Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2011 FBO #3494
SOURCES SOUGHT

L -- White House Communications Agency (WHCA)

Notice Date
6/17/2011
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
MAC0026a
 
Archive Date
7/9/2011
 
Point of Contact
James J Franey, Phone: 618-229-9346
 
E-Mail Address
james.franey@disa.mil
(james.franey@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for White House Communications Agency (WHCA) Communications Management System (WHCA-CMS) support. Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: PURPOSE : The White House Communications Agency's (WHCA) mission is to provide direct communications support to the President and Vice President. WHCA operates and maintains a communications infrastructure consisting of government and commercial IT/telecommunication systems, and circuits/links connecting the agency networks. To centralize, standardize inventory and configuration management of these systems within the agency, requires personnel to track all communications/IT layers 1 & 2 of the OSI model. WHCA has implemented a standardized CMS, based on Visionael's Network Resource Management product line, here after will be called the "Agency Communications Database" (ACD). The agency database operates in an open systems environment (TCP/IP, SQL databases, cross-platform availability, consistent and intuitive graphical user interface, etc.). Further, the scope of this task is to provide configuration management of IT/communication hardware, circuits, links and systems for analysis and management for the agency engineering division and operational support services for the agency to sustain, configure, customize, integrate, de-activate and maintain the CMS at all designated sites. The contractor shall comply with the appropriate DoD-approved architectures, programs, standards and guidelines. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process to Operate and Maintain the WHCA-CMS and ACD. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is a request for all interested parties including small businesses to describe their technical capabilities and demonstrated experience with support to Operating and Maintaining the WHCA-CMS and ACD contract needs. Interested parties should describe their technical capabilities and demo nstrated experience with systems analysis and operational support services development, configuration and maintenance of the CMS/ACD at designated sites within the National Capital Region (NCR). All interested contractors are requested to provide written response to the requested information below. A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, and technical capability within the Small Business Community to provide the required services. In addition, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract/small business participation plan and/or small business goal percentages. The acquisition has 6 tasks as listed below: •· Task Area 1 - Contract-Level and Task Order Management •· Task Area 2 - Operations Support •· Task Area 3 - Hardware Support •· Task Area 4 - Software Support •· Task Area 5 - Managed Services Documentation •· Task Area 6 - Product Integration Specific Tasks 6.1 Task 1 - Contract-Level and Task Order Management The contractor shall oversee the business operations and execution of this Task Order (TO). The contractor shall respond to all Government requests related to project status, resources, scheduling, personnel, and budgetary matters. 6.1.1 Subtask 1-1 - Task Order Management Plan The contractor shall prepare a TO Management Plan describing the technical approach, organizational resources, and management controls to be employed to meet the cost, performance and schedule requirements throughout TO execution. 6.1.2 Subtask 1-2 - Monthly Status Report The contractor shall provide a monthly status report monitoring the activities completed, progress/status reporting, activities planned, and program reviews applied to the Task Order. 6.1.3 Subtask 1-3 - Weekly Accomplishments The contractor shall record and provide the government with a weekly update of accomplishments and activities completed, on the government provided reporting tools. 6.1.4 Subtask 1-4 - Meeting Minutes The contractor shall provide minutes of scheduled and ad hoc meetings held between the Government and the contractor. 6.2 Task 2 - Integration and Operational Support The task is to provide systems analysis and operational support services to develop, configure and maintain the CMS at designated WHCA sites. 6.2.1 Subtask 1 - Circuit Validation. The contractor shall conduct a circuit validation audit as directed by policy or TM. The objective is to achieve a complete validation of all circuits/links/devices deployed within WHCA network. The government will provide access to electronic databases of circuit data and hardcopies of previously validated circuits/links and devices. The work will be performed with minimal support from WHCA organic resources. In addition to complete tracing and documentation to port and pair level, this effort will include identification of circuits with valid TSOs. The contractor shall assist in escorting, assisting of location of equipment, etc, using other personnel assigned to this Task Order. The contractor shall submit Requests for Service (RFS) for all circuits which do not have valid TSOs. The contractor shall provide "redline" drawings to the government before inputting documentation into ACD. The contractor shall coordinate scheduling of the circuits to be validated with ongoing WHCA projects. 6.2.2 Subtask 2 - Object and Data Definitions. The contractor, in conjunction with WHCA Subject Matter Experts (SMEs), shall develop the necessary objects and data definitions to correctly define WHCA network and system infrastructure objects. Objects will include, but not be limited to, network equipment, computer and peripheral equipment, cables, connectors and circuits. 6.2.3 Subtask 3 - Data Collection and Entry. The contractor shall perform continued population of the CMS database derived from surveys, NEEDS, projects and other sources. The contractor shall perform site surveys and collect the necessary data to correctly populate the CMS system. Data collection will include, but not be limited to, obtaining/drawing CAD facility diagrams, facility/equipment locations, equipment rack elevations, devices/installed cards, cabling and device connectivity, equipment and circuit connectivity strings, and circuit/device configuration. 