SOLICITATION NOTICE
D -- People Program Network - Direct Internet Access to DMARC
- Notice Date
- 9/19/2004
- Notice Type
- Solicitation Notice
- NAICS
- 518111
— Internet Service Providers
- Contracting Office
- General Services Administration, Federal Technology Service (FTS), Information Technology Solutions Division (8TF), Bldg. 41, Room 279G Denver Federal Center, Denver, CO, 80225
- ZIP Code
- 80225
- Solicitation Number
- Reference-Number-04RT0790
- Response Due
- 9/27/2004
- Archive Date
- 10/12/2004
- Description
- This requirement is to provide standard Internet access to specified education centers with possible expansion for family support, libraries and other services. This requirement will be referred to as People Program Network (PPN). Requirements are detailed in Section 2 of the Statement of Work (SOW). Note: Determination to execute Phase II, Task 2 to extend DMARC is dependent upon funding and performance. Therefore this Task may not be required. Proposals will be evaluated on BEST VALUE basis which includes past performance, past experience, cost and other considerations. Other considerations in this case are the network performance, service guaranty and network management capabilities. Specific criteria are contained in Section 8.0 of this SOW. 1. INTRODUCTION 1.1 Organization Air Force Education and Training Centers 1.2 Mission The mission of Air Force Education and Training is to provide educational/training opportunities to military personnel and their families as well as support military and college level testing already contracted by the Government. 1.3 Project Background and Objectives The purpose of this requirement is to provide a standard Internet access solution for Air Force Space Command (AFSPC) base activities providing network connectivity for military members and their families. The Internet access solution is focused on education centers at Los Angles Air Force Base, Vandenberg AFB, Malmstrom AFB, FE Warren AFB, Buckley AFB, Peterson AFB and Patrick AFB. However it may also include other people programs activities such as for family support, libraries and services to the extent funding allow. The military NIPRNET is restricted to official users. Office of the Secretary of Defense and AF/SC policy, AFI 33-129, AFSSI 5027, and CJCSI6111.02A all require persons accessing the NIPRNET, at minimum, to have a completed National Agency Check (NAC, ENTAC, or equivalent) verified through the automated security clearance approval system (ASCAS) roster. These policy requirements drive a technical solution for a network separate from NIPRNET henceforth referred to as People Program Network (PPN). All workstations associated with People Program Network (PPN) activities that don?t qualify for NIPRNET will connect to PPN. The commercial ISP contractor will bring service to a demarcation (demarc) point at the Base Central Office (BCO) or Network Control Center (NCC) via an ISP provided DS1 facility. The ISP will provide and manage a nation-wide frame relay network, security services (e.g. firewall), Network Management Service (NMS) and Domain Name Services (DNS). The local communications squadrons will extend ISP access to PPN activities using the initial set of centrally purchased equipment (e.g. modems, switches) and base cable plant (copper or fiber). Annual recurring ISP costs will continue to be centrally funded; however, equipment to add future PPN activities will be funded by the user. Baseline security policy will initially block all inbound services and filter outbound traffic as appropriate. The PPN allows ISP services, currently funded by the wing and/or supported by communication squadron infrastructure, to be terminated. Future connections to the PPN can be accomplished at the cost of modems and the labor to install. Recurring ISP costs remain unchanged until additional bandwidth is deemed necessary. Support to non-appropriated activities will require reimbursement based on an appropriate prorata share formula. Internet access is required for student use in research, communication with schools, classroom instruction, distance learning and testing. It is increasingly difficult to meet mission requirements with the restrictions of the military NIPRNET. Commercial Internet connection will resolve this issue and allow for the expanding connectivity requirements of our colleges and universities and Advanced Distributive Learning (ADL) initiatives proposed by the Air Force for military and civilian training. 