Upload
nguyennhan
View
214
Download
1
Embed Size (px)
Citation preview
REQUEST FOR TASK ORDER PROPOSAL FOR IT CONSULTANT SERVICES – SENIOR LEVEL SYSTEMS ENGINEER
9/14/2017
1
DISTRICT OF COLUMBIA COURTS
DISTRICT OF COLUMBIA SUPERIOR COURT
OFFICE OF CONTRACTS AND PROCUREMENT
REQUEST FOR PROPOSALS (RFP) FROM
GSA FEDERAL SUPPLY SCHEDULE CONTRACTORS
for
INFORMATION TECHNOLOGY CONSULTING SERVICES
SOLICITATION NUMBER: DCSC-17-FS-0091
SOLICITATION IS RESTRICTED TO GENERAL FEDERAL
SCHEDULE 70 - (GSA) IT EQUIPMENT, SOFTWARE AND
SERVICES CONTRACTORS ONLY
DATE ISSUED: Thursday, September 14, 2017
CLOSING DATE & TIME: Thursday, September 21, 2017
at 2:00 p.m., EST
REQUEST FOR TASK ORDER PROPOSAL FOR IT CONSULTANT SERVICES – SENIOR LEVEL SYSTEMS ENGINEER
9/14/2017
2
TASK ORDER REQUEST FOR IT CONSULTANT SERVICES
The District of Columbia Courts (the Courts) are seeking a single qualified GSA
Schedule firm to provide senior level systems administration support to the Information
Technology (IT) Division. The Courts intend to award a firm-fixed hourly rate contract.
The Courts contemplates a single award to one (1) Contractor for a one (1) year base
period and four (4) one (1) year option periods, not to exceed five (5) years.
1. Background
The Courts, the judicial branch of the District of Columbia government, is comprised
of the Court of Appeals, the highest court of the District; the Superior Court of the
District of Columbia, a trial court with general jurisdiction over virtually all local
legal matters; and the Court System, which provides administrative support functions
for both Courts. Its mission is to protect rights and liberties, uphold and interpret the
law, and resolve disputes peacefully, fairly and effectively in the Nation's Capital.
The Courts’ mission and its operations rely heavily on information technology (IT),
and the organization’s dependence on technology will continue into the future.
The Courts’ campus is comprised of six (6) buildings:
500 Indiana Avenue N.W. (also known as Moultrie Courthouse)
515 5th St. N.W. (also known as Building A)
510 4th St. N.W. (also known as Building B)
410 E St. N.W. (also known as Building C)
430 E St. N.W. (also known as The Historic Courthouse)
616 H St. N.W. (also known as The Gallery Place Office)
There are also seven (7) satellite offices in the District of Columbia.
The Courts have an immediate need for a senior-level systems engineer to assist its IT
Division staff in maintaining and supporting its Microsoft Windows-based server
environment both in its locally data center and in the Microsoft (MS) Azure Cloud.
The Courts current infrastructure architecture consists primarily of:
Storage
Fiber Channel Protocol based NetApp SAN/NAS infrastructure. In
addition, some servers also use of clustering solution for data
replication.
Network
Cisco routers and switches, security appliances, and cable management
systems.
REQUEST FOR TASK ORDER PROPOSAL FOR IT CONSULTANT SERVICES – SENIOR LEVEL SYSTEMS ENGINEER
9/14/2017
3
Servers
HP rack-mounted servers, HP Blade servers, as well as centralized
server management system.
Infrastructure Software
MS Active Directory, Hyper-V, MS Exchange, etc.
Within the next year, The Courts will be upgrading all windows 2008 servers to
windows 2012R2/2016 as well as moving to virtualization and Microsoft Azure
Cloud. Our primary data center will be running primarily on HP Blades and some
stand-alone servers, NetApp Data Ontap storage, Cisco 6XXX/4XXX/3XXX devices,
Active Directory 2012/2016. The Courts also will be upgrading Exchange 2010 to
Exchange 2016 or Office 365.
2. SCOPE OF SERVICES:
The selected contractor shall provide onsite professional services for a Senior-level
Systems Engineer for twenty (20) hours per week for a period of one (1) year. The
contractor shall serve as specialist subject matter expert in completing projects/tasks
in that areas of Microsoft Windows server administration, Microsoft Exchange Server
administration, Active Directory (AD) administration, NetApp storage administration,
and playing a key role in troubleshooting complex technical issues and contributing in
the optimization of the Courts’ IT environment.
