Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2012 FBO #3891
SOURCES SOUGHT

D -- Sources Sought Notice Small Business Set-Aside for Services to Administer the Fire and Aviation Management National Enterprise Support System and Associated Applications - NESS

Notice Date
7/18/2012
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
U.S. Forest Service, Contracting, Owyhee Building - MS 1100, 3833 S. Development Avenue, Boise, Idaho, 83705-5354, United States
 
ZIP Code
83705-5354
 
Solicitation Number
AG-024B-S-12-0004
 
Archive Date
8/16/2012
 
Point of Contact
Kay Steffey, Phone: 208-387-5757
 
E-Mail Address
ksteffey@fs.fed.us
(ksteffey@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT to conduct market research for a Small Business Set-Aside Contract for the USDA Forest Service, Fire and Aviation Management IT Branch. The Fire and Aviation (FAM) application systems are hosted on US Forest Service (USFS) owned equipment located at the National Information Technology Center (NITC) in Kansas City, MO, the Earth Resources Observation and Science Center (EROS) in Sioux Falls, SD and the FAM Application Development Environment which is located at the Denver Federal Center (DFC) in Lakewood, CO. All three of these sites are collectively referred to as National Enterprise Support Services (NESS), and each site is referred to as NESS-NITC, NESS-EROS and NESS-DFC, respectively. NESS-NITC and NESS-EROS are identified as alternate production sites and may house test, practice, pre-production and production environments, whereas NESS-DFC is designated for development, as well as operations and maintenance support for all of the applications hosted within the NESS collective. This announcement is to identify potential interested firms that are classified under the following small business programs: (1) Service-Disabled Veterans-Owned Small Business (SDVOSB), (2) Veteran-Owned Small Business (VOSB), (3) HUB Zone, (4) Section 8(a), (5) Small Disadvantaged Business (SDB), (6) Woman-Owned Small Business (WOSB) and (7) Total Small Business Programs. The firm must be an Internet Technology Firm with an approved NAICS Code of 541512. The intent is to award one contract for the NESS. The determination of acquisition strategy for this acquisition lies solely with the government. This procurement is for firm fixed-price contract with a maximum amount of $1,900,000 per contract for a base year and four one-year options. Services will be procured using commercial procedures covered in FAR Part 12. The successful firm must have, either in-house or through consultants, licensed/registered professionals in the following disciplines: (1) Project Management; (2) Database Administration; (3) System Administrator; and (4) Network Administrator. The successful firm and team must demonstrate expertise in their respective fields and have recent experience. In addition, the firm or team must have the necessary certifications for the following systems: The Program Manager shall have past experience with managing the same kind of work described in this contract including: o System Support Project Plan development, implementation, and tracking. o Budget and Resource planning and tracking. o Works well in a team environment (Government, Other Contractors, Project Teams) o Working knowledge of System and Database Administration. The System Administration shall provide employees who combined have experience, knowledge, skills, and abilities in the following areas required for this contract. o Installation, configuration, and administration of Hardware Platforms including IBM Power Technology, Intel Technology, IBM Storage Area Networks, and IBM Tape Library Systems. o Installation, configuration, and administration of Operating Systems (OS) including Unix (AIX, Linux) and MS-Windows. o Installation, configuration, and administration of Application Level Software. o OS Security Patch Planning, Notification, and Deployment. o OS Security Vulnerability Scanning. o Installation, configuration, and administration of virtual system environments including IBM Virtual I/O Server (VIO), and VMWare ESX. o Administration and configuration of System Level Networks. o User Account Administration at the OS and Database Level. o Implementing and monitoring security controls. o Backup and Recovery. o Software Version Documentation and Control. o DFC Systems Vulnerability Scanning The Database Administration shall provide employees who combined have experience, knowledge, skills, and abilities in the following areas required for this contract. o ORACLE 11x Database • Software Installation, patching, and upgrades, • Database Creation, • Monitoring, Performance Tuning, • Administration, • Troubleshooting. o Experience desirable with MySQL, and SQL Server. o Documentation of database parameters and system settings. o Database backup, recovery, export, and restore. o Security administration including managing roles and End-User database permissions. o Database Security Vulnerability Scanning The Network Management Administration shall provide employees who combined have experience, knowledge, skills, and abilities in the following areas required for this contract. o Cisco Certified Network Professional (CCNP) ability to plan, implement, verify and troubleshoot local and wide-area enterprise networks and work collaboratively with specialists on advanced security, voice, wireless and video solutions. o Juniper Networks Certified Internet Specialist (JNCIS-FWV) knowledge of, and experience with, Juniper Firewall/VPN products and ScreenOS software. o Check Point Security Administrator Skills to deploy and manage Check Point Software Blades o Network_ certification. Skilled in network technologies, installation and configuration, media and topologies, management, and security. Small IT firms having the skills and capabilities necessary to perform the stated requirements are invited to provide information to contribute to this market survey/sources sought. Responses should include the following information: 1. Company Name, Address, Point of Contact, Phone number and e-mail address, 2. Business size determination, qualifying Small Business status and DUNS number, 3. Demonstration of the firm's experience within the past five years, listing the projects completed. Provide a brief description of the work performed, to include project title, dollar amount and which functional areas were self-performed, along with a customer contact name and phone number, 4. Provide information on firm's assets, key personnel and financial resources that demonstrate the firm's responsibility and capability to perform the work. Please provide your responses by 4:00 p.m. (MDT) on August 01, 2012 by email to ksteffey@fs.fed.us with "SB NESS" on the Subject Line. Any Pre-solicitation published as a result of this market survey will be synopsized and posted at www.fbo.gov under a separate pre-solicitation announcement. Please note that this is not a Request for Proposal and the Government is seeking information for market research purposes only. The Government may or may not issue advertisements for the above IT services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/024B/AG-024B-S-12-0004/listing.html)
 
Record
SN02806707-W 20120720/120718234911-fca0bf0df93b8944a7984d4fd9e9a04b (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.