Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2009 FBO #2755
SOLICITATION NOTICE

R -- Subscription for EEONet, MEONet, UCA & Data Mgt Svs

Notice Date
6/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
FA7014-09-RFP101
 
Archive Date
7/2/2009
 
Point of Contact
Willie J Haney, Phone: (202) 404-1222, Greg H. Santiago, Phone: 202-767-8094
 
E-Mail Address
willie.haney@afncr.af.mil, Greg.Santiago@afncr.af.mil
(willie.haney@afncr.af.mil, Greg.Santiago@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION (I) This is a combined synopsis/solicitation for commercial items 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 100% small business set-aside. The Request for Proposals (RFP) is for a Firm Fixed Price contract to provide subscriptions to EEONET, MEONET, UCA and Data Management Services in order to continue operation of the current Air Force MEO/EEO management tool, upgrade the tool as required to meet short term needs, and provide required Congressional and other statutory reports as necessary. Please note that this requirement is subject to FAR 52.232-18 "Availability of Funds (Apr 1984)" Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (II) Submit written quotes on RFQ number FA7014-09-RFP101. (III) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31. (IV) This procurement is 100% small business set-aside. The associated NAICS code is 541511. The small business size standard is $25 million. (V) This combined solicitation/synopsis is to purchase the following commercial services: The contractor shall provide subscriptions for EEONET, MEONET, UCA and Data Management Services to support installation level EO program offices, Major Command (MAJCOM) program managers, HQ Air Force staff, Reserves and the Air Guard. Additionally, the EO community requires 1500 EO accounts at 485 locations. The period of performance will be 01 July 09 thru 30 Jun 2010 (Base Year), with four (4) 12-month options, beginning 1 July 2010 through 30 Jun 2014 PRICE SCHEDULE - SUBSCRIPTIONS TO EEONET, MEONET, UCA & DATA MANAGEMENT SERVICES: Potential contractors shall propose prices based on the requirements in the Performance Work Statement. Proposed prices shall include a price per year for the base year and individual prices for each of the four (4) option years. The proposed price schedule must address the following: CLIN; ITEM DESCRIPTION; QTY; UNIT PRICE; EXTENDED AMOUNT (EXAMPLE: CLIN 0001, Subscription to EEONET, MEONET, UCA & Data Mgt Svs; Qty 1 Year; Unit Price $300,000 Extended Amt $300,000; CLIN 1001, Subscription to EEONET, MEONET, UCA & Data Mgt Svs; Qty 1 Year; Unit Price $306,000 Extended Amt $306,000.; CLIN 2001, Subscription to EEONET, MEONET, UCA & Data Mgt Svs; Qty 1 Year; Unit Price $309,600; Extended Amt $309,600.; CLIN 3001, Subscription to EEONET, MEONET, UCA & Data Mgt Svs; Qty 1 Year; Unit Price $312,000 Extended Amt $312,000.; CLIN 4001, Subscription to EEONET, MEONET, UCA & Data Mgt Svs; Qty 1 Year; Unit Price $315,000 Extended Amt $315,000) Complete proposals shall be submitted to Mr. Willie Haney (email: willie.haney@afncr.af.mil ), AFDW/A7KH, Acquisition Division, 2822 Doherty Dr. SW, Suite 310 PSC Box 341, Anacostia Annex DC 20373-5810, no later than the date and time set forth in the RFP. Oral quotes are not acceptable. Electronic (email only) responses are acceptable and must be sent to willie.haney@afncr.af.mil. Responses to this notice are due NLT 5:00 PM (EST) 17 Jun 2009. (VI) Full description of requirement as follows: PERFORMANCE WORK STATEMENT FOR SUBSCRIPTIONS TO EEONET, MEONET, UCA & DATA MANAGEMENT SERVICES 1.0 Description of Services 1.1 Objective. Contractor will continue to provide MEONet, EEONET, and Unit Climate Assessment, with their current capabilities with direct URLs to connect. The Air Force Equal Opportunity (EO) program requires data-entry, data-management, and data-retrieval and EO training services to support installation level EO program offices, Major Command (MAJCOM) program managers, HQ Air Force staff, Reserves and the Air Guard. Additionally the EO community requires 1,500 EO accounts at 485 locations. Unless otherwise provided as government furnished, or designated as inherently governmental positions, i.e. the Functional Area Staff (FAS), the service provider (SP) shall provide all resources (labor and materials) to perform the services described within this PWS in a manner that meets the objectives stated herein. Contractor will redirect customers to the next generation host of above activities. 1.2 Customer Service. Provide a secure.mil web-based system that meets Air Force IT requirements for current EO staff to securely document case management data. Provide encryption routines for transmission of information using appropriate data transfer protocols, have the ability to trace illegal attempts to gain access, and operate from U.S. and overseas locations. 