The contractor shall perform, but not be limited to, the following duties:
Responsible for collaborating on and setting cloud vision; providing
thought leadership in cloud infrastructure and cloud services architecture
to meet the Courts operational objectives for cloud solutions.
Design, configure and manage the Azure cloud environment in accordance
with the Courts strategy, plans and policies for scalability, reliability and
performance.
Assist in establishing Active Directory (AD) security structure, groups,
single sign-on and multi-factor authentication (MFA), planning and
architecture design.
Provide cost-and-benefits analysis of Cloud vs. local hosting options when
needed.
Identify alternatives for optimizing physical and virtual server resources.
Manage Active Directory Services and Exchange environment on daily
basis and lead exchange migration to Office 365.
Research, plan, install, configure, troubleshoot, maintain and upgrade
operating systems.
Research, plan, install, configure, troubleshoot, maintain and upgrade
hardware and software interfaces with the operating system.
Analyze and evaluate present or proposed business procedures or
problems to define data processing needs.
REQUEST FOR TASK ORDER PROPOSAL FOR IT CONSULTANT SERVICES – SENIOR LEVEL SYSTEMS ENGINEER
9/14/2017
4
Work as a team member with other technical staff, such as network and
security engineers to ensure connectivity and compatibility between
systems.
Write and maintain system documentation, diagrams and Standard
Operating Procedures (SOPs) and knowledge transfer for the team.
3. MINIMAL QUALIFICATIONS:
The contractor shall provide a single qualified and appropriately skilled resource with
applicable certifications, clearances, and background checks as appropriate, to meet
the responsibilities and service levels set forth in the scope of work. At a minimum,
the resource must possess:
A minimum of fifteen (15) years professional experience, at least ten (8)
of which as a systems engineer/systems architect or similar position in an
environment of supporting at least 1500 users;
MCSA (Microsoft Certified Solutions Associate) in windows 2012/2016
or Office 365 is required.
MCSE (Microsoft Certified Systems Engineer) Windows 2016 cloud
platform and Infrastructure is preferred.
Expert knowledge of Microsoft Windows 2012/2016 Server Infrastructure.
In-depth technical and business understanding of the professional work
environment.
The proven ability to create solutions in complex environments;
Ability to leverage a thorough understanding of the interactions between
systems to not only troubleshoot problems, but also identify performance-
tuning opportunities.
Excellent verbal and written communication skills.
Expert knowledge of designing and architecting and administrating of
Active Directory Services including but not limited to DNS, DHCP, DFS,
RDS, ADFS, Domain/forest trust and Group Policy.
Expert knowledge of designing and architecting, administrating and
upgrading of Exchange Server 2010/2016 and Office365 according to
Microsoft best practice.
Must be able to develop, build, configure, customize, integrate and test
Office 365, Exchange, Skype, and One drive, SharePoint solutions based
on the functional and technical specifications to meet quality &
performance requirements.
Expert knowledge of Microsoft server virtualization (Hyper-V) in a
complex environment.
Advanced knowledge of the Azure platform and core Azure services,
including virtual machines, block storage, Active Directory, Express
Route, virtual networks, load balancers, VPN gateways, and blob storage.
Expert Knowledge of FISMA compliance and NIST controls in a cloud
environment
REQUEST FOR TASK ORDER PROPOSAL FOR IT CONSULTANT SERVICES – SENIOR LEVEL SYSTEMS ENGINEER
9/14/2017
5
Expert Knowledge of designing and managing Microsoft System Center
Suite 2012/2016 (SCCM, SCOM, SCVMM).
Expert knowledge of daily Windows server administration, including but
not limited to server clustering and high availability solution and system
stability, integrity, and troubleshooting.
Expert Knowledge with SQL Server 2012/2016 server administration and
SQL Always On.
Expert-level proficiency in upgrading of software and hardware, planning
and roll out of servers.
Expert-level proficiency in proficiency in backup integrity and recovery
coordination along with disaster preparedness planning.
Excellent communication and interpersonal skills and appearance
Ability to understand and comply to the relevant department and/or
corporate policies, procedures and guidelines as they pertain to customer
support and IT services.
Expert knowledge of relevant commonly-used concepts, best practices,
and procedures.
Knowledge of Netscaler Gateway load balancers and GSLB solutions.
Knowledge of Citrix Virtual Desktop Infrastructure for XenDesktop and
XenApp solutions.
Expert knowledge of local and remote computer system diagnostic tools.
Additional desired areas of knowledge and experience include: VoIP,
VDI, Oracle Database technology, NetApp, and Windows OS Security.
