Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
DOCUMENT

D -- D310-Database administration - Attachment

Notice Date
11/7/2018
 
Notice Type
Attachment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N0018919R3034
 
Response Due
11/15/2018
 
Archive Date
12/12/2018
 
Point of Contact
Stuart Davis 757-443-1444
 
Small Business Set-Aside
N/A
 
Description
Subject to FAR Clause 52.215-3, entitled, Solicitation for Information and Planning Purposes, this announcement constitutes a Sources Sought for information and planning purposes to identify qualified and experienced sources for an anticipated single award, Firm Fixed Price type contract for Database Administration Services under NAICS Code 541513 with a size standard of $27.5M. It is anticipated that the period of performance for this requirement will be a 12-month base period beginning on or about 9 April, 2019, with four (4) option periods. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. Background: United States Fleet Forces Command (USFFC) Communications and Information Systems provide SharePoint Portal hosting services and support to USFFHQ staff and global customers for information sharing and collaboration. In order to maintain and ensure that services are adequately provided USFF requires contractor support in the administration, configuration, management of SharePoint Portals, and to provide customer support and user training. The contractor shall be required to perform tasks and sub-tasks listed in this section and its sub-sections. Information provided in this section is strictly a summary of the applicable functions and should not be construed as all-inclusive. Due to the rapid changes in technology and business dynamics within USFF, the Contractor must be abreast with the latest technologies and trends, and able to adapt or implement to support requirements. USFF uses Microsoft SQL Servers Enterprise to support several SharePoint and Custom Applications. Microsoft Data Base Administrator support is required to perform and execute the duties and responsibilities outlined below on all Microsoft SQL Servers used by USFF. Manage and maintain all required security level/posture of all MS SQL Servers. MS SQL Servers must be Information Assurance (IA) compliant to the latest policies and standards (i.e. STIG, IAVA, etc.) Document and generate report on all changes applied to MS SQL Servers. Provide assistance in the processing and submission of Certification and Accreditation (C and A) for MS SQL Servers. Provide recommendation on industry best practices in the use of MS SQL Server and upcoming trends in database design, implementation and sustainment. Manage and maintain all MS SQL services to ensure that they are always at peak performance (greater than 99.99%). Improve slow performing database(s) and/or code(s) to attain their peak performance throughout the life cycle of the database. Must ensure that all Transact-SQL code are bug free and executes effectively and efficiently. Manage and maintain all database backup and recovery. There must not be any loss of any data (in part or in whole). Develop and maintain Analysis Services (such as DAX, OLAP/MOLAP), SQL Reporting Services, Data Transformation Services packages, Business Intelligence, Availability Groups, Clustering, and SQL Agent jobs. These items must be responsive and optimized to execute close to 99.99% efficiency. Provide effective and quality training and/or assistance to data analysts, coders/programmers (including pre-production code reviews), data modelers, managers, and users. Perform auditing, base lining/enhancing/ optimizing/tuning (especially index tuning and custom statistics), monitoring and troubleshooting. Plan configuration changes, future workloads, and future system resources that are aligned to government mission and goals. Report to government lead about system conditions, failures and future needs. In case of malfunctions, immediately report to government lead all issues and provide appropriate resolution or mitigation. Develop POAM for all projects and tasks. Attend meetings either physical or virtual. The NAVSUP Fleet Logistics Center (FLC), Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive acquisition strategy for the support services detailed above and in the attached PWS. Responses to this Sources Sought request should reference N0018919R3034 and shall include the following information in this format: 1. Company name, address, point of contact name, phone number, fax number and email address. 2. GSA Schedule, Seaport-e Schedule, or any other DoD Contract Vehicle 3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, WOSB, SB, Veteran-owned, etc., in accordance with the NAICS Code. 4. Contractor and Government Entity (CAGE) Code. 5. Capability Statement detailing the contractor s ability to provide support services for the requirements specified in the PWS. Relevant past performance information on same/similar work within the last 5 years is to be included. Please include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought and detail how these contracts are similar in scope, complexity, and magnitude to this requirement. 6. Include any other supporting documentation. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed ten (10) typewritten pages in no less than 12-font. Also, indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. Responses to this Sources Sought request should be emailed to Stuart Davis at stuart.davis@navy.mil by 12:00PM EST on 15 NOV 2018. Again, this is not a request for proposals. This information is for planning and market research purposes only and will not be publicly released. Proprietary information should be clearly marked. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. Place of Performance: Multiple See PWS Attachment:(1) Performance Work Statement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018919R3034/listing.html)
 
Document(s)
Attachment
 
File Name: N0018919R3034_USFF_DBA_PWS.docx (https://www.neco.navy.mil/synopsis_file/N0018919R3034_USFF_DBA_PWS.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018919R3034_USFF_DBA_PWS.docx

 
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: Naval Support Activity
Zip Code: 1562 Mitscher Ave, Norfolk, VA
 
Record
SN05146041-W 20181109/181107230646-fbdc0c427c55c444b7fdad0c0b500ee3 (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.