Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
SOLICITATION NOTICE

D -- eBusiness Information Technology Support (eBITS)-Notice of Intent and Performance Work Statement

Notice Date
4/25/2012
 
Notice Type
Presolicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-12-EBITS-01
 
Response Due
4/26/2012
 
Archive Date
6/25/2012
 
Point of Contact
Gregory Anderson, 703-325-2866
 
E-Mail Address
ITEC4, NCR PARC (NCR-CC)
(gregory.b.anderson.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this notice of intent is to perform market research and allow vendors to submit capability statements addressing their ability to perform the required eBusiness Information Technology Support (eBITS) services during the interim time period, April 27, 2012 to May 18, 2012, without a learning curve. Specifically, the required services include the provision of eBusiness and Information Technology (IT) support to Army Contracting Command - National Capital Region (ACC-NCR), which consists of approximately 300 users. The computing environment includes commercial hardware and software products as well as several DoD-specific systems. This contractor support augments the existing ACC-NCR government staff in providing the following: Network and Telecommunications Infrastructure Support (Configuration Management, Capacity Management, Contingency Planning, Market Research, Property Management); System Administration; Desktop Support; Help Desk/Customer Support/Office Automation Support; Information Assurance; Standard Procurement System (SPS) application support - This experience must be in the Procurement Desktop-Defense (PD2 v4.2), AcquiLine Functional System Administrator modules (PRWeb), and Electronic Document Access (EDA); and Web Based Enterprise Applications (internet/intranet) to facilitate the exchange of information between ACC-NCR Alexandria, Virginia and the Army Contracting Command as described in the Performance Work Statement(PWS) provided below. The services are currently being performed by RTEC Services, LLC under Contract W91QUZ-12-P-0026 awarded by ACC-NCR, Alexandria, VA. This contract expires April 26, 2012. The Government intends to negotiate a modification to extend the contract with RTEC Services, LLC, (W91QUZ-12-P-0026) for 22 days (April 27, 2012 to May 18, 2012). The modification will provide for continuity of services for ACC-NCR the Office of and allow sufficient time to compete and award the follow-on contract. The authority for exception to other than full and open competition is Title 10, U.S.C., Section 2304(c) (1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. This exception applies when an award must be issued on a sole source basis because only one responsible source and no other supplies or services will satisfy agency requirements. Capability Statements shall not exceed 15 pages and are due no later than 4:30 p.m. on Thursday, April 26, 2012. Please email submissions to: Ms. Alyssa A. Murray, Contracting Officer, Army Contracting Command-National Capital Region (ACC-NCR), email: Alyssa.a.Murray.civ@mail.mil. Thank you. PERFORMANCE WORK STATEMENT ACC-NCR eBusiness Information Technology Support (eBITS) dated 26 April 2012 A. ACC-NCR eBusiness Information Technology Support (eBITS). The Army Contracting Command - National Capital Region (ACC-NCR) is an element of the Army Material Command (AMC). The eBITS contract will support ACC-NCR. B. Background B.1. ACC-NCR Mission. ACC-NCR's primary mission is to provide global contracting support to warfighters through the full spectrum of military operations. ACC-NCR works to find the most effective acquisition solutions for our customers. In order to fulfill this mission, ACC-NCR must provide a dependable Operating System, Local Area Network (LAN), its related applications, and provide technical administrative support for its business applications. The eBITS contract will provide ACC-NCR with Information Technology support services. B.2. ACC-NCR Customers. ACC-NCR's core customers are the Deputy Undersecretary of the Army, PEO Enterprise Information Systems (EIS), G3/5/7 Operations and Plans, NAVAIR, and OSD, AT&L Acquisition Resources and Analysis. ACC-NCR also provides IT related acquisition support services to other Department of Defense customers. B.3. Location. The Army Contracting Command - National Capital Region is headquartered in Alexandria, VA. Contracting personnel are also located in Fort Monmouth, New Jersey and in various locations within Arlington County in Virginia. C. Objective and Scope of ACC-NCR eBITS. The contractor shall provide technical support to a community of approximately 300 users. The computing environment includes commercial hardware and software products as well as several DoD-specific systems. EBITS is to provide contractor support services to augment the existing ACC-NCR government staff in providing: C.1. Network and Telecommunications Infrastructure Support (Configuration Management, Capacity Management, Contingency Planning, Market Research, Property Management) C.2. System Administration C.3. Desktop Support C.4. Help Desk/Customer Support/Office Automation Support C.5. Information Assurance C.6. Standard Procurement System (SPS) application support - This experience must be in the Procurement Desktop-Defense (PD2 