6.3 Task 3 - Hardware - Support 6.3.1 Subtask 1 - System Administration. The contractor shall assist the WHCA system administrators as needed to maintain appropriate user access to the CMS. 6.3.2 Subtask 2 - Development Server. The contractor shall establish and maintain a development server(s) for CM testing at the contractor site. The development environment shall reflect the hardware and software configuration in the deployed environment. 6.3.3 Subtask 3 - Training. The contractor shall provide training support for WHCA's CMS. Provide training to system users and local administrators on WHCA-CMS functionality and implementation. The goals are to ensure that the operational usage of the CMS upon completion will be understood; and to ensure standardized usage concepts and procedures are followed among sites and organizational entities. User and Orientation training will occur one week each quarter. The contractor shall serve as the WHCA ACD Training Coordinator and shall schedule training, provide any required instructor escort and maintain class rosters. The Training Coordinator shall also include WHCA unique training requirements into the commercial training course(s.) 6.3.4 Subtask 4 - CMS User Training. The contractor shall provide system specific functionality as implemented for WHCA unique requirements. Training will cover start up of the tool, accessing WHCA-unique data fields, screens, and reports. 6.3.5 Subtask 5 - CMS Local Administration Training. The contractor shall administer training that will familiarize WHCA CMS administrators with the CMS installation and system/server configuration, WHCA-unique workflows, and security/user groups. 6.3.6 Subtask 6 - CMS Database Training. The contractor shall familiarize local CMS administrators and DB administrators with the CMS database installation, database structure/layout, and WHCA-unique fields and tables. 6.3.7 Subtask 7 - Self Training. The contractor shall provide CBT or similar training material to supplement instructor led training. The material will be suitable for entry-level users. The contractor shall provide student support for this training. 6.3.5 Subtask 8 - Orientation Training. The contractor shall conduct orientation training to train users to find data within the ACD. After the first class, separate funding will be provided for subsequent training. 6.4 Task 4 - Software - Support 6.4.1 Subtask 1 - Software Upgrades. The contractor shall perform and document all upgrades to the ACD software on the host servers. The contractor shall interface with existing operating system administration and database administration personnel as required for all upgrades. Upon completion of the software upgrade the contractor shall perform a test and evaluation of the upgraded system to ensure all functionality and data migration are successful and without incident. 6.4.2 Subtask 2 - Database Schema. The contractor shall identify any changes to the ACD schema necessary to support new data elements identified during the continued population of the database. All new data elements shall be coordinated with and approved by the government prior to implementation. All changes to the database schema shall be documented in accordance with government or commercial standards. 6.4.3 Subtask 3 - Troubleshooting. The contractor shall perform first level troubleshooting of ACD. This will include documenting, troubleshooting, and coordination with the vendor to resolve all ACD issues. The contractor shall coordinate and track ACD associated application anomalies and patches. 6.5 Task Area 5 - Managed Services Documentation The scope and level of activity of this TO is for sustained support of the ACD system and project initiatives. 6.5.1 Subtask 1 - Sustain and Document. Equipment documented in the WHCA-CMS shall include all government owned hardware. Contractor shall provide documentation to the card/port level as appropriate. 6.5.2 Subtask 2 - Validate and Document Circuits and Links. The government will conduct a validation of circuits to be documented by the contractor. This circuit/link/device data will be entered into ACD by the contractor. 6.5.3 Subtask 3 - Sustain and Document Network Components. The level of detail to document the government infrastructure shall include major network components such as routers, switches, servers, nodes and multiplexers, as well as house cables and circuits. 6.6 Task 6 - Product Integration 6.6.1 Subtask 1 - Product/System Integration. The contractor shall provide system integration support to enable exchange of data between the CMS, ACD and other WHCA systems. In particular, this integration will include but not be limited to the NEEDS component of CMS. 6.6.2 Subtask 2 - Platform Migration. The contractor shall perform a requirements analysis and a system design of a system to support this migration. System design will include identification of recommended hardware and software. The contractor shall optionally procure the hardware and software for the live and COOP sites upon direction by the Government and provision of additional funding by the Government. 6.6.3 Subtask 3 - System Engineering. The contractor shall provide ancillary system engineering services to J6 Engineering in this TO. This will include but not be limited to assisting in reviewing and verifying circuit/link and system documentation from the government or by other providers; enforcing agency standards for third party documentation, and assisting the providers in understanding or attaining the standards. Sources Sought: This Sources Sought Synopsis is requesting responses to the following criteria from interested parties that can provide the required services under the North American Industry Classification System (NAICS) Code 541512, 541513, and 541519. This Synopsis is encouraging responses from any qualified and capable source, including Small Businesses, Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Historically Black Colleges and Universities/Minority Institutions, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are two or more qualified and capable Small Businesses to provide the aforementioned service. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 541512, 541513, and 541519 are requested to submit a response to the POCs provided at the end of this release within 7 calendar days of issuance of this RFI. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past three years or work that is on-going) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Please note that personnel must have at a minimum current DoD Top Secret Special Background Investigation (TS-SBI) security clearance, and qualify for Presidential Support Duty (PSD) will be required at contract award. Requested Information: Interested vendors are requested to submit a maximum 15 page statement of their knowledge and capabilities to perform the following: •a) Describe your experience managing the technical and functional activities associated with operations, maintenance, modifications, engineering, integration, deployment, schedule, and sustainment of communication circuits, links and IT systems analysis, for the Department of Defense (DoD) agencies engineering divisions and operational support services for agencies in sustainment, configuration, customization, integrations, de-activation and maintenance of Visionael software applications and the CMS/ACD at all multiple agency sites in the National Capital Region (NCR). The contractor shall comply with the appropriate DoD-approved architectures, programs, standards and guidelines. •b) The experience should include, but not be limited to: experienced technical staffing which possesses, at a minimum, a current Top Secret Special Background Investigation (TS-SBI) security clearance and qualify for Presidential Support Duty (PSD). Individuals shall obtain required clearances prior to performance of TO ; and maintaining a contract workforce of at least 5.25 FTEs at government facilities. •c) Describe experience and working knowledge of Visionael software application and redundant server administration in support of similar CMS/ACD systems. •d) Describe your experience in supporting or implementing an IT Task Order (TO) Management Plan describing the technical approach, organizational resources, and management controls to be employed to meet the cost, performance and schedule requirements throughout TO execution. •e) Describe your experience in p roviding monthly status report monitoring the activities completed, progress/status reporting, activities planned, and program reviews applied to the TO, along with weekly updates of accomplishments and activities completed, and provide minutes of scheduled and ad hoc meetings. •f) Describe your experience in supporting and implementing IT/telecommunications hardware/circuit validation and audits to achieve a complete physical (hand over hand) validation of all circuits/links/devices deployed within the agency network. Demonstrating how your organization would use electronic databases of circuit data and hardcopies of previously validated circuits/links and devices. •g) Describe your experience in supporting and implementing complete tracing of IT/ telecommunications circuits and documentation to port and pair level of the IT system and identification of circuits with valid TSOs. •h) Describe your experience in supporting and implementing Requests for Service (RFS) for all circuits which do not have valid TSOs, providing "redline" drawings to the government before inputting documentation into ACD. •i) Describe your experience in developing the necessary objects and data definitions to correctly define agency network and system infrastructure objects, such as network equipment, computer and peripheral equipment, cables, connectors and circuits. •j) Describe your experience in supporting and implementing site surveys and collecting the necessary IT data to correctly populate the CMS system or similar systems, such as obtaining/drawing CAD facility diagrams, facility/equipment locations, equipment rack elevations, devices/installed cards, cabling and device connectivity, equipment and circuit connectivity strings, and circuit/device configuration. •k) Describe your experience in supporting and implementing System Administration of the Visionael application software and SQL databases. Also, performing first level troubleshooting of ACD or similar systems. This will include documenting, troubleshooting, and coordination with the vendor to resolve all application and server issues. •l) Describe your experience in documenting all upgrades to the ACD software or similar systems on the host servers. Interfacing with existing operating system administration and database administration personnel as required for all upgrades and performing a test and evaluation of the upgraded system to ensure all functionality and data migration are successful and without incident. •m) Describe your experience in t raining system users and local administrators on similar systems, functionality and implementation. With the goal to ensure the operational usage of the CMS upon completion will be understood; and to ensure standardized usage concepts and procedures are followed among sites and organizational entities. •n) Describe your experience and ability to work closely with other vendors to coordinate system testing including regression testing. Also describe experience and ability to work closely with other contractors to develop and execute a single schedule to cover the installation of any code created or modified. Responses: Interested vendors should forward their capabilities and other information to be considered to james.franey@disa.mil. Responses to this RFI are to be submitted by and RECEIVED by 12:00 PM EST, 24 June, 2011. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Points of Contact: Contracting Officer: James Franey Phone: 618-229-9346 E-Mail: james.franey@disa.mil Project Manager: Gregory Hall E-Mail: gregory.hall@whmo.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MAC0026a/listing.html)
 
Record
SN02475524-W 20110619/110617234225-0de70cef04c30c28eae79522c324a177 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.