1.4 Scope Provide Internet access to demarcation points at Base Central Office or Network Control Center via an ISP provided DS1 facility. Access is required for education centers at Los Angeles Air Force Base, Vandenberg AFB, Malmstrom AFB, FE Warren AFB, Buckley AFB, Peterson AFB and Patrick AFB. Initial requirements are for Internet access for Malmstrom AFB, Buckely AFB, Patrick AFB and Vandenberg AFB. Additional education center access may be required. Access for other programs including family support, libraries and services may be required. 1.5 Contract Type If available use FSS Schedule. If not FSS Schedule, cite open market pricing, showing discounts where applicable. Tasks are predominately Firm Fixed Price (FFP) with some Time and Materials (T&M). Phase I is Firm Fixed Price, and Phase II, if exercised, is T&M. 1.6 Applicable Documents and IT Environment The Contractor will comply with all applicable Department of Defense (DoD) and Air Force Space Command (AFSPC) regulations with regard to network connectivity and Internet access. AFSPC Client Representative will provide the Contractor with all regulatory information. All documentation remains the property of the Government. 2.0 TECHNICAL SERVICES REQUIRED Tasks are grouped in Phase I and Phase II. Phase I tasks are priority and are required for this SOW. Phase II tasks may or may not be required. The Contractor shall define how they will accomplish each phase and provide costing information for each Phase. A Kickoff Meeting with Contractor, GSA and client will occur within 10 working days of task order start. 2.1 PHASE I - TASK 1 ? Internet Access to Demarcation Point Phase I will be priced as Firm-Fixed Price (FFP). Work for this task consists of the following requirements: Bundled package consisting of Digital Signal Level 1 (DS1) subscriber access line and Internet Service Provider (ISP). Service shall terminate at the specified customer POP, with extended Demarcation as specified in the Place of Performance Section 4.3. Network Service parameters consisting of bench mark of 100% bandwidth, maximum 50 Ms node delay, 99.5% packet delivery, 2 Ms or less average node-node Jitter, and customer notification of detected outages. Defined service guarantee with associated repair commitments for service restoration and financial remedy for extended outages. Furnish and maintain a single Point of Contact (POC) for ordering, implementation, billing and service management. Provide dedicated engineering and technical support services for network design, applications integration, trouble resolution and ongoing maintenance activities. Web based network management tools providing account monitoring functions with statistical analysis, service configurations, trouble management, and reporting capabilities. 2.2 PHASE II - TASK 2 ? Buckley Infrastructure (Extend DMARC) The Contractor shall extend demarcation (DMARC) to specified buildings at locations. Phase II currently includes: Extend DMARC to Building 606 on Buckley AFB 3.0 DELIVERABLES Only the Client Representative, Alternate Client Representative or designee or GSA?s Information Technology Manager has the authority to inspect and accept or reject deliverables. Deliverable Description Schedule 1 ? Phase I DS1/ISP Service Delivery NLT November 1, 2004 2 ? Phase I Monthly Reports including funding status Monthly NLT 10th day of following month 3 ? Phase I Kickoff Meeting NLT 10 working days task order start 4 ? Phase II Extend DMARC point ? Buckley AFB Dependant upon funding 3.1 Deliverable Requirements 3.2 Section 508 Requirements All Electronic and Information Technology (EIT) procured through this task must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1197 implements Section 508 of the Rehabilitation Act of 1973, as amended. SUPPORTING INFORMATION 4.1 Personnel Requirements The Contractor shall assign a Task Manager and staff with the expertise to successfully complete this task. The Client has determined that this task order is not being used to procure personal services prohibited by FAR Part 37.104. The Contractor shall provide all supervision of Contractor personnel and perform all related administrative functions. 4.2 Period of Performance Anticipated date for award of this task order is October 1, 2004. The base period of performance for this task is for one year from date service delivery ? anticipated as November 1, 2004. Phase II tasks may be incrementally funded. The following options may be exercised subject to availability of funding, work requirements and Contractor performance: November 1, 2005 through October 31, 2006 November 1, 2006 through October 31, 2007 November 1, 2007 through October 31, 2008 November 1, 2008 through October 31, 2009 4.2.1 Option to Extend The Term Of The Contract ? FAR 52.217-9 The Government may extend the term of this contract by written notice to the Contractor within 60 days of Period of Performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years 1 month after effective date of award. 