v4.2), AcquiLine Functional System Administrator modules (PRWeb), and Electronic Document Access (EDA). [Further information on the SPS system can be obtained at http://sps.caci.com] C.7. Web Based Enterprise Applications (internet/intranet) to facilitate the exchange of information between ACC-NCR Alexandria, Virginia and the ACC. D. Environment. Software: Functional AreaProduct Operating SystemMicrosoft Vista Enterprise Service Pack 2 Web BrowserInternet Explorer 7.0 SP1 Office Productivity SuiteMicrosoft Office Professional 2007 PDF ViewerAdobe Acrobat Reader version 9.00 Visio Document ViewerMicrosoft Visio Viewer 2003 Antivirus SoftwareSymantec Anti-Virus client version 10.1 Form ManagementPure Edge 8x Viewer version 6.5 ApproveIT 5.7.1 Smart CardActivClient for Windows 6.2 Compression UtilityWinZip version 11.2 Media PlayerApple QuickTime 7 OCSP ClientTumbleweed Version 4.10 E. Performance Requirements. Performance requirements are described as performance objectives, measures, and standards in the following manner. E.1. Performance Objective. This is a statement of outcome or results. E.2. Performance Measure. These are the critical characteristics of the objectives that will be monitored by the Government. E.3. Performance Standard. This is the targeted minimum level (or range of levels of efforts) of performance for each performance measure. E.4 Note: Not every performance objective in this contract has a related performance measure or standard. However, every performance objective is a contractual requirement. For those performance objectives that do not specify a measure or standard, the measures and standards that apply are in accordance with standard commercial practices. F. Contractor Tasks The contractor is required to provide support services from the tasks specified in list below. Additional tasks not specified but are within the scope of the contract may also be required. (Some of the tasks and levels are optional. In addition, not all tasks will be used every year.) F.1. TASK - Contract Writing Systems Support (Full Time). F.1.a. Includes the following Task Areas: Systems Operation and Maintenance (Computer Center Technical Support Consultant; Computer Systems Administration; Network Management Consultant; Help Desk Support; Desktop Support; Property Management) F.1.b. Performance Objectives: (1) Procurement Systems Support. For this task, experience is required in supporting the SPS Application (also referred to as Procurement Desktop Defense, or PD2). SPS User Administration: oUser Set-up (in accordance with the PD2 Security Model). oIncludes creating/updating User Type, User Preference, Procurement Profile, Maintenance of Team Cabinets, User Federal Procurement Data System - Next Generation (FPDS-NG) Set-up and Logon to FPDS-NG web site oWarrant and Warrant Type Maintenance oMaintenance of Approval Templates oMaintenance of Desktop Templates oWorkload Management/Procurement Action Lead Time Maintenance oVendor Maintenance oProvide technical PD2 User Help Desk Support, researching CACI Knowledge Base for troubleshooting issues, and work with CACI Help Desk, Army Response Team (ART) personnel, ALTESS personnel, and IMCEN personnel, when necessary to resolve users' software issues. oAcquiLine (PR Web) System Administration oEdit/approve/reject registrants, working with requesting organization to ensure control of access oUpdate user access; delete user accounts when access is no long required oReset passwords; unlock accounts oProvide Help Desk Support to users when problems are encountered, researching CACI Knowledge Base for resolution; work with CACI Help Desk and/or Army Response Team (ART) personnel, ALTESS personnel, and IMCEN personnel, when necessary to resolve users' software issues. (2) Helpdesk / User Support. The Contractor shall provide telephonic and desk side support to users who require assistance with Procurement Desktop Defense (SPS) or AcquiLine (PRweb). Contractors shall document procedures. (3) Interpersonal Skills. Contractors shall provide courteous, prompt support to users requiring assistance. (4) Contractor personnel shall possess and demonstrate excellent documentation skills. (5) Contractor personnel must be able to work independently with minimum direction. (6) Contractor personnel keep up to date with technology changes. F.1.c. Performance for Contract Writing Systems Support. F.1.c. Performance for Contract Writing Systems Support. ObjectiveMeasureStandard 1.Provides courteous helpdesk support services to customers.Provides professional, courteous helpdesk support. Is able to skillfully handle difficult customers.Receives no more than 3 customer complaints per month. Notifies COR of difficult users and describes the problem. F.2. TASK -Web Application Support. F.2.a. Scope: This includes IT Services (Internet / Intranet / Web Enabled Applications) F.2.b. Performance Objectives: (1) Contractor shall act as liaison with Army Contracting Command (web site host) and ACC-NCR for managing content and structure of websites for both internal and external use. The contractor shall have a solid understanding of Microsoft SharePoint 2010. The Contractor shall coordinate web content (coordinate with internal groups/departments to gather content), create and maintain technical and training