Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,2000 PSA#2663

General Services Administration, Information Technology Services, Fast Program (7TF), 819 Taylor St., Rm. 11A30, Fort Worth, TX 76102-6105

D -- SUPPORT SERVICES FOR MS NT/EXCHANGE NETWORK AND ELECTRONIC MAIL SERVERS SOL 7TF-00-0022 DUE 081800 POC Elaine M. Lacker, 817-978-6142 17(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued!! 17(ii). Solicitation Number 7TF-00-0022 Request for Proposal!! 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18!! 17(iv). This is a full and open procurement under SIC 7379 Computer Related Services!! 17(v). There are several contract requirement, which are not optional: REQUIREMENTS LISTED UNDER 17(vi)!! 17(vi). Description: The purpose of this Request for Proposal is to acquire the following services: US Army Medical Department Activity Heidelberg (USAMH) provides MEDDAC level Information Management support to the United States Army Europe (USAREUR) military communities. This SOW is intended to provide a contract individual to support the operation of MS NT/Exchange network and electronic mail servers for the US Army MEDDAC Heidelberg Medical treatment Facility (MTF) and supporting Catchment Area within Germany. This SOW provides contract support to USAMH IMD in operating this equipment and software. The individual will work for the Chief Network and Automation Services Branch (NASB), physically located at the Heidelberg hospital on Nachrichten Kaserne, Building 3617 Annex, Information Management Division (IMD). This individual will be supported under the auspices of IM support provided by USAMH IMD Chief -- Mr. Jeff Winsom. This support will consist of but not be limited to office space, Personal Computer (PC) and other general office support required under this SOW. OBJECTIVES: The objectives of this SOW are to provide fully integrated MS NT/Exchange Mail support for USAMH, tenant activities located on Nachrichten Kaserne, and outlying clinics in the USAMH Catchment Area. A Microsoft NT Certified System Engineer (with background and extensive experience in Information Systems) is required. Successful candidate should have technical background with focus on MS NT, BackOffice solutions, and 3 years technical experience relevant to NT Server, Exchange Mail, System Management Server, MS Exchange Mail implementation, USER-Mode NT development, Win32/API and C++ Programming, Distributed Processing, Client/Server Operations and Internet Applications. This SOW includes all aspects of system configuration administration and management. This includes an understanding and experience working in the following areas: Dynamic Host Configuration Protocol (DHCP), Domain Name Server (DNS), Internet Protocol (IP) Management for NT, TCP/IP dynamic DNS, Dynamic DNS(DDNS), domains & trust relationships, ACL, NT shares, disk quotes, disk space management, directory synchronization, Exchange, Exchange Internet Mail Service (IMS), and POP3 Server for IMS, auditing, and security implementation, File Transfer Protocol (FTP), Network File System (NFS), and network file and print sharing. Documents: Contractor shall adhere to the DOD policy and procedures to be outlined at the time of award. SPECIFIC TASKS: A. PROGRAM MGMT -- The contractor shall provide systems administration support for the operation of MS NT/Exchange infrastructure for USAMH. Support to include managing network & Exchange servers. This will include coordination of resources, ad hoc reports, and senior level consulting services. Task schedules and status reports will be prepared and disseminated as directed by the govt. Travel will be required as directed by the govt. B. SMALL SYSTEMS DESIGN -- The contractor shall provide engineering design and (if necessary) system support (to include physical configuration of servers, etc) for those infrastructure and system deployment requirements/changes identified under this project. This will include impact on LAN and WAN design changes, system development changes, PC internal component changes, new drawings, recommended bills of material, red-line drawing updates & engineering reports on project status. This will include software development and/or preparation of software coding as required. Travel will be required as directed by the govt. C. INFRASTRUCTURE INSTALLATION CHANGES -- Contractor shall provide infrastructure installation services (if identified under this project) under govt. direction. Any infrastructure installation changes will be proposed under the guidance of MS NT/Exchange mail program requirements. Travel will be required as directed by Govt. D.SECURITY -- Contractor shall provide personnel who pass all requirements for obtainment of an ADP Level I or Level II (if either required) clearance under applicable government regulations. The contractor Security personnel will provide security clearance requests for contractor personnel to the Govt. Security Officer. No classified processing will be involved in this project/initiative. Contractor will complete Govt. background check by USAMH Security Manager. Parking access/pass info will be required at time of contract award. E. USAMH SYSTEMS MGMT -- Contractor shall provide Tier II & Tier III systems mgmt. Support for network operating systems (i.e. all MS BackOffice clients, MS exchange Mail, etc) in USAMH facilities, as directed by the Govt. Contractor shall provide system maint., troubleshooting, & configuration mgmt. services. Contractor will support the USAMH IMD w/ operating system support as required. F. EUROPEAN DEPLOYMENT SERVICES/SUPPORT -- As required, contractor will install, configure, and test various operating systems to include NT 4.0 & Windows 2000 clients. Experience in MS NT Exchange operating environment is required. Includes loading MS BackOffice client & server platforms, configuring and testing the workstation for operation in MS NT/Exchange Mail environment, and providing technical consultation, support, and assistance as required. G.SPECIALIZED REQUIREMENTS FOR A SENIOR MS ENGINEER: Contractor/Consultant will be located & based out of US Army MEDDAC, Heidelberg. Will be required to identify potential HW/SW problems & associated issues. (All aspects of integrating PC based apps & actual Exchange Mail design, configuration, implementation & operation). Will be required to develop appropriate operating procedures for the MS Exchange environment, and the MS BackOffice client & server apps. Will be designated as a systems administrator and as such provide operation site mgmt of the USAMH on matters pertaining to the MS NT & MS Exchange Mail operating environment & migration. Will develop problem solving methodologies to assure early resolution or system/software outages. Will provide MS NT & BackOffice client/server support services and as required assist in migration of legacy & new user apps. Will assist USAMH facilities in the configuration & installation of HW & SW of MS NT/Exch and ntwk operations. Will be responsible for all documentation of problem areas identified. Will require a solid working knowledge of MS NT, MS Exchange Mail, Server (DELL, Gateway, etc), server design, operation & support procedures. Will be capable of providing support & assistance in a professional non-critical manner. Shall be able to communicate fluently both in written & spoken English. Shall have a solid understanding of MS Office apps, knowledgeable of standard communication SW utilized in a medical operations environment in general. Govt will provide building passes for the contractor/consultant. Govt (as req.) will provide network and/or system access. Contractor shall follow Army property accountability regs & policies. Contractor shall support EO/EEO/Affirmative Action programs and shall exercise proper safety precautions and promote general safety awareness in the workplace. H. SPECIAL SOFTWARE REQUIREMENTS: Any and all new systems development and new development (if any) will use DOD data standards IAW PDASD-HA Policy memo, "Use of DoD Standards in MHS Migration Systems", of 11 March 1996. Includes any later releases of guidance under this policy directive(s). The contractor warrants that all items delivered under this contract are merchantable and fit for use for the particular purpose described in the contract to include the accurate processing of data and date related data (including, but not limited to, calculating, comparing, and sequencing) by [identifying the existing Govt.-developed software and systems to be modified]. Contractor should be able to join On-Call program which requires infrequent late & weekend work. This work will be compensated with time off rather than overtime. I. GOVT. FURNISHED EQPT. US Government will furnish PC eqpt, office space & eqpt, telephones, access to any network resources approved by the Govt., and any other materials required to sustain these MS NT/Exchange mail migration in this SOW. Contractor shall maintain financial inventory accounting system for US Govt. furnished eqpt., software, and other furnished tools, and provide COR and Task Manager with info. Necessary to manage this task. J. DELIVERABLES: 1 Hard Copy & 1 Electronic Copy of Status Report due Monthly. Status Report includes: authorized expenditures incurred against the reporting period in performance of assigned tasking; summary of issues and/or status of on-going efforts against the reporting period in performance of assigned tasking via bullet format; identification of problem area (current and future) needing IM resolution for completion of assigned tasking, etc. K. PROPRIETARY INFO STATEMENT: Any software changes and/or information generated from this SOW (intellectually or otherwise) will belong as property of the US Govt. L. TRAVEL/TDY: Contractor shall be required to perform travel as directed by the govt. M. OTHER PERTINANT INFO: Contractor shall be required to pay German Income Taxes. Status of Forces Agreement. Under this contract, contractor employees, spouses & family members assigned overseas within the European Theater will be regulated by USAREUR Regulation F of 600-700 "Individual Logistics Support for Civilian Contract Personnel" and Defense Acquisition Circular 88-11 attachment Item 1. The Govt. will provide logistics support to the contractor's staff members who qualify for Technical Expert Status Accreditation (TESA). 17(vii). Desired Period of Performance is 9/1/00 through 8/31/01. Place of Delivery and Acceptance is: US Army Hospital Heidelberg, GEB 3617 Annex, Information Management Division, Karlsruher Strasse, 69126 Heidelberg, Germany,Attn: Frank Schumann, phone 011-49-6221-17-2883. FOB destination!! 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (MAR 2000) is hereby incorporated by reference.!! 17(ix). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Technical (a) Technical capability of contractor to meet the Government requirements for MS NT Certified System Engr. (b) Past Performance (see below) (c) Delivery Terms -- ability to meet required delivery schedule and (2) Price. Factors are listed in their relative order of importance. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offeror (see below) and any other information the Government may obtain by following up on the information provided by the offeror and/or through other sources (i.e., offeror's performance on previously awarded FAST delivery orders/contracts and/or contracts with other Government entities). The offeror must identify at least one Federal contract or delivery/task order for this client, and any other Federal, state, or local government and private contract or delivery/task order, for which the offeror has performed work similar to the statement of work in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall provide a point of contact, current telephone number and fax number for each contract. This list is due by the date established for receipt of proposals. 17(x). Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (FEB 2000) with its offer.!! 17(xi). Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 1999), is hereby incorporated by reference.!! 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 2000), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: (b)(5)52.219-8, b)(12)52.222-26,(b)(13)52.222-35,(b)(14)52.222-36,(b)(15)52.222-37.!! 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A firm fixed price, definite quantity, definite delivery contract will be awarded. (iii) Period of Performance: 09/01/00 -- 08/31/01.!! 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated.!! 17(xv). N/A!! 17(xvi). Signed and dated offers one original must be submitted to GSA, IT Solutions, 7TR, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Elaine M. Lacker, Contracting Officer at or before 4:30 p.m.(CST), August 18, 2000. Email proposals may be sent to elaine.lacker@gsa.gov at or before the above time and date; facsimile proposals may be submitted to 817-978-4739 at or before the above time and date!! 17(xvii). Contact Elaine M. Lacker at 817/978-6142.!! Posted 08/10/00 (W-SN484565). (0223)

Loren Data Corp. http://www.ld.com (SYN# 0037 20000814\D-0011.SOL)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |


Created on August 11, 2000 by Loren Data Corp. -- info@ld.com