Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 28, 2002 FBO #0361
SOURCES SOUGHT

D -- Information Technology Services, Including Telecommunications Services

Notice Date
11/26/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
Reference-Number-F80228-xxxx-0200
 
Archive Date
1/10/2003
 
Point of Contact
Sharon Novak, Contract Specialist, Phone 202-767-7987, Fax 202-767-7812, - Ramona Hanson, Contracting Officer, Phone 202-767-8095, Fax 202-767-7812,
 
E-Mail Address
sharon.novak@bolling.af.mil, lynne.hanson@bolling.af.mil
 
Description
The 11th CONS/LGCN, Bolling AFB, DC, is seeking qualified sources capable of providing the following services for the purpose of developing a source-list for a potential non-commercial procurement entitled "Subscription of Worldwide EO FAMNET-EONET Telecommunication Network and Data Management Services", in support of HQ USAF/DPPFF, Pentagon. Air Force Military Equal Opportunity (MEO) and Equal Employment Opportunity (EEO) program offices, Major Command (MAJCOM) program managers, and HQ Air Force staff require a world-wide data entry and retrieval service to support current programs and services for 3000 accounts at 485 locations. The service must be responsive to special requirements on a short-notice basis during contingencies. The service must provide: A secured, dedicated communications system that will interface with current MEO/EEO computer/LAN/modem equipment, provide encryption routines for transmission of information using appropriate file transfer protocols, have the ability to trace illegal attempts to gain access, and operate from U.S. and overseas locations; Continuous operations, except for system maintenance during set hours; Support for at least 5000 simultaneous users. Service must provide access to authorized users on the first attempt 90% of the time. Access will be through a combination of DDN (Defense Data Network, X.25), Internet, domestic and international "800" numbers, Satellite transmissions, T1 and direct dial-up via normal long-distance commercial connections; Must provide uninterrupted linkage when crises or contingencies restrict DDN availability. The service must not be dependent upon the military bases' communication switching stations for connectivity; Specialized databases containing: comprehensive information on all Air Force bases and surrounding communities as well as reference materials from the Defense Equal Opportunity Management Institute (DEOMI). Reference materials shall address Race relations, Sexual Harassment and Human Relations Education; Customized stand-alone and LAN configurable software applications designed for both the Air Force MEO and EEO programs. These applications must function without a dependency on the Internet (i.e., not a web based only solution); operate within Windows Operating System (Windows 95 through Windows XP); and be installed at each Air Force location. The application must interface encryptively with the secured worldwide telecommunications network; A Secured Network Enabled Unit Climate Assessment application for Military Equal Opportunity agencies which allows local installations to conduct organizational assessments on an as needed basis; A computer based training module for Military Equal Opportunity to augment initial and subsequent upgrade training; The secured network must also provide dedicated specialized email capabilities which allows all MEO and EEO personnel access to a dedicated mail server from anywhere in the world; General support services, unlimited design, formatting, updating, and indexing of specialized databases including researching of materials as determined by the Quality Assurance Personnel (QAP); A secured facility with controlled entry procedures and external generator capability in case of prolonged power outage. 24 hour access to the network (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 system; Unlimited on-line system operator assistance; Unlimited technical support for network and computer applications via telephone (contractor shall provide online support a minimum of 10 core work hours per day, Monday through Friday during normal operation, and extended on-line support during crises/contingencies); Establishment of a technical support representative at Patrick AFB, Florida would be required; The capability to operate temporarily from remote locations via satellite uplinks/downlinks where deployed personnel are assigned and normal means of telecommunications are not available. When normal means of telecommunication are not available the service will also provide Internet access via dial up; The contractor shall prepare a training syllabus (learning objectives to be approved by the (QAP) and be ready to deliver training classes within 30 days following the award of the contract at a facility capable of training a minimum of 12 students per class; The contractor must have a minimum of 10 years experience with Air MEO and EEO issues, policies, and procedures as well as telecommunications expertise in both domestic and foreign communications system interfaces