documentation, create and maintain web content, implement changes as directed. (2) The contractor shall incorporated and integrate any government developed web software into the ACC-NCR or Army web sites as required. oExisting External ACC-NCR website: http://www.acc.army.mil/contractingcenters/acc_ncr oInternal Sharepoint site: https://acc.aep.army.mil/sites/acc-ncr/default.aspx (3) Interpersonal Skills. Contractors shall provide courteous, prompt support to end users requiring assistance with usage of Microsoft SharePoint and other related web tools. Contract shall establish and maintain effective working relationships with users, and promote SharePoint usage. (4) Contractor personnel shall possess and demonstrate excellent documentation skills. Contractor shall prepare or present written and/or verbal reports. (5) Contractor personnel must be able to work independently with minimum direction. Contractor shall establish priorities to meet objectives. (6) Contractor personnel keep up to date with technology changes. F.2.c. Performance for Web Design/Web Application support. F.2.c. Performance for Web Application Support. ObjectiveMeasureStandard 1.Regular checking to insure availability of sites and identification/correction of any broken or missing links.Contractor is pro-active in making requested changes and keeps government informed as to the progress or delays. Contractor estimates how quickly changes can be made and follows through with the estimated delivery (if within the rights provided by site host) or coordinates delivery and notifies COR of changes to delivery schedule if host site needs to implement changes. F.3. TASK - Helpdesk Support Services F.3.a. Includes the following Task Areas: Systems Operation and Maintenance (Computer Center Technical Support Consultant; Computer Systems Administration; Network Management Consultant; Help Desk Support; Desktop Support; Property Management) F.3.b. Performance Objectives: (1) The contractor shall have experience in Outlook / Exchange, Vista, Windows, and NT. (2) Desktop. The Desktop operating system is Windows Vista. Certain Windows 2007 Professional and primary local applications consist of Microsoft Office 2007 Professional. The Contractor shall perform a variety of duties related to desktop computer functions. Configure laptops and Personal Digital Assistants (PDAs). Install, maintain, debug, and provide training related to the following peripheral products: printers, scanners, digital cameras, speakers, and video teleconferencing. (3) Helpdesk / User Support. The Contractor shall provide telephonic and desk side support to users who require assistance with commercial software products, included but not limited to Outlook, FormFlow, Adobe Acrobat, and the MS Office suite. Contractors shall documents procedures. (4) The contractor shall interact with network services, software systems engineering, and / or applications development to restore service and / or identify and correct core problem. (5) The contractor shall assist in property management for the agency and call-in for hardware warranty / maintenance support. (5) Simulates or recreates user problems to resolve operating difficulties. (6) The contractor shall recommend systems modifications to reduce user problems. (7) The contractor shall maintain current and high level of technical skill in field of expertise. (8) Escalates more complex problems to Network Application Support personnel. F.3.c. Helpdesk Support Services ObjectiveMeasureStandard 1.Provides courteous helpdesk support services to customers.Provides professional, courteous helpdesk support. Is able to skillfully handle difficult customers.Receives no more than 3 customer complaints per month. Notifies COR of difficult users and describes the problem. G. Quality Assurance. G.1. Quality Control. G.1.a. The contractor shall establish and maintain a Quality Control Plan (QCP). The QCP shall cover as a minimum how the Contractor intends to meet the performance objectives, monitor and proactively manage contract requirements, and the means by which the Government shall be notified of performance-related incidents that are likely to affect quality of service. G.1.b. The contractor shall provide a copy of its QCP to the Contracting Officer (CO) within ten (10) calendar days from the date of contract award. The contractor shall notify the CO, in writing, within five (5) calendar days of any revisions to its QCP. G.2. Quality Monitoring. G.2.a. The Contracting Officer Representative (COR) will monitor and evaluate contractor performance to ensure compliance with the contractor's QCP and contract terms and conditions. G.2.b The contractor shall meet monthly with the COR. H. Security Requirement. H.1. The proposed on-site personnel must be capable of obtaining a DoD Pentagon issued Building Pass that authorizes 24 hour access and escort privileges. All proposed personnel must have U.S. citizenship and any personnel that shall require access to the ACC-NCR network shall also possess a Secret level security clearance and maintain it through the period of the contract for which they require access to this network. If an individual was not born in the U.S., the offeror shall provide a written, signed statement that indicates that the individual is a citizen