SOURCES SOUGHT
70 -- Local Area Network/Wide Area Network (LAN/WAN)
- Notice Date
- 6/21/2004
- Notice Type
- Sources Sought
- Contracting Office
- Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W74V8H-------
- Response Due
- 6/25/2004
- Archive Date
- 8/24/2004
- Point of Contact
- Dora L. Gainey, 703-695-6144
- E-Mail Address
-
Email your questions to Defense Contracting Command-Washington(DCC-W)
(Dora.Gainey@hqda.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Defense Contracting Command-Washington, on behalf of the Department of the Army Inspector General Agency (SAIG), Pentagon seeks contractors interested in reviewing the DRAFT Scope of work identified below and potential contract performance of sup port services to provide Local Area Network/Wide Area Network (LAN/WAN) and helpdesk technical support services. The contractor shall provide qualified personnel and test/diagnostic equipment to perform SAIG IGNET support services to include help desk, use r support, trouble resolution, remedial maintenance, diagnostic testing, and component replacement to restore or maintain IGNET operations in support of all SAIG local components and field sites. Hardware and software remedial maintenance shall be provided in support of all agency computer equipment located in the Pentagon, in Presidential Towers (2511 Jefferson Davis Highway, Arlington, VA) and in the SAIG Training Division (Humphreys Hall) locate d at Fort Belvoir, VA. The primary Information Resource Management Division work center is located at the Presidential Towers site. For purposes of this DRAFT Scope of Work, reference to any of these three locations is mutually inclusive. Contractor may al so be required to travel to worldwide Inspector General field sites on occasion to perform maintenance, assist with IGNET modernization, or assist in automated data recovery in support of investigations. For purposes of this DRAFT Scope of Work, the contr actor may be required to visit Inspector General field sites that are listed in the Worldwide Inspector General Directory or as added due to mission requirements, e.g., temporary deployed sites or satellite offices of primary sites. Period of Performance: Base Year 1 October 2004 - 30 September 2005 Option Year 1 - 1 October 2005 - 30 September 2006 Option Year 2 - 1 October 2006 - 30 September 2007 Option Year 1 - 1 October 2007 - 30 September 2008 Option Year 2 - 1 October 2008 - 30 September 2009 SECTION 2 - TASK STATEMENT 2.a. The contractor shall provide network planning and design; network cabling; equipment installation and integration; equipment unpacking, inspection, and burn-in; equipment placement and installation; software installation, workstation/LAN set-up, testi ng; network administration and control functions for fault, configuration, performance, and security management; and acquisition support. The contractor shall develop, maintain and provide complete network documentation and supporting technical manuals (i. e., diagrams and schematics showing the logical and physical network configurations, equipment specifications, location of equipment by room number, and other pertinent details). This documentation shall include all required system documentation to mainta in IGNET system accreditation. 2.b. The contractor shall provide staggered technical support to sustain LAN operations Monday through Friday from 0530 to 1700, and some limited time on weekends. Help Desk specific operations will be during the principal period of operations (PPO) (Monda y through Friday, 0730 to 1700, Eastern Standard/Daylight Savings Time (as appropriate), except Federal holidays). Help desk support will include on call support from 1700-2000, Monday through Friday. The individual workday will be eight hours with one ha lf hour lunch for the Help desk personnel, and at least the same time period, working a flexible schedule for required after hours and weekend work for the Senior System/Network Architect/Engineer. The Chief, Information Resource Management Division, SAIG -IR, may, by exception, approve changes in start or finishing times dependent on mission needs. The Chief, Information Resource Management Division, SAIG-IR, may also approve and direct overtime hours of work as required. These services shall include res olution of technical problems, configuration control, and software upgrades. 2.c. The contractor shall provide remedial maintenance, troubleshooting, diagnostic testing, and component repair/replacement to restore or maintain LAN operations. Should the contractor determine the need for specific hardware/software to perform this tas k, justification and approval must be submitted and written approval of the SAIG COR must be obtained in advance of the purchase. All approved acquisitions will be made through the government acquisition system, independent of this contract. 2.c.l. The contractor shall provide trained and experienced on-site Service Technicians. Service Technicians shall possess a working knowledge of the IGNET commercial off the shelf (COTS) operating systems and COTS functional applications software (see 7. a.3) and gain a working knowledge of the IGNET Government Developed Applications (Inspector General Action Request System (IGARS), Inspector General Personnel System (IGPERS), Investigations Database (INVEST-DB) and Post Board Screening (PBS) applications. Service Technicians shall perform standard troubleshooting using software and hardware test equipment to diagnose and isolate specific causes of a problem. 2.c.2. Service technicians shall perform maintenance and repair as necessary to restore equipment to normal operations. When equipment in question is under warranty, the service technicians will coordinate repairs under warranty in accordance with the prov isions of the governing warranty. When the service technician determines that equipment is uneconomical to repair, or is technologically obsolete, repair shall not be completed without approval of the SAIG COR. Monitors, hard drives, keyboards, motherboar ds, and modems are considered components of microcomputers and may be replaced as parts by the contractor with verbal approval of the SAIG-IR COR. The SAIG-IR COR shall be verbally informed of the status of all open/on-going repair activities prior to the end of the working day. When hard disk replacement is required, the service technician shall first perform a back-up procedure on the disk. Installation of the new disk shall include disk formatting, disk operating system installation, and back-up data res toration. 2.d. Virus Protection. Service technicians shall exercise caution against the introduction of a computer virus into equipment on which maintenance is performed. All floppy disks used in performing maintenance shall be tested prior to use to confirm that th ey are virus free. At the conclusion of the maintenance activity, the service technician shall run the client's virus detection program to assure that viruses are not present. 2.e. The contractor shall provide installation and end-user assistance on IGNET telecommunications hardware to include routers, switches, hubs, firewalls, and CSU/DSU modems (see 7.a.6), software, and apply associated upgrades, service releases and securit y patches for all SAIG sites through on-site software hotline support (Help Desk) located in room 12700, Presidential Towers. This hotline support will answer operational and technical questions and assist IGNET field site(s) with all IGNET technical and o perational problems. The Help Desk support will be performed during the PPO. All Help Desk personnel must be capable and prepared to respond to routine requests for assistance from SAIG personnel/users. Problems that cannot be resolved over the hotline sha ll be referred to the IGNET system administrator. The contractor shall analyze, evaluate, test, and formulate recommendations of new hardware and software COTS technologies. Contractor test and evaluation of these products shall include the ability to alte r/modify, replace, install, and implement the COTS to the SAIG specifications. 2.f. The contractor shall assist the SAIG-IR Division Chief in planning, coordinating, and performing any transition of SAIG and IGNET operations from/to the designated swing space in the Presidential Towers back i nto the Pentagon should that action occur during the period of performance. 2.g. Contractor shall ensure complete continuity of operations during contract transition. Not more than 30 days will be allowed for transition between contractors. 2.h. System configuration to be supported follows: 2.h.1. IGNET is a distributed system that exists at SAIG and in IG field offices on active Army, Army Reserve and National Guard installations. 2.h.2. IGNET uses existing network infrastructure to support IGNET communications between SAIG and IG field offices and their regional server. That network infrastructure includes the local IGs system connected to either his local area networks (LANs), i nstallation (i.e., post, camp or station) campus area networks (CANs) and wide-area networks (WANs) (e.g., DISA's Unclassified IP Router Network (NIPRNET), the National Guard's GUARDNET, etc.) to an IGNET regional server. 2.h.3. The SAIG network is connected to the Pentagon network. Cisco router access lists and a Cisco PIX firewall protect the SAIG network. 2.h.4. At SAIG, the IGNET server configuration consists of an HP/Compaq Storage Area Network (SAN), and Compaq Proliant servers. The servers have Fiber Channel connections to the SAN. Some servers are clustered into two-node clusters. All servers are c onnected to a switched Fast Ethernet backbone network. 2.h.5. The server operating systems are Windows NT Server, Windows NT Server Enterprise, Windows 2000 Server and Windows 2000 Advanced Server. Microsoft Cluster Server is used for server clustering. The server-based applications include: Exchange Server , SQL Server, Systems Management Server, Internet Information Server, Inspector General Action Request System (IGARS) Server and Citrix MetaFrame XP. 2.h.6. User workstations at SAIG are Compaq DeskPro PCs and HP and Compaq laptops. The user workstation operating system is Windows XP. The standard workstation software baseline includes the following applications: Microsoft Office 20003Professional, Microsoft Outlook 2003, Microsoft Internet Explorer, McAfee AntiVirus, and JetForm Form Flow Filler. Selected user workstations have one or more of the following applications: IGARS, IGPERS, Investigations Database, Post Board Screening and FOIA Express. 2.h.7. Each IG field office has access to IGNET via thin-client, connecting to a regional IGNET server. Depending on the site, the IGNET server is located in SAIG, Hawaii, Korea, or Europe. User workstations, with the Citrix ICA Client installed, conn ect to applicable IGNET application servers. The application servers, Compaq Proliant servers, run the Windows 2000 Server operating system with terminal services enabled and Citrix MetaFrame XP. The applications available via thin-client access include: Microsoft Office 2000 (Word, Excel, PowerPoint and Access), Outlook 2000, JetForm Form Flow Filler, IGNET Web Site and IGARS. Security Requirements: All personnel must posses a minimum of Secret Clearance at proposal submission time. Past Performances: The Offeror shall submit minimum three previous contracts within the past three (3) year period that involves the capabilities similar to those necessary for the Task arrears of the DRAFT Scope of work, to include the Contractor's name and any sub-contractors, contract number, dollar amount, duration of contract, Contracting officer, name, phone number, e-mail, COR name phone number, e-mail and a brief description of each project. The purpose of this request for information is to identify companies with the resources and capabilities to support this requirement. This Source Sought/Market Research shall not be constructed as a request for proposal. The Government does not intend to award a contract from the results of this Sources Sought. There is NO solicitation document. Interest firms may send their capability statement, company name, address, contact information and business siz e inclusive of all required supporting documentation for the RFI via e-mail by e-mail to Dora Gainey: dora.gainey@hqda.army.mil no later than 25 June 2004, 3:00 pm. No telephonic submissions will be honored.
- Place of Performance
- Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
- Zip Code: 20310-5200
- Country: US
- Zip Code: 20310-5200
- Record
- SN00607085-W 20040623/040621212035 (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 |