4.3 Place of Performance Phase I installation shall consist of a bundled DS1/ISP package for the following locations: 45 SCS/SCAD, 1225 Pershing Place, Bldg. 533, Room 128, Patrick AFB, FL 32925 723 Nebraska Avenue (Bldg. 10525), Vandenberg AFB, CA 93437 228 75th Street North, Malmstrom AFB, MT 59402-7501 Building 850, 18865 E. Breckenridge, Buckley AFB, CO 80017 Phase II if exercised, currently includes: Buckley AFB (Extended DMARC to Building 606) 4.4 Hours of Operation Normal business hours as established by the Client and Contractor. 4.5 Travel 4.5.1 Travel and Per Diem Any Contractor travel shall be reimbursed in accordance with FA Part 31.205-46. The Contractor shall identify and include anticipated travel costs in their FFP cost proposal. Any additional travel must be approved in advance by the Client Representative or GSA ITM. The Government is not responsible for local travel costs including mileage, parking and public transportation. 4.5.2 Government Vehicles A Government employee may transport persons who are not employed by the Government in a Government-owned or leased vehicle when conducting official business. Contractor staff is not authorized to operate Government-owned or leased vehicles. 4.6 Government Furnished Resources All material purchased by the Contractor for the use or ownership of the Government, becomes the property of the Government. The Government will provide the following resources: 4.6.1 Facilities, Supplies and Services The Government will provide necessary backboard space for network terminations and related AC power receptacles as typically required for the proposed service. The Government will provide all network components and cabling beyond the DMARC. Site personnel will provide Contractor access to required areas for installation and testing. 4.6.2 Information Resources The Client Agency will assign a Client Representative for the duration of this task. The CR will provide the Contractor with access to staff and pertinent information needed to successfully complete this task. In addition, Base Communications Squadron POCs are provided as follows: Buckley AFB, CO: Mr. Steve Hopwood, 460 SCS/SCBCS, (303) 647-5703 Malmstrom AFB, MT: Msgt Bobby McClosky, 341 CS/SCX (406) 731-7895 Patrick AFB, FL: Mr. Jerry Copeland, 45 SCS/SCXP (321) 494-9027 Vandenberg AFB, CA: Mr. Jay Lane, 30 SCS/SCX (805) 606-5544 4.6.3 Documentation/Publications The Government will provide the Contractor copies of, or access to, all required documentation in the performance of this task. 4.7 Contractor Furnished Resources The Contractor shall furnish all other equipment used for this task and for any work conducted at the Contractor site. 4.8 Security and Privacy The provisions of the Privacy Act of 1974 protect information included in this task, therefore, all personnel assigned to this task will take the proper precautions to protect the information from disclosure. 4.8.1 Facility Access The Contractor shall coordinate access to the base demarcation facility with the base communications squadron to obtain escorted entry into the facility. Base Communications Squadron points of contact (POC) are as shown in 4.6.2 4.9 Other Direct Costs (ODC) No other direct costs have been identified for this task. Funds will be made available for Government approved ODCs if necessary. 4.10 Contractor Employee Requirements (Reference FAR 37.114) All Contractor staff attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties (i.e., clients, customers or public contacts) are required to identify themselves as such to avoid creating an impression in the minds of members of the public or Congress that they are Government officials. The Contractor must also ensure that all documents or reports produced by your company are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. 4.11 Government Data Rights/Intellectual Property Rights The Government shall retain rights in technical data as provided in FAR and DFARS. 5.0 POINTS OF CONTACT 5.1 Client Contacts 5.1.1 Client Representative (CR) Ms. Susan Wilson (719) 554-5382 AFSPC/DPPE (719) 554-3441 FAX 150 Vandenberg St., Suite 1105 susan.wilson@peterson.af.mil Peterson AFB, CO 80914-4450 5.1.2 Alternate Client Representative (ACR) Mr. Richard G. Kalford (719) 554-9655 AFSPC CSS/SCTE (719) 554-3211 FAX 150 Vandenberg St., Suite 1105 ric.kalford@peterson.af.mil Peterson AFB, CO 80914-4730 5.2 GSA Contacts 5.2.1 GSA Contracting Officer (CO) Howard Martin (303) 236-8336 GSA, Federal Technology Service (303) 236-6024 (FAX) P.O. Box 25526 howard.martin@gsa.gov Denver Federal Center Denver, CO 80225-0526 5.2.2 Information Technology Project Manager (ITM) Mr. Bob Courtade (307) 261-6441 P.O. Box 44207 (303) 236-6024 FAX Casper, WY 83602 mailto:bob.courtade@gsa.gov 