Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
DOCUMENT

D -- Disaster Recovery Services - Attachments for RRB08Q039

Notice Date
9/5/2008
 
Notice Type
Attachments for RRB08Q039
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Railroad Retirement Board, Acquisition Management Division, OA, Procurement Section, 844 North Rush Street, 9th Floor NE, Chicago, Illinois, 60611-2092
 
ZIP Code
60611-2092
 
Solicitation Number
RRB08Q039
 
Point of Contact
Karen J. Haskins-Brewer,, Phone: (312) 751-4615
 
E-Mail Address
karen.haskins-brewer@rrb.gov
 
Small Business Set-Aside
N/A
 
Description
I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subject 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a written solicitation will not be issued. Offerors may send questions regarding this solicitation to Karen.haskinsbrewer@ rrb.gov by 4:00pm CST on September 12, 2008. A. This solicitation is issued as a Request-For-Quotation RRB08Q039. B. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular Number 2005-26. C. This solicitation is not a small business set-aside. D. The Office of Inspector General (OIG) is a separate and independent office located within the U.S. Railroad Retirement Board (RRB). The OIG is responsible for conducting, supervising, and coordinating audits and investigations relating to the Railroad Retirement and Railroad Unemployment insurance Acts. The Office of the Inspector General is located at 844 North Rush Street in Chicago, Illinois (herein referred to as Headquarters). E. The OIG is seeking a single contractor that can provide/perform disaster recovery services and also provide optional professional consulting services to perform disaster recovery testing services. II. The OIG intends to procure disaster recovery services and optional professional consulting services to perform disaster recovery testing services for one initial year and two one (1) year options. Offerors shall provide a firm fixed price for all services, resources and requirements as stated in the Statement of Work, section III of this solicitation, for the initial year and two one (1) year options. Options shall be exercised at the sole discretion of the OIG. Offerors may submit their price offer on the attached Price Schedule (Attachment E). III. STATEMENT OF WORK. A. Description of Services/Requirements: The OIG's Continuity of Operations Plan (COOP) requires that critical business functions must be performed, or rapidly and efficiently resumed, in an emergency. While the impact of an emergency cannot be predicted, planning and testing for operations under a worst.case scenario can mitigate the impact of the emergency on its people, the facilities and its mission. The OIG's COOP is based on the assumption the contractor shall provide disaster recovery facilities, computer systems, network resources and technical support professionals to ensure the continuous performance of the OIG's essential functions/operations during an emergency within twenty-four (24) hours. The COOP requires the OIG to periodically perform disaster recovery tests to evaluate its disaster recovery plan. To meet the requirement of the COOP, the OIG is issuing this Request for Quotes (RFQ) for disaster recovery facilities and test services and professional services for disaster recovery testing. B. Facility Requirements: 1. Must provide two (2) or more recovery facilities as contingency to support the requirements in Attachments A, B, and C. The facilities shall be designated primary and secondary centers. 2. The primary facility must be within one (1) hour from the Chicago Metro area. 3. Must provide security, heating and air conditioning, electrical power, plumbing, supplies, storage, and space for equipment and staff. 4. Must be available within 24 hours of a disaster declaration and available for two (2) sixteen hours (16) scheduled tests per year. 5. Must provide a fully operational information technology installation to support the requirements in Attachments A (hot site), B (cold site), and C (testing) during both disaster recovery testing and upon the declaration of a disaster. C. Technology Installation Support Requirements: 1.Must provide networking and computer systems requirements described in Attachments A (hot site), B (cold site), and C (testing) available for semiannual disaster recovery testing and at the time of a disaster declaration. 2. Equipment may be substituted with plug-to-plug compatible and functionally equivalent equipment. 3. Must provide data communication access to OIG's field office (currently Philadelphia). 4. Must provide data communication access to RRB HQ facility (Chicago) or Disaster Recovery site. D. Technical Support Requirements: 1. Must provide technical support before (to plan and coordinate test activities), during and, after all tests (to assess test results), during a disaster alert, and during a declared disaster. 2. The technical support staff assigned to this project must have experience in: a. Installation and configuration of Microsoft Windows Servers and Desktop operating systems and Microsoft Exchange servers. b. Installation and configuration of backup tape drive and backup software. c. Personal Computing Networks. d. Data Communications. e. Cisco hardware and software. f. Active Directory. (Parent and child domains). g. Email Security Appliances. h. Hardware and software requirements (including license requirements) for the network system and appliances covered under this solicitation. E. The OIG will give the contractor sixty (60) days notice of the proposed disaster recovery test date. The contractor shall respond within ten (10) days of its availability or propose an alternate date. F. Personnel authorized to declare a disaster: Inspector General of the Railroad Retirement Board, Assistance Inspector General for Investigations of the Railroad Retirement Board, Assistant Inspector General for Audit of the Railroad Retirement Board. Names and contact information shall be provided. G. Optional Professional Services for Disaster Recovery Testing Requirements: 1. In compliance with its COOP, the OIG is including a fixed price optional Statement of Work to procure consulting services to perform any/all of the following disaster recovery testing services on behalf of the OIG Information Technology staff: Recovery of the OIG Domain including but not limited to: a. Recovery of Active Directory. b. Recovery of Domain Controller. c. Recovery of Exchange Server. d. Recovery of File Server. e. Installation and configuration of Tape Backup System. f. Installation and configuration of Antivirus Software. g. Installation and configuration of Cisco Hardware and Software. h. Installation and configuration of Email Security Appliances (hardware and software). L Installation of network printer. 2. The OIG will designate the resources from the above list (Items a. thru L) the contractor shall restore and configure. 3. The OIG will require sufficient time to make arrangements with the RRB Headquarters if access to the RRB's resources is required. 4. Deliverables. a. Written Deliverables: The contractor shall provide the OIG with an electronic written report (MS Word) providing an evaluation of testing services. The report should include identified gaps during the restoration and recommendations to improve the effectiveness of future testing and overall preparedness. b. Deliverable schedule: A draft report shall be due ten (10) business days from the completion of the testing services. The OIG has five (5) business days to comment on the draft report. The final written report shall be submitted to the OIG within ten (10) business days of receipt of the OIG's comments. 