world-wide; Primary functions of the secured telecommunications network graphical user interface system must provide: (1) Capability for maintaining at least 20 databases (50-150 megabytes each) for rapid retrieval using Boolean searching procedures (with nesting and truncation). Users must be able to attach files to database entries for later downloading. Indexing of data must include 100% text indexing, allowing for general to specific searching routines. Database size capability should be between 4 and 8,000,000 entries, with 65,000 characters for each entry; (2) Electronic mail with minimum of 400 mail slots per user for receiving and storing data. Capability should include sending information to single and/or multiple users; (3) At least 200 separate Conference forums, each capable of posting at least 500 messages with or without attached files for downloading. Messages for conference posting or electronic mail could be prepared off-line for subsequent uploads; (4) 200 tele-conferencing channels capable of supporting 100 simultaneous users in "real-time."; (5) General notices and correspondence area that all users can access; (6) On-line survey design, development, delivery and analysis with graphical display of results in real-time mode; (7) File libraries containing subject matter pertaining to Military Equal Opportunity and Equal Opportunity programs; (8) Full system capability within 30 days following award, to include accessibility 24 hours per day, 365 days per year with no more than 8 hours of downtime per month for system maintenance; (9) An annual report including an analysis of usage hours showing peak usage throughout the year and status of Network international communications. The contractor shall travel as required by the statement of work on a cost-reimbursable basis only. Costs shall not exceed those established by the applicable Joint Travel Regulation for both per diem and travel expenses. Contractor shall not travel in support of this statement of work without advanced coordination and approval from the government. NOTE: Use of the following software is anticipated: FAMNET - Telecommunications Network; FAMINFO - Information & Referral Application; FAMSTATS - Relocation and Transition Assistance Reporting Application; FAMWORKS - Career Focus Program Software and Job Bank; CBD Awards - Daily contract award notification module; UCA - Unit Climate Assessment Module; EEONet - Equal Employment Opportunity case Management Application; FIS - Financial Intake System; EONET/Mil - Military Equal Opportunity Software for Active Duty; EONET/Res - Military Equal Opportunity Software for the Reserves; FAMSYS - Computer Inventory Software; FAMFILE - File Management Software; FAMEDIT - File editing software; FAMCAL - Calendar module; FAMCHATS - Chat room modules; FAMFORUMS - Forum Modules; FAMEDMAPS - specialized graphical interface for military impacted school districts; FAMFOCUS - Consensus building software; FAMCAST - Streaming video application; FAMSURVEY - on-line surveying application; FAMMART - on-line Flea Market module; FAMCOOK - on-line Receipt Module; ASSESSOR - Pre and Post Telecommunications Evaluation Application; FAMLINKS - on-line link editor; FAMSITES - database sorting application; FAMSCRIPTS - various conversion scripts for databases; FAMMAIL - secured email application; FAMQUAL - Quality of Life survey application; FAMDEBT - Financial Debt Analyzer software module; FAMFIND - Search and retrieval software; FAMADD - Address book application with label print capabilities; FAMREADY - Readiness Report Tracking software; FAMRESPONSE - Crisis and Contingency Operations Management software. Request that contractors interested and capable of performing these functions submit evidence of such and include the following information: name and address of company, company point of contact, telephone number, fax number and email addresses, and identify if business is large, small, disadvantage, HUBZone, woman-owned or 8(a). Capability statements must be clear and concise and submitted to the points of contact listed no later than 26 Dec 02. Please limit capability statements to 10 pages and include, at a minimum: 1) Contract references in the past five years relevant to the requirement - including contract number, agency supported, whether or not you were a prime or subcontractor, period of performance, final contract value and brief description of the effort. 2) Company information: annual sales history, locations services performed, DUNS number, CAGE Code and Tax ID Number. For purposes of the Request for Information (RFI), the NAICS code is 541519, size standard $21,000,000.00. Contractors must be registered in the Central Contractor Registration (CCR) to do business with the Government. Registration in CCR can be done at www.ccr.gov. Facsimile submissions are acceptable (202-767-7814) as well as by electronic mail.
 
Place of Performance
Address: Washington D.C. Metropolitan Area
 
Record
SN00211588-W 20021128/021126213405 (fbodaily.com)
 
Source
FedBizOpps.gov 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.