of the U.S. H.2. The contractor shall comply with all applicable government security regulations and procedures contained in Army Regulation 25-2, "Information Assurance". H.3. Contractor employees must In-Process and Out-Process from ACC-NCR's personnel office. In-Processing requires that the contractor employees fill out the appropriate applications for a building pass. The Contractor employee must Out-Process, i.e., return this building pass ID card when they cease working on the ACC-NCR contract. I. CONTRACT TRANSITION. I.1 Incoming Contractor Transition. I.1.a. Incoming Transition Planning. (1) The contractor shall at a minimum familiarize itself with ACC-NCR's established procedures and processes, the architecture, environment, and customer base. (2) The incoming contractor shall provide the Government with a transition plan that provides for receiving all open work and associated materials and assets in the possession of the Government, which may be related to ongoing work. (3) The contractor will review and correct any weaknesses identified by the Government in the contractor proposed Incoming Transition Plan. This plan will be revised within fifteen (15) working days after Government identifies the need for a revision. (4) The contractor shall ensure continuity of service while implementing its Transition Plan for all affected Tasks to preclude any adverse impact on the mission. I.1.b. Sufficient Personnel. The incoming contractor shall provide a sufficient number of personnel to ensure effective transfer of all work in progress so as not to impact mission accomplishment. I.1.c Receipt of Materials. The incoming contractor and the Government shall jointly inventory all Government owned intellectual and real property provided for the performance of work within this contract. I.2. Outgoing Contractor Transition. (This transition will be used at the end of the contract life, if an option year is not exercised.) I.2.a. Outgoing Transition Planning. The outgoing contractor shall provide the Government with an outgoing transition plan that provides for conveying all open work and associated materials and assets in their possession to the Government. I.2.b. Continuity of Service. The contractor shall ensure the continuity of service while implementing its outgoing transition plan for all affected activities to preclude any adverse impact on the mission. I.2.c. Listing of Open Tasks. The incumbent contractor shall provide the COR a complete listing of all open Tasks indicating the status of completion and any performance issues associated with them. The report is due no later than 4 days prior to the contract scheduled end date. I.2.d. Transfer of Materials. The incumbent contractor shall transfer to the Government all intellectual and real property belonging to the Government which was generated, purchased on behalf of, or provided by the Government for the performance of the work within this contract. I.2.e. Sufficient Personnel. The outgoing contractor shall provide a sufficient number of personnel to ensure effective transfer of all work in progress so as not to impact mission accomplishment. I.2.f. Cooperation with Other Contractors and Government Personnel. The contractor shall maintain a cooperative work environment with other Government contractors and personnel so as not to cause interference, disagreement or delays to work to be performed while not compromising health, safety or security. The contractor shall be responsible for adapting schedules and performance to accommodate additional support work. Conflicts or cause for delays shall be brought to the attention of the COR. J. Deliverables. Refer.DeliverableDescription Delivery Due G.2.a.Quality Control Plan (QCP)The QCP shall cover as a minimum how the Contractor intends to meet the requirements of all performance objectives, monitor and proactively manage contract requirements, and the means by which the Government will be notified of performance-related incidents that are likely to affect quality of service.The contractor shall provide a copy of its QCP to the Contracting Officer within 30 calendar days from the date of contract award. The contractor shall notify the Contracting Officer within ten (10) calendar days of any revisions to its QCP. I.1.Transition PlanPlan describes how the contractor will ensure the continuity of service while implementing its outgoing transition plan for all affected activities to preclude any adverse impact on the government mission. This plan provides for assuming or conveying all open work to the government.Contractor will provide the outgoing transition plans unless released from the obligation by the Government. When there is a change of services to another eBITS contractor or subcontractor, the report is due no later than 60 days prior to the eBITS contract scheduled end date or scheduled replacement of the subcontractor. K. Place of Performance. The Contractor shall perform work primarily at Hoffman Building II, 200 Stovall Street, Alexandria, VA 22332. The Government will provide Contractor personnel at the Government site with adequate workspace and material equivalent to that used by Government personnel, e.g., personal computer, desk, chair, cabinet space, telephone, copy machine access, and office supplies (for work