5. The OIG will provide 60 days notice of its intent to exercise the Disaster Recovery Testing Professional Services. IV. CONTRACT CLAUSES. The following FAR clauses are incorporated by reference: 52.212-2, Evaluation-Commercial Items; 52.212-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.232-19, Availability of Funds for the Next Fiscal Year; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; and 52.239-1, Privacy or Security Safeguards. V.IMPORTANT INFORMATION. A. PRIVACY ACT NOTIFICATION (APR 1984) FAR 52.224-1.The Contractor will be required to design, develop, or operate a system of records on individuals, to accomplish an agency function subject to the Privacy Act of 1974, Public Law 93-579, December 31, 1974 (5 U.S.C. 552a) and applicable agency regulations. Violation of the Act may involve the imposition of criminal penalties. B. PRIVACY ACT (APR 1984) FAR 52.224-2.1. The Contractor agrees to -a. Comply with the Privacy Act of 1974 (the Act) and the agency rules and regulations issued under the Act in the design, development, or operation of any system of records on individuals to accomplish an agency function when the contract specifically identifies: (i). The systems of records; and (ii) The design, development, or operation work that the contractor is to perform. b. Include the Privacy Act notification contained in this contract in every solicitation and resulting subcontract and in every subcontract awarded without a solicitation, when the work statement in the proposed subcontract requires the redesign, development, or operation of a system of records on individuals that is subject to the Act; and, c. Include this clause, including this subparagraph (c), in all subcontracts awarded under this contract which requires the design, development, or operation of such a system of records. 2. In the event of violations of the Act, a civil action may be brought against the agency involved when the violation concerns the design, development, or operation of a system of records on individuals to accomplish an agency function, and criminal penalties may be imposed upon the officers or employees of the agency when the violation concerns the operation of a system of records on individuals to accomplish an agency function. For purposes of the Act, when the contract is for the operation of a system of records on individuals to accomplish an agency function, the Contractor is considered to be an employee of the agency. 3. a. "Operation of a system of records," as used in this clause, means performance of any of the activities associated with maintaining the system of records, including the collection, use, and dissemination of records. b. "Record," as used in this clause, means any item, collection, or grouping of information about an individual that is maintained by an agency, including, but not limited to, education, financial transactions, medical history, and criminal or employment history and that contains the person's name, or the identifying number, symbol, or other identifying particular assigned to the individual, such as a fingerprint or voiceprint or a photograph. c. "System of records on individuals," as used in this clause, means a group of any records under the control of any agency from which information is retrieved by the name of the individual or by some identifying number, symbol, or other identifying particular assigned to the individual. C. Section 508 Compliance Under Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), acquisitions of electronics and information technology (EIT) supplies and services must meet the accessibility standards as set forth at 36 CFR Part 1194. The offeror is required to certify (Attachment G) which accessibility standards their offered EIT products and/or services meet. D. Post-award conference: In order to codify the implementation and procedural issues attendant upon contract performance, a post-award conference will be held at the RRB headquarters facility in Chicago, IL no later than ten calendar days after contract award. The Contractor must attend this conference and be prepared to discuss the project milestone events and schedule. The Contractor will be responsible for all costs related to attending this conference. E. Billing: Contractor shall submit invoices with quantities for work completed and pricing as designated in Section III.B and indicating actions and dates. VI. SUBMISSION OF QUOTATIONS/PROPOSAL. A. FAR Provision 52.212-1, Instructions to Commercial Offerors-Commercial Items, applies to this acquisition and is hereby included by reference. B. The offeror must submit two (2) signed and dated offers to: U.S. Railroad Retirement Board, Attn: Karen Haskins-Brewer, Acquisition MgmUProcurement, 844 North Rush Street, Chicago, IL 60611-2092 by 1:OOpm CST on September 22, 2008. Offeror may also send an electronic version of their proposal/quotation to proposals@rrb.gov. Offers must be submitted on the SF 1449 (Attachment D) or on official company letterhead. Offerors must complete the price schedule (Attachment E) and business information (Attachment F). C. Past Performance: The Offeror should provide information on previously performed contracts or ongoing contracts that are similar to the requirements as stated in the statement of work (section III) performed for Federal, State or local Government and for commercial firms. Information shall be provided on either: 1. All such contracts within the past eighteen months or, 2. The last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the services were performed and the phone numbers of at least two knowledgeable technical contacts for each contract listed. The offeror shall provide information on problems encountered on similar contracts, corrective actions taken to resolve those problems. The proposal should not describe past performance history in the contract. D. The offeror must provide a detailed narrative, including charts, tables and other illustrations as needed to explain the proposed solution and offeror's ability to meet the requirements (mandatory and optional) in section III. above. E. In addition, the offeror must include in the proposal submission the following: 1. Facility: a. location and identification of the proposed facilities assigned to the OIG for disaster recovery and testing services, b. confirmation and evidence of a completed security plan, disaster recovery plan and security review for the facilities, systems and networks proposed to satisfy the requirements (plans and review no older than one year prior to proposal submission date), c. contingency plan to support OIG's test and recovery operations in the event a disaster strikes contractor's recovery facilities, systems and/or network; 2. Security: evidence of the following: a. security access controls to the facilities, b. countermeasures and safeguards to protect sensitive government information, c. screening/background investigations on contractor personnel assigned to OIG; 3. Technical Support: a. Listing of the network services to be provided for testing and actual disaster declaration, b. Any pre-configuration that will be performed prior to the OIG occupying the facilities for testing or disaster, c. notification and cancellation requirements for scheduling and cancelling test, d. staffing plan (of staff actually proposed), organizational chart (include key project positions by title and description of related functions, including supervisory/managerial levels and responsibilities) and resumes of the staff to be assigned to accomplish requirements above for disaster recovery facility and equipment services including semiannual disaster recovery tests; 4. Optional Professional Services: a. detailed staffing plan, resumes of personnel proposed including skill levels and sets and experience with significant similar projects and work, b. manufacturer servers and Cisco system contractor with which contractor has experience, c. identify tasks, equipment, personnel and resources required of OIG in order to satisfy requirements, d. listing of recommended hardware and software required to support requirements (include product descriptions and quantities), e. Schedules, acceptance procedures, methodology for problem solving and backup plans. VII. EVALUATION AND AWARD. A. The ratio of price to technical shall be 1:2. B. Technical Evaluation Factors: The following evaluation factors are shown below in descending order of importance: 1. Recovery Facilities/Security Plan, 2. Technical Support/Staffing, 3. Past Performance. C. The Technical score shall be the sum of all awarded points for each evaluated factor. D. Calculation of the Price Score will be computed by multiplying the maximum point score available by a fraction representing the ration of the lowest total evaluated price of all technically acceptable offers received to the total evaluated price of the offer being evaluated. E. Award and determination will be made based on a best value basis and the total evaluated price with technical factors considered as outlined above. F. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Negotiation conducted after receipt of an offer does not constitute a rejection or counteroffer by the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=197900eb694464a862d4e6d97bf896cb&tab=core&_cview=1)
 
Document(s)
Attachments for RRB08Q039
 
File Name: Attachments A, B and C (Attachments A, B and C.doc)
Link: https://www.fbo.gov//utils/view?id=c130ea43da4cc2ca7cdd33c9c864bbfc
Bytes: 59.50 Kb
 
File Name: Attachment D, SF-1449 (RRB08Q039 SF 1449.pdf)
Link: https://www.fbo.gov//utils/view?id=70abb7b819d828393962e686478e3773
Bytes: 79.57 Kb
 
File Name: Attachment E, Price Schedule (OIG DR Price Schedule, September 5, 2008.doc)
Link: https://www.fbo.gov//utils/view?id=b9007d7afd50f333a91c6bc278ccd2f1
Bytes: 33.50 Kb
 
File Name: Attachment F, Business Information (RRB08Q039 Attachment F- Contractor Information.doc)
Link: https://www.fbo.gov//utils/view?id=c5d49b4fdef1dd0b134aec18966f9746
Bytes: 45.50 Kb
 
File Name: Attachment G, EIT CertificationI (RRB08Q039 Attachment G- CERTIFICATION OF EIT ACCESSIBILITY.doc)
Link: https://www.fbo.gov//utils/view?id=24d87aee879500187dbd34ebda3c1b61
Bytes: 69.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: U.S. Railroad Retirement Board, Office of Inspector General, 844 North Rush Street, Chicago, IL 60611-2092, Chicago, Illinois, 60611, United States
Zip Code: 60611
 
Record
SN01660635-W 20080907/080905220947-197900eb694464a862d4e6d97bf896cb (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.