Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31, 2001 PSA #2927
SOLICITATIONS

D -- MICROSOFT ENTERPRISE STRATEGIC CONSULTANT

Notice Date
August 29, 2001
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
ZIP Code
22060-5246
Solicitation Number
DASC011106N001
Response Due
September 5, 2001
Point of Contact
Lisa Grant, 703-706-2761
E-Mail Address
HQ USAINSCOM, Directorate of Contracting (lpgrant@vulcan.belvoir.army.mil)
Description
NOTICE OF INTENT TO ISSUE A SOLE SOURCE PURCHASE ORDER. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional informat ion included in this notice. There is no solicitation number, for reference use DASC011106N001. Headquarters, US Army Intelligence & Security Command, Fort Belvoir, VA. is soliciting a sole source commercial-item purchase order (under FAR Parts 12 and 13 .5) with Microsoft Corporation, 5335 Wisconsin Avenue, Washington, DC 20015. The proposed acquisition is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR Part 13.106-1 and 10 U.S.C. 230 4(c)(1) FAR 6.302-1. This action is for the procurement, through Microsoft s Technology Strategy Consulting Services, an Enterprise Strategic Consultant (ESC). Item 0001: Microsoft labor support, Quantity: 960 hours; Item 0002: Travel, Quantity: 1 LO. The statement of work is as follows: 1.0 Background: ESC shall support the government with specific and non specific tasks, provided within the SOW, in the development and implementation of INSCOM s 5 year Information Management /Information Technology (IM/IT) vision and roadmap. ESC shall provide direct support to the CIO INSCOM in all aspects of Microsoft products and services support. ESC shall work with the CIO in preventing technological surprises and advise the CIO on any changes in Microsoft cur rent products future capabilities that have an impact on INSCOM operations. 2.0 Period Of Performance: 1 Oct 2001 through 31 March 01. 3.0 Contracting Officer s Representative: To be determined. Technical Task Manager: To be determined. 5.0 Administ ration: The contractor shall submit a monthly status report. The report shall be cut off at the end of each of the contractor s accounting periods. It shall identify accomplishments to date and difficulties encountered. It shall also include the costs and man-hours incurred (by labor category) for each contract line item. The contractor s Cost Sheets will satisfy the requirement for the cost and man-hour portion of this report. 6.0 Responsibilities: The contractor shall support the INSCOM CIO, Deput y Chief of Staff for Intelligence Information Management (DCSINT-IM), the Army Chief of Staff for Systems Integration (ACofS, SI) and the ACofS, G6 by providing expert analysis in those areas the DCSINTs and INSCOMs Microsoft and automation systems are not executing to the fullest potential. The contractor shall: (a) Provide a continuing review of INSCOM s 5 Year Vision, evaluation of the ability of the current software, hardware, network and IT infrastructure to support the vision and provide DCSINT-IM, ACofS, SI and ACofS, G6 with finished products on recommendations; (b) Develop, in concert with the CIO, an Active Directory deployment strategy for the Windows 2000 Active Directory; (c) Advise the CIO on implementation of Microsoft products usage; (d) Identify current strengths and weaknesses in use of current and future Microsoft Products, listed below, by the entire workforce and network support operations, and identify potential solutions for improvement: (1) Microsoft Back Office environment; (2) M icrosoft Office; (3) Windows 2000/NT Operating System; (4) Outlook/Exchange Service; (5) Internet Explorer; (6) Web Operations; (7) Integration of non-Microsoft applications; (8) Microsoft SQL Server; (9) Provide development services necessary to achieve optimal use of Microsoft Invested Software; and (10) Assist in tracking software-licensing issues for Microsoft products; (e) Identify immediate fixes to optimize current automated infrastructure; (f) Provide long-term investment and planning strategies to reduce total cost of ownership (TCO) of overall IM/IT infrastructure. 7.0 Deliverables. Transfer of knowledge along with guidance on selected Microsoft produc ts, tools and technologies with recommended strategies for implementation to include, (a) Ongoing review of INSCOM 5-Year IM/IT Vision and Roadmap and recommendations; (b) Assessment and recommendations for improvement to current Microsoft IT architecture and operating environment; (c) Technical briefings and reports on mutually agreed upon topics being planned for the INSCOM enterprise; (d) Support Windows 2000 migration effort in planning and architecture; (e) Use government provided business case with I T capital investment strategy to assist in determination on return of investment to the project; and (f) Develop and deploy Systems Management Server to the INSCOM enterprise network. 8.0 Security Requirements. The contractor, at a minimum, shall have a T S/SI/TK clearance. 9.0 Capability Of Personnel Qualification. Lead ESC shall be equal to MCS Consultant Grade level of capability. Other personnel on task will be specified within the MCS grade structure commensurate with the task being executed and mutu ally agreed upon by the INSCOM CIO and Microsoft. 10.0 Travel. By the Government s request, the contractor will be available for travel to Army and Joint Services as required covering CONUS and OCONUS and to commercial sites necessary to support CIO in th e execution of IM/IT mission support. 11.0 Place Of Performance. Duty stations will be HQ INSCOM, ODCSINT, Army and Joint Services as required covering CONUS and OCONUS and to commercial sites necessary to support CIO in the execution of IM/IT mission sup port. Solicitation Provisions: This solicitation document incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 97-04. The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acqui sition. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items must be included with the offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition . The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition including 52.203-6 Restrictions on Subcontractor Sales to the Government with Alt I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (E.O.13126), ; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C 4212); 52.232-33 Payment by Electronic Funds Transf er Central Contractor Registration (31 U.S.C. 3332); 52.225-16, Sanctioned European Union Country Services; 52.239-1, Privacy or Security Safeguards. The DFARS clause 252.212-7001 Contract Terms and Conditions. Defense Acquisitions of Commercial Items app lies to this acquisition including 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10a-10d, E.O. 10582); 252.247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C 2631). The DFARS Clause 252.204-7004 Required Centr al Contractor Registration applies. Full FAR/DFARS text may be obtained at website http://www.arnet.gov/far. IMPORTANT -- Only offerors who are registered in the Central Contractor Database are eligible for award (reference DFARS Clause 252.204-7004 or see web site http://www.ccr2000.com). This notice of intent is not a request for competitive quotations. Interested parties may identify their interest and capability to respond to the requirement or submit quotations. No product substitutions/equivalent p roducts will be accepted. All proposals (with capability statements) received by September 5, 2001, 3:00 P.M., E.S.T. will be considered by the Government; ho wever, a determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determin ing whether to conduct a competitive procurement. All responsible sources should submit a proposal to Lisa P. Grant, Contract Specialist at the address stated above, by fax number at (703) 806-1156 or by e-mail at lpgrant@vulcan.belvoir.army.mil.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20010831/DSOL003.HTM (D-241 SN50W1V5)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on August 29, 2001 by Loren Data Corp. -- info@ld.com