use only). A portion of the Systems Consultant Support may be provided at the contractor location. L. Hours of Support. L.1. Task - Contract Writing System Support and Help Desk Support Services. This support shall be provided 7 A.M. to 5 P.M. Eastern Standard Time Monday through Friday during regular Federal Work days (federal holidays and declared snow days do not require coverage). This support involves Helpdesk, Desktop support, System Administration, and Application Support. At locations where ACC-NCR has flexible workweek schedules, contractor personnel may be offered similar schedules with no additional costs involved for work performed on a flexible 80-hour two-week period. It shall be contractor responsibility to meet all operating hour requirements during periods of scheduled vacation, sick leave, flexible workweek schedules and holidays. L.. Task -Web Design. The work hours will be agreed to at the time of Task assignment. The hours will usually occur during the regular federal work week. M. Period of Performance: The period of performance for this requirement is 22 days. The period of performance is April 27, 2012 through May 18, 2012. J-2CONTRACT ADMINISTRATION J-2CONTRACT ADMINISTRATION dated 27 February 2012 G.1 POINT OF CONTACT. The following Army Contracting Command-National Capital Region (ACC-NCR) point of contact has been established to assist in executing and administering the contract. All requests for interpretation and assistance should be referred to: U.S. Army Contracting Command-National Capital Region (ACC-NCR) ATTN: CCNC-IT-A (Aaron Nance) 200 Stovall Street, 2N07 Alexandria, VA 22331-1700 Telephone Numbers: Commercial: (703) 325-2866 DSN: 221-2191 Email: gregory.b.anderson@us.army.mil G.2 CONTRACT MANAGEMENT. Notwithstanding the contractor's responsibility for total management responsibility during the performance of this contract, the administration of the contract will require maximum coordination between the Government KO, and the contractor. The following individuals will be the Government points of contact during performance of the contract: a. Contracting Officer (KO): The KO is responsible for the contract administration. The KO is the only person authorized to approve changes in the terms, conditions, delivery schedules, technical requirements or price, as set forth in the contract. In the event the contractor effects any change at the direction of a person other than the KO, the change will be considered to have been without authority. No adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The KO is: U.S. Army Contracting Command-National Capital Region (ACC-NCR) ATTN: CCNC-IT-A (Ms. Alyssa Murray) 200 Stovall Street, 2N07 Alexandria, VA 22331-1700 Telephone Numbers: Commercial: (703) 325-2440 DSN: 221-2866 Email: alyssa.a.murray.civ@mail.mil During any absence of the Contracting Officer, other warranted Contracting Officers from ACC-NCR may authorize work under the contract. b. A Contracting Officer's Representative (COR) will be designated on authority of the Contracting Officer to monitor all technical aspects and assist in administering the contract. The types of actions within the purview of the COR's authority are to assure that the Contractor performs the technical requirements of the contract; to perform, or cause to be performed, inspections necessary in connection with performance of the contract; to maintain both written and oral communications with the Contractor concerning the aspects of the contract within his purview; to issue written interpretations of technical requirements of Government drawings, designs, and specifications; to monitor the Contractor's performance under the contract and notify the Contractor and Contracting Officer of any deficiencies observed; and to coordinate Government furnished property availability and provide for site entry of Contractor personnel, if required. A letter of designation will be issued to the COR, with a copy supplied to the Contractor, stating the responsibilities and limitations of the COR. This letter will clarify to all parties of this contract the responsibilities which would result in a modification to the scope of work; changes in cost or price totals or estimates; changes in delivery dates; changes in any other mutually agreed upon term or provision of the contract. c. Contractor's Program Manager. The Contractor's corporate level Program Manager shall act as the central point of contact with the Government for all program wide technical issues related to this contract, and will represent the contractor at appropriate program status meetings. The Program Manager shall be responsible for all issue resolution, program management, and other contract support including providing comprehensive account support under the contract. The Program manager is responsible for overall contract performance and shall not serve in any other capacity under this contract. Nothing follows.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c660e1d9edefd0f28a53d0a4ece03bab)
 
Place of Performance
Address: ITEC4, NCR PARC (NCR-CC) Directorate of Contracting, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
 
Record
SN02730825-W 20120427/120425235404-c660e1d9edefd0f28a53d0a4ece03bab (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.