Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2009 FBO #2781
SOURCES SOUGHT

70 -- ASHORE Operations Support

Notice Date
7/6/2009
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N1022-09-0002
 
Archive Date
8/4/2009
 
Point of Contact
Shirley E Scriber, Phone: (202) 685-5964, Brian HJ Kimm, Phone: 202-685-5575
 
E-Mail Address
shirley.scriber@navy.mil, Brian.Kimm@navy.mil
(shirley.scriber@navy.mil, Brian.Kimm@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Survey for ASHORE Operations Support N1022-09-0002 ________________________________________________________________________ THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES AND DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL OR A PROMISE TO ISSUE A REQUEST FOR PROPOSAL IN THE FUTURE. THIS RFI DOES NOT COMMIT THE GOVERNMENT TO CONTRCT FOR ANY SUPPLY AND SERVICE. RESPONDENTS ARE ADVISED THAT THE U.S. GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONDING TO THIS RFI. ________________________________________________________________________ Background: Within Military Sealift Command (MSC), the Command, Control, Communications, and Computer Systems (C4S) Directorate (N6) is charged with providing Ashore Operations support to all Directorates and MSC Program Managers. The Ashore Operations Division is responsible for ensuring that MSC internal computer and communication systems support for the functional tasks to internal organizations and create or maintain compatibility and connectivity to Government and private industry stakeholders. Interested vendors must submit a brief but complete capability statement for the following statement of work: Statement of Work: Task 1. Program Management Effective Program Management will assist in ensuring that all contractor support assigned to these tasks are coordinating and leveraging processes already in place or being developed. This effort will include the overall management of contractor resources assigned to this contract as well as reporting to and direct interaction with the Contracting Officer’s Representative (COR) and the Alternate COR (ACOR). Program Management support includes the full range of project planning, resource management, risk assessment and mitigation, quality management, change control, and management of project deliverables consistent with industry best practices. Task 2. Datacenter Operations Support (Unclassified) Maintenance The MSC Corporate Data Center (MCDC) supports the MSC mission by hosting MSC applications and acting as an enterprise-wide data warehouse. The MCDC facilitates the uninterrupted availability of applications to the MSC user community. The MCDC facilitates the centralization of functions such as configuration and release management, database administration, e-commerce/e-business deployments, end user management. The MCDC is a component of the MSC Enterprise. The MCDC mainly consists of Sun Solaris and Microsoft Windows servers, communications equipment (firewalls, routers, and switches), various applications, and data. The contractor shall provide full operational support for all hardware and software used by the MCDC including hardware and software installation and upgrades including operating systems, hardware and software configuration, systems and network monitoring, systems and network auditing, problem determination, problem reporting, problem escalation, problem resolution, change control, version management, backup and recovery, capacity planning, periodic preventive maintenance, performance tuning, security patching and data security monitoring and management. Enhancements The contractor shall provide support for the enhancement of MCDC capabilities. The contractor shall also support the enhancement of MCDC interfaces. The contractor shall support the expansion of the MCDC as necessary. The contractor shall support the enhancement of hosted applications and their associated system interfaces. Task 3. Datacenter Operations Support (Classified) Maintenance The classified data center supports the MSC mission by hosting MSC command and control (C2) applications. The classified data center mainly consists of Sun Solaris and Microsoft Windows servers, communications equipment (firewalls, routers, and switches), various applications, and data. The classified data center hosts the following applications and services: Global Command and Control System - Joint (GCCS-J) 4.x Integrated Command, Control and Communications (IC3) Portal APRS Satellite Tracking and Reporting System (ASTARS) Joint Flow and Analysis System for Transportation (JFAST) MSC SIPRNET Website (www.msc.navy.smil.mil) The contractor shall provide full operational support for all hardware and software used by the classified data center including hardware and software installation and upgrades including operating systems, hardware and software configuration, systems and network monitoring, systems and network auditing, problem determination, problem reporting, problem escalation, problem resolution, change control, version management, backup and recovery, capacity planning, periodic preventive maintenance, performance tuning, security patching and data security monitoring and management. Enhancements and Migrations The contractor shall support the enhancement of hosted applications and their associated system interfaces as necessary. Additionally, MSC is looking to eventually migrate all C2 applications to a DOD or Navy data center. At such time, the contractor shall support migration and transition activities such as development of transition plans; data collection, validation and verification; equipment testing and deployments, application testing and deployments, troubleshooting efforts; and user training. Task 4. Desktop Support The contractor shall provide support to the MSC Contract Technical Representatives (CTRs) and Assistant Contract Technical Representatives (ACTRs) needed to accomplish operational activities such as planning, ordering, delivery coordination, asset tracking and technical support associated with delivering IT products and services to MSC via the Navy Marine Corps Intranet (NMCI) contract or its follow-on contract, Next Generation Enterprise Network (NGEN). Additionally, the contractor shall provide support to assist MSC in the transition to NGEN with activities such as development of transition plans; data collection, validation and verification; equipment testing and deployments, application testing and deployments, troubleshooting efforts; and user training. Task 5. Global Helpdesk Support The contractor shall provide 24 hours a day, seven days a week Tier I Helpdesk services as the MSC Global Help Desk supporting both classified and unclassified operations and serving as the problem manager for all trouble tickets. The contractor shall also support the MSC Incident Management and Problem Resolution process as a designated Tier II/III agent. The contractor shall support and utilize the MSC designated Incident Management and Problem Resolution support software, currently designated Remedy ITESM. The contractor shall provide technical support in resolving help desk incidents as assigned. Task 6. Military Sealift Command Disaster Recovery Site Support Maintenance The contractor shall provide resources to maintain the MSC Disaster Recovery Site (MDRS) in Pensacola, Florida, an alternate data site for use during contingency situations. This site will provide backup application hosting operations for the MCDC The MDRS also consists of Sun Solaris and Microsoft Windows servers, communications equipment (firewalls, routers, and switches), various applications, and data. The contractor shall provide full operational support for all hardware and software used by the MDRS including hardware and software installation and upgrades including operating systems, hardware and software configuration, systems and network monitoring, systems and network auditing, problem determination, problem reporting, problem escalation, problem resolution, change control, version management, backup and recovery, capacity planning, periodic preventive maintenance, performance tuning, security patching and data security monitoring and management. Enhancements The contractor shall provide support for the enhancement of MDRS capabilities. The contractor shall also support the enhancement of MDRS interfaces. The contractor shall support the expansion of the MDRS as necessary. The contractor shall support the enhancement of hosted applications and their associated system interfaces. Task 7. Telecommunications Support Video Teleconferencing (VTC), Video Distribution System (VDS) & Briefing Support: The contractor shall act as Regional VTC manager and will be required to provide on-site support and remote assistance for MSC HQ, MSFSC and SSU SD. The contractor shall provide VTC/Briefing scheduling, coordination and support through the Video Operations Center (VOC) and provide planning, technical setup, and testing for scheduled events. The contractor shall support VTC/VDS operational life cycle planning and periodic system maintenance for the MSC enterprise. Life cycle planning shall include activities such as budget estimates, technical refresh upgrades of VTC/VDS equipment and systems, and disposal of defective or obsolete equipment. Telecommunications Circuits Administration: The contractor shall provide services to analyze and determine requirements, places orders, manage, coordinate trouble calls, inventory, report, review invoices, make and resolve invoice disputes directly with service provider (vendor or Government agency), make adjustments on amount approved for payment, review reports for correctness and make disputes with service provider when errors are noted for all MSC telecommunications circuits. Telephone Services Administration: The contractor shall provide services to analyze and determine requirements, places orders, manage, coordinate trouble calls, inventory, report, review invoices, make and resolve invoice disputes directly with service provider (vendor or Government agency), make adjustments on amount approved for payment, review reports for correctness and make disputes with service provider when errors are noted for telephone, cell phone, Iridium, Blackberry, and teleconference services provided to MSC HQ, MSFSC and SSU SD. Telecommunications Instruments Administration: The contractor shall provide services to acquire, manage, issue, troubleshoot, inventory, and dispose of telecommunications instruments such as cell phones, Blackberries, desk phones, conference phones, calling cards, STE phones, Iridium phones, facsimiles and other instruments as required. Task 8. Other Supported Systems The contractor shall support the maintenance and enhancement of other systems, as deemed necessary by MSC. These systems include, but are not limited to the following: Building Intrusion Detection System (IDS) Building Access Control and Environmental Alarm System Task 9. Information Technology Training Delivery Support The contractor shall delivery regularly scheduled training for business and IT related topic in government provided training facilities. Coordination Support The contractor shall provide services to coordinate provision of training by other resources and at other locations. ______________________________________________________________________ MARKET RESEARCH: The following questions are intended to help structure a potential future Information Technology (IT) support services acquisition that effectively leverages the commercial marketplace, delivering Information Technology (IT) support services in concert with industry best practices to meet unique MSC goals and objectives. Questions pertain to the full range of Information Technology (IT) support services, as applicable, including the following tasks: program management, project planning, project administration, program implementation, and documentation for all support provided. 1. Please indicate your organization’s business size status (e.g. large or small business, specific category of small business). 2. Are there any requirements within the SOW that are technically challenging? Are there any requirements within the SOW that are restrictive, thus hindering competition? If yes, please explain further and suggest alternative strategies that could mitigate the implications of these technical challenges. 3. Does the way the SOW is worded or the vastness of the coverage requirements pose particular challenges to a small business in terms of resources? Please describe. 4. This effort is currently under NAICS 541513 - Computer Facilities Management Services. Would you recommend a different NAICS that would encourage wider competition? 5. What is a rough estimate for the time from award of contract to Initial Operating Capability (IOC)? What are the primary drivers of this timeframe? Which requirements or aspects in the SOW drive schedule? How can these be streamlined from an MSC perspective? 6. Can you offer any other insights or recommendations not articulated in this RFI that may help shape this potential acquisition? What are the benefits to MSC for your recommendations? 7. Sometime the requirement has peaks and valleys that may alter the requirement as far as staffing. Will you have any staffing challenges to accommodate the changes? RESPONSES: Request you send responses by email to Shirley.scriber@navy.mil or postal mail to Military Sealift Command, 914 Charles Morris CT S.E. attn: Shirley E. Scriber, Bldg 157, N10 Washington Navy Yard, D.C., 20398-5540. Request your response by COB 20 July 2009. We request that responses be single-spaced, Times New Roman, 12 point font with 1-inch margins, and compatible with MS Office Word 2003. Submission of proprietary information and trade secrets is discouraged. However, if any proprietary information must be submitted, it must be clearly marked on the outside container and materials inside. POINT OF CONTACT Shirley E. Scriber, Contract Specialist, Phone 202-685-5964, Fax 202-685-5965, Email Shirley.scriber@navy.mil CONTRACTING OFFICE ADDRESS Military Sealift Command, Headquarters 914 Charles Morris Ct. SE Washington Navy Yard, DC, 20398-5540
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N1022-09-0002/listing.html)
 
Place of Performance
Address: Military Sealift Command, Headquarters, 914 Charles Morris Court SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540, United States
Zip Code: 20398-5540
 
Record
SN01866277-W 20090708/090707000106-28bbddaa041bca523876f31d8b1a2480 (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.