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
|
|
|