5.2.3 Alternate Information Technology Project Manager (AITM) Sheryl Dlugolecki (303) 236-7316 GSA, Federal Technology Service (303) 236-6024 (FAX) P.O. Box 25526 sheryl.dlugolecki@gsa.gov Denver Federal Center Denver, CO 80225-0526 6.0 INCREMENTAL FUNDING/LIMITATION OF LIABILITY This clause pertains to Phase II. This contract may be incrementally funded pursuant to the terms and conditions of FAR 52.232-22. The Government will not be obligated to reimburse the contractor in excess of the amount allotted to the contract. Additional allotments of funds will become available only by modifications to this contract. This contract may be incrementally funded pursuant to the terms and conditions listed herein. The Government will not be obligated to reimburse the contractor in excess of the amount allotted to the contract. Additional allotments of funds will become available only by modifications to this contract. The anticipated funding schedule is addressed below. On execution of Contract Phase I: $ 90,000 On execution of Option Year 1 On execution of Option Year 2 On execution of Option Year 3 On execution of Option Year 4 7.0 SPECIAL INSTRUCTIONS 7.1 Task Management Management of this task will be performed by the GSA Information Technology Manager, (ITM). The Client Representative (CR) will be responsible for coordinating all task-related matters within the client organization, for ensuring that client-supplied items are available when needed, and for apprising the ITM of any problems with the Contractor that may affect delivery or costs of completed work. 7.2 Proposal Instructions Provide proposal to Bob Courtade via email or as detailed in FedBizOpps . Oral presentations are not requested. Address all questions to Bob Courtade. 7.3 Government Data Rights The Government shall retain rights in technical data, per the DFARS 252.227-7013, Rights in Technical Data-Noncommercial Items. 8.0 BEST VALUE EVALUATION CRITERIA 8.1 Past Experience Past Experience will be evaluated according to the extent to which the offeror?s past experience is similar to the work and complexity of work described in the SOW. Provide no more than two examples of a contract or task order that your firm, including teaming partners, have completed or is currently performing that is similar to this SOW in terms of scope and/or size. Offerors should briefly describe the project(s) and the relevance to this SOW. Provide a point of contact for each project. The Government may supplement the information you provide with any other information it may obtain from reliable sources, including its own experience with your firm, concerning your experience. Include staffing information and approach to complete work. 8.2 Past Performance Past Performance will be evaluated according to customer satisfaction, quality of product, and timeliness of deliverables. Provide a maximum of three contracts or subcontracts, which are similar in scope to the SOW requirements. Include a point of contact for each contract. The Government may supplement the information you provide with any other information it may obtain from other reliable sources including its own experience, concerning past performance. 8.3 Other Considerations Other considerations include network performance, service guaranty and network management capabilities. Describe your understanding and ability to provide this feature. 8.4 Cost (Pricing) Provide a price breakout. Phase I Task is a Firm Fixed Price task; include all G&A and support services and anticipated travel in your cost proposal. Include pricing for base period and all options. Cost breakout shall include labor and material costs including non-recurring and monthly costs for each Phase I site. In an effort to receive the best value, the Government requests all available discounts on all materials and services offered for this requirement. Contactors are encouraged to offer discounts below contract and/or open market rates. When discounts are offered, proposals must clearly identify contract or open market price and the discount price for each item or labor rate being discounted 8.4.1 Evaluation of Option Year Pricing ? FAR 52.217-5 Except when it is determined in accordance with FAR 17.206(b) not to be in the Government?s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 9.0 Evaluation Weights Proposals will be evaluated based on the criteria above with all criteria of equal importance. Past Experience Past Performance Other Considerations Cost/Pricing
- Place of Performance
- Address: Air Force Space Command/DPPE, 150 Vandenberg Street, Suite 1105, Peterson AFB, CO
- Zip Code: 80914
- Country: USA
- Zip Code: 80914
- Record
- SN00676805-W 20040921/040919211558 (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 |