting Office
Department of the Army, National Guard Bureau, 116 ACW, 116 ACW, 540 East Dr., Robins AFB, GA 31098-2700
 
ZIP Code
31098-2700
 
Solicitation Number
W912JM08M1003
 
Response Due
8/29/2008
 
Archive Date
10/28/2008
 
Point of Contact
Mark Schwab, 478-201-1211
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 is a combined synopsis/solicitation for commercial service 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 synopsis/solicitation is issued as Information for Bid for a Firm Fix Price contract for Non-Personal Network Administrator Service for the Georgia Air National Guard, Robins AFB. The Network Administrator Service must include one person with expert experience in providing System Administration support to the military. All equipment, supplies, and workspace will be provided by the Government. Support services are primarily conducted on weekdays however there may be time when the support services may also be scheduled during the weekend. The requirements of the Network Administrator include: 1. System Administration. Perform system administration, operations, and maintenance, for the Windows/Unix/Linux Network Operating Systems. 2. Network Administration. Provide design and upgrades compliant with DOD and AF Information and Technology standards and initiatives, development, configuration and maintenance of unsecured local area networks (LANs) owned and managed by the 116th CS NCC. 3. Database Administration. Provide designs and upgrades compliant with DOD and AF Information and Technology standards and initiatives, development, and implementation of data structures, database architectures, and database methodologies. 4. Script Management. Must be able to assist the 116th CS NCC in the management, development, and deployment of scripting technologies used in network management and system automation. 5. Must be able to maintain, configure, manage, backup, restore, and support Microsoft IIS Services used to support over fifty intranet and three publicly accessible internet web sites (.mil and.com) throughout the wing and be able to interpret DOD/Air Force/Major Command/Program Management Office/Local regulations, instructions, and policies regarding web content to ensure all content is within established guidelines to maintain security, confidentiality, integrity, and availability. 6. Remedial Maintenance. Provide remedial maintenance on all government owned hardware. The Contractor will utilize maintenance actions to isolate and correct faults. The Contractor is responsible for requesting required maintenance service from the appropriate source. 7. Software Maintenance. Shall maintain operating systems and COTS/GOTS software to ensure all systems are operable to the same standards as hardware maintenance above. Provide software problem resolution to include reporting outages in a problem report format, assist in maintaining a standard software configuration across like platforms, and recommend and implement performance tuning of applicable software. 8. Communications Maintenance: Place all maintenance calls and be the Governments point of contact. If there are any problems between the Contractor and the warranty maintenance vendor, the Contractor shall immediately notify the QAP. 9. Attend quarterly meetings with the SCO Flight Chief, SCX Flight Chief, NCC Supervisor and Quality Assurance Evaluator to hold a Technical Interchange Meeting. 10. Provide an accounting of contract man-hour and funds expenditure via a monthly funds and man-hour expenditure report Contract shall be awarded for one base year and four option years. Award will be a Firm Fixed Price Contract. Award will be made to the lowest priced technically acceptable proposal. Technically acceptable proposal will be determined based on the contractor having the necessary qualified personnel and also having satisfactory prior experience in providing Network Administrator Services to the Military. Proposal must include names and points of contacts of other Military customers who they have performed this or similar work for in the past three (3) years. The Contractor shall submit a total price for the base year and every option year. Simplified Acquisition Procedures will be utilized. This is 100% small business set aside. NAICS code is: 926130. For the purpose of evaluating price for award, the price offered for the Network Administration Services will be used to determine the lowest price. In order to receive an award of this contract the contractor must be registered in the Central Contractor Registration database at www.ccr.gov. All responsible sources may submit an offer which shall be considered by the Agency. This solicitation W912JM-08-M-1003 is issued as an IFB. This is a solicitation document and incorporates provisions that are in effect through Federal Acquisition Circulars. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2007) applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions (Feb 2007) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2007) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6, Notice of Total Small business Set Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports on Disabled Veterans; 52.225-3, Buy American Act-Supplies; 52.222-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (Oct/2003) applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items or Service is applicable to this acquisition. For technical questions or a copy of the Performance Work Statement please contact MSgt Mark Schwab, Contracting Officer for Georgia Air National Guard Robins AFB at Commercial 478-201-1211 or at mark.schwab@garobi.ang.af.mil. Offers are due by 4 p.m., 29 Aug. 2008 via e-mail, fax or mail. Mail to the Contracting Officer, 116 ACW, 540 East Dr. Bldg 2094, Robins AFB, GA 31098 or fax to (478) 201-1209, Attn: MSgt Mark Schwab; or e-mail to: mark.schwab@garobi.ang.af.mil. Georgia Air National Guard, Robins AFB. 525 Borghese Dr. Bldg 2079 Robins AFB, Warner Robins GA 31098, US Mark Schwab, 478-201-1211 mark.schwab@garbobi.ang.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a0ed1733be51001a9a91b1b28bfcef9e&tab=core&_cview=1)
 
Place of Performance
Address: 116 ACW 525 Borghese Dr. bldg 2079 Robins AFB GA
Zip Code: 31098-2700
 
Record
SN01617386-W 20080720/080718220320-a0ed1733be51001a9a91b1b28bfcef9e (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.