1.3 Service Requirements. 1.3.1 A system that is user friendly, interactive, and capable of providing connectivity among all EO offices worldwide, including their Reserve program locations, as well as their intermediate headquarters and major commands. 1.4 Technical Requirements. 1.4.1 Provide 1,500 EO accounts (EEONet/MEONet accounts) at 485 installation-level locations for Air Force EO program offices, Major Command (MAJCOM) program managers, AFPC EO staff, and HQ Air Force EO staff. 1.4.1.1 Provide a Secured Network Enabled Unit Climate Assessment application for Military Equal Opportunity agencies which allows local installations to conduct organizational assessment on an as needed basis. 1.4.2 The service must be responsive to special requirements on a short-notice basis during contingencies. 1.4.3 Provide monthly metrics on EO civilian complaint activity by installation as determined by HQ AF EO office (to include but not limited to certain EEO complaint processing/data entry actions that reflect the timeliness and efficiency processing of EEO complaints and informational update that is being input or accomplished at our installations). 1.4.4 System must be accessible 24-hours a day, 365 days a year. Provide 24-hour on-line system operator assistance and technical support for network and computer applications via telephone (contractor shall provide telephonic support a 10 core work hours per day, Monday through Friday during normal operation and up to 20 hours extended support during crises/contingencies upon request of AF/A1Q or DPQ. 1.5 Program Support. 1.5.1 Hosting and Maintenance Options. Contractor will host, maintain, and provide technical support of the system for the duration of the contract period. Hosting and Maintenance Services include the following: 1.5.1.1 Provide 24 hour access to the networks (except during system maintenance); 24 hour system support using automated notification procedures in case of system emergencies; a complete, separate backup system for the primary systems; a secured facility with controlled entry procedures and facility external generator capability in case of prolonged power outage; unlimited on-line system operator assistance; unlimited telephone technical support (contractor shall provide telephonic support Monday through Friday during normal operation). 1.5.2 Provide a Secured Network Enabled Unit Climate Assessment application for Military Equal Opportunity agencies which allows local installations to conduct organizational assessment on an as needed basis. 1.5.3 Provide unlimited on-line system operator assistance and unlimited technical support for network and computer applications via telephone (contractor shall provide on-line support 10 core work hours per day, Monday through Friday during normal operation and up to 20 hours extended support during crises/contingencies upon request of AF/A1Q or DPQ. 1.5.4 Provide an EO qualified program manager to work on-site at Patrick AFB, Florida. 2.0 Service Delivery Summary. Performance Objective PWS Paragraph Performance Threshold Provide 1,500 EO accounts at 485 installation-level locations for Air Force EO program offices, Major Command (MAJCOM) program managers, AFPC EO staff, and HQ Air Force EO staff. 1.4.1 Provide access to authorized users on first attempt 90% of the time. System must be accessible 24- hours a day, 365 days a year 1.4.4 System can have no more than eight hours of downtime per month for system maintenance. Prepare Training Syllabus and deliver training. 3.0 General Information. 3.1 Government Furnished Property. 3.1.1 The government will provide adequate office space, computer, software, and access to telephone and fax lines for program manager to accomplish requirements as outlined in this PWS. 3.2 Performance Requirements. 3.2.1 Hours of Work: N/A 3.3 Deliverables. 3.3.1 Only the Quality Assurance Personnel (QAP) or the designated alternate has the authority to inspect, accept or reject deliverables. All deliverables shall be delivered in electronic form and hard copy. Reports shall be provided using Office Suite 2007 -Word, Power Point, and Excel. 3.3.2 Criteria for Acceptance. In the absence of other agreements negotiated with respect to time provided for contracting officer representative review, the QAP or alternate shall review all deliverables for accuracy and completeness and the contractor notified of the findings within 5 working days of final deliverables. Only the QAP or the designated alternate has the authority to inspect, accept or reject all deliverables. All deliverables shall be made to the QAP or designated alternate. 3.3.3 Contractor shall provide data disks with information to include field and column headings, etc. These disks need to be delieverable upon the request of the customer versus at the end of the contract expiration. 3.3.4 The contractor shall bring problems or potential problems affecting performance to the attention of the QAP as soon as possible. Verbal reports shall be followed up with written reports to QAP the next business day. 3.4 Quality Assurance. 3.4.1 The contractor shall be responsible for quality assurance for all work accomplished during the performance of the task. All work shall be accomplished using the best commercial practices. The contractor shall provide and maintain a Quality Control Plan (QCP) which ensures the requirements in this PWS are met. The QCP shall be included in the proposal for evaluation and acceptance. 3.5 Systems Access. 3.5.1 Secured Entry. Contractor facility must be a secured facility with controlled entry procedures and external generator capability in case of prolonged power outage. Contractor will provide secured entry procedures into the Network by authorized locations and allow for encryption of messages upon transmission; Contractor will ensure access to the Network and to the Network facility is granted to authorized personnel only. System access authority is HQ USAF/A1Q and/or office designated as primary OPR. Contractor will coordinate all user access with HQ USAF/A1Q and/or office designated as primary OPR. 24-hour access to the network (except during system maintenance); 24 hour system support using automated notification procedures in case of system emergencies. Additionally, contractor must provide a complete, separate backup system for the primary system. Contractor shall provide End of Fiscal Year Report including an analysis of usage hours showing peak usage throughout the year and status of Network international communications. 3.6 Program Management and Control Requirements. Technical management is the responsibility of HQ USAF/A1Q and/or office designated as primary OPR. 3.7 Reporting Requirements. The Data Management System shall be ready for implementation immediately upon award of the contract. Implementation is defined to mean that all Air Force EO offices, MAJCOMS and worldwide that possess modems/Internet connections, computers, and telecommunications software could access the system. Failure to meet the implementation can only be excused in those cases where the government host nation agreements or foreign communication limitations obstruct the progress. 3.8 Inspection, Test, and Acceptance Criteria. The system must be accessible 24 hours per day, 365 days per year with no more than eight (8) hours of downtime per month for system maintenance. 3.9 Privacy. Data shall not be used in developing or using results that would violate the Privacy Act of 1974. 3.10 Security. The requirement is unclassified 3.11 Period of Performance for EONet, MEONet, and UCA. The period of performance shall be from 1 July 09 - 30 June 2010 with four 1-Year options from 1 July 2010 - 30 June 2014. The contractor must provide full system capability and access immediately upon award of contract. (VII) Place of performance is located at Bolling AFB, DC, the Pentagon and Andrews AFB, MD 20762. (VIII) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2007), with this quote. (IX) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), applies to this acquisition. (X) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (April 2008) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.217-8 Option to Extend Services (Nov 1999) 52.219-9 Option to Extend the terms of the Contract (Mar 2000) 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) (15 U.S.C. 644) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor (Feb 2008) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam Era, and other Eligible Veterans (Sep 2006) 52.222-36 Affirmative Actions for Workers with Disabilities (Jun 1998) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other eligible Veterans (Sep 2006) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.222-41 Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service contract Act-Price Adjustment (Multiple Year and Option Contracts) 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (XI) Proposals are due no later than 5:00 PM, EST, Wednesday, June 17, 2009. Offers shall be submitted electronically via email to: Willie.Haney@afncr.mil. For additional information, contact Mr. Willie Haney, Contracting Officer (202) 404-1222 or email: willie.haney@afncr.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-09-RFP101/listing.html)
 
Place of Performance
Address: Provide 1,500 EO accounts at 485 installation-level locations for Air Force EO program, offices, Major Command (MAJCOM) program managers, AFPC EO staff, and HQ Air Force EO staff., Washington, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN01840590-W 20090612/090610234646-cf3a60c1685a55e67737168250637371 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.