4. PRICE SCHEDULE:
The Base Period of Performance shall not exceed one thousand (1,000) hours from
the date of award. The date of award shall be the date the Contracting Officer signs
the contract document or issues a notice to proceed (NTP).
4.1 BASE YEAR CONTRACT PRICE:
CLIN # Description Estimated
Hours
Hourly
Rate
Extended Price
0001 Senior Level Systems Engineer 1000
4.2 OPTION YEAR ONE PRICE:
CLIN # Description Estimated
Hours
Hourly
Rate
Extended Price
1001 Senior Level Systems Engineer 1000
REQUEST FOR TASK ORDER PROPOSAL FOR IT CONSULTANT SERVICES – SENIOR LEVEL SYSTEMS ENGINEER
9/14/2017
6
4.3 OPTION YEAR TWO PRICE:
CLIN # Description Estimated
Hours
Hourly
Rate
Extended Price
2001 Senior Level Systems Engineer 2000
4.4 OPTION YEAR THREE PRICE:
CLIN # Description Estimated
Hours
Hourly
Rate
Extended Price
3001 Senior Level Systems Engineer 2000
4.5 OPTION YEAR FOUR PRICE:
CLIN # Description Estimated
Hours
Hourly
Rate
Extended Price
4001 Senior Level Systems Engineer 2000
5. TERMS OF PAYMENT – CONTRACT TYPE:
This is a firm-fixed hourly rate contract. The fixed hourly rates shall include wages,
overhead, general and administrative expenses, and profit. The Contractor shall
furnish to the Courts, when and if ordered, the services specified under this contract
up to one thousand (1,000) hours for the specified labor category.
The base contract will not exceed one thousand (1,000) labor hours. There shall be
four (4), one-year option periods after the base period, if the Courts deems necessary.
The base term of the contract shall be for one year from the date of award of the
Contract. The date of award shall be the date the Contracting Officer signs the
contract document.
5.1 Option Period:
(A) The Courts may extend the term of this contract for a period of four (4)
additional one (1) year periods or portions thereof.
(B) Option to Extend the Term of the Contract:
(C) The Courts may extend the term of this contract for four (4) additional one
(1) year periods by written notice to the Contractor before the expiration
of the contract, provided that the Courts shall give the Contractor a
preliminary written notice of its intent to extend at least 30 days before the
contract expires. The preliminary notice does not commit the Courts to an
extension. The Contractor may waive the 30-day preliminary notice
requirement by providing a written waiver to the Contracting Officer prior
to expiration of the contract.
REQUEST FOR TASK ORDER PROPOSAL FOR IT CONSULTANT SERVICES – SENIOR LEVEL SYSTEMS ENGINEER
9/14/2017
7
(D) If the Courts exercise this option, the extended contract shall be
considered to include this option provision. The exercise of any option
under this contract is contingent upon the availability of funds for the
respective option period. However, the availability of funds does not
obligate the Courts to exercise the option year(s).
(E) The offeror should include in its price proposal, the price for the base year
and all option years identified separately. Failure to submit prices for the
base year and all option years may cause the Courts to exclude the offer
from further consideration.
6. CONTRACTING OFFICER (CO) AND CONTRACTING OFFICER’S
TECHNICAL REPRESENTATIVE (COTR)
Contracting Officer: The District of Columbia Superior Court Contracting Officer who has the appropriate contracting authority is the only Courts official authorized to contractually bind the Courts through signing contract documents. All correspondence to the Contracting Officer shall be forwarded to:
Mr. Louis W. Parker, Administrative Officer Administrative Services Division District of Columbia Courts 616 ‘H’ Street, NW, Suite 622 Washington, D.C. 20001 Telephone Number: 202) 879-0476 Facsimile Number: (202) 879-2835
6.1 Contracting Officer’s Technical Representative (COTR): The COTR is
responsible for general administration of the contract and advising the Contracting Officer as to the Contractor’s performance or non-performance of the contract requirements. In addition, the COTR is responsible for the day-to-day monitoring and supervision of the contract. The COTR shall be:
Mr. Sam Salama
Server Storage Branch Manager
Information Technology Division
410 E St. NW, Suite 3900
Washington DC, 20001
Telephone Number: 202-497-1221
7. SECURITY CLEARANCE AND IDENTFICATION/BUILDING PASS
The Contractor shall coordinate with the COTR to assure that any employee
requiring access to any Courts facilities has a contractor identification/building
pass before the employee enters on duty under this contract. Personnel designