Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
MODIFICATION

R -- Air Force-WideActive Directory/Exchange Centralized Capabilities - RFI

Notice Date
1/6/2011
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting Branch (HQ AMC/A7KQ), 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-11-R-0006
 
Point of Contact
Julia L. Brueggemann, Phone: 618.256.9957, Keri A Lindsco, Phone: 618.256.9948
 
E-Mail Address
julia.brueggemann@scott.af.mil, keri.lindsco@scott.af.mil
(julia.brueggemann@scott.af.mil, keri.lindsco@scott.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Additional Contractor Question and Answer posted. Further, the response closing date has been revised to 3:00 pm CST, 17 Jan 2011. Introduction The Headquarters Air Mobility Command (HQ AMC) Specialized Contracting Branch is conducting market research to determine qualified, experienced, and interested potential sources for Microsoft technical and operational engineering expertise in the migration of all MAJCOM-based multi-forest Microsoft Active Directory and Messaging objects/accounts (workstations, servers, and mailboxes) to the new centralized capability model. Part of the market research is to publish in FedBizOpps a Request for Information (RFI) seeking market information on businesses capable of providing the equipment and services, as described herein. The information requested by this RFI will be used within the Air Force (AF) to facilitate decision-making and will not be disclosed outside the agency. Firms choosing to respond to his RFI are cautioned that this synopsis/RFI is not a Request for Proposal (RFP). This RFI is a market research tool used to determine the adequacy of eligible business sources prior to determining the acquisition strategy and issuance of a RFP. The government is not obligated to and will not pay for any information received from any sources responding to this synopsis and will not provide any feedback or carry on discussions with non-federal government activities regarding the information provided in response to this RFI. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The AF will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Description of Services Air Force Headquarters is directing the transformation of the Air Force Active Directory and Messaging topologies to improve security, reduce operating costs and to continue the evolvement of the network from a decentralized, fragmented, MAJCOM-centric system of networks to a single enterprise in support of "One Air Force - One Network" effort. The government requires expert technical and operational engineering expertise in the migration of all MAJCOM-based multi-forest Microsoft Active Directory and Messaging objects/accounts (workstations, servers, and mailboxes) to the new centralized capability model. This task transforms a decentralized and fragmented MAJCOM-centric active directory forest to a single Air Force enterprise forest. Contractor personnel will be required to provide expert-level engineering services in the use of Microsoft to provide technical engineering and architecture expertise in the development of technology strategies, provide technical and operational assessments; performance of architecture and designs, and support for the deployment of an Active Directory infrastructure that support a single Air Force enterprise forest Standard Server Configuration. This will include strategies for applying the latest technological capabilities available in Windows Server 2008 Active Directory and Exchange Server 2007/2010 to achieve Air Force Network Integration Center's (AFNIC's) centralized capability vision. Task 1 -The contractor shall provide task management to include financial management, review of technical deliverables and overall task coordination. Task 2 - Provide technology strategies and engineering expertise to incorporate advanced Windows Server features and Standard Server Configurations into the AFNIC centralized capability design for the USAF enterprise network. Provide the ability to coordinate with Microsoft Headquarters for technical assistance on development, delivery, and employment of new server configuration standards. Task 3 -Provide technology strategies and engineering expertise to incorporate Exchange Server features and Standard Server Configurations into the AFNIC centralized capability design for the USAF enterprise network. Provide the ability to coordinate with Microsoft Headquarters for technical assistance on development, delivery, and employment of new server configuration standards/strategies. Task 4 - Provide technology strategies and engineering expertise in the design of a centralized and standardized Group Policy model. Provide the ability to coordinate with Microsoft Headquarters for technical assistance on development, delivery, and employment of new server configuration standards. Task 5 - Document technical strategies and assist in mapping USAF enterprise-wide base-level migration plans to AFNIC's centralized capabilities functional specifications. Provide the ability to coordinate with Microsoft Headquarters for technical assistance on development, delivery, and employment of new server configuration standards/strategies. Task 6 - Provide technology strategies and engineering expertise in the design and architecture of standard solutions and migration strategies for the decommissioning of the MAJCOM Legacy Active Directory and Exchange environment. Provide the ability to coordinate with Microsoft Headquarters for technical support on development, delivery, and employment of new server configuration standards/strategies. Task 7 - Provide technology strategies and engineering expertise in the design of a centralized and standardized Microsoft Systems Center Configuration Manager (SCCM) deployment. Provide the ability to coordinate with Microsoft Headquarters for technical support on development, delivery, and employment of new server configuration standards/strategies. Task 8 - Provide technology strategies and engineering expertise in the design of a centralized and standardized Microsoft Office Communications Server (OCS) deployment. Provide the ability to coordinate with Microsoft Headquarters for technical support on development, delivery, and employment of new server configuration standards/strategies. The North American Industry Classification System (NAICS) code to be used for this procurement is 541512, Computer Systems Design Services, with a size standard of $25.0M. Information requested: 1. Company Information: Name, address, telephone number, FAX number, point of contact names, and e-mail addresses. 2. Anticipated Teaming Arrangements (if applicable) 3. Typical contract terms and conditions for this type of work; include, for example, contract type, contract metrics, contract incentives. 4. Identify any additional information needed to submit a proposal that is not currently listed in this notice. 5. Identify Major Risks: General information to identify any major risks anticipated. 6. Capability and Performance Information in terms of contract references (similar to this requirement) to include the following (limit capability/performance information to 20 pages) a. Contract Number b. Performance as a prime or a subcontractor c. Brief Description of the effort d. Period of Performance, total contract value and contract type e. NAICS code/small business size standard. 7. Please submit any information that would show your qualifications to handle this type of work. 8. Submission Information. Your submission must be clear, concise, complete, and be submitted by 3:00 pm CST 17 Jan 2011 via email to Julia.Brueggemann@scott.af.mil. **Please note that the Performance Work Statement (PWS) for this requirement stipulates that Microsoft Gold Certification is required for performance; therefore, only Microsoft Gold Partners will be considered for award of any potential Request for Proposal (RFP). **
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-11-R-0006/listing.html)
 
Place of Performance
Address: The primary places of performance are Scott AFB, IL, INOSC-E (Langley AFB, VA) and INOSC-W (Peterson AFB, CO). There may be travel to other bases and MAJCOMs as deemed necessary by the government in accordance with the requirements outlined in the Performance Work Statement., United States
 
Record
SN02356003-W 20110108/110106234621-09f7d216a27138668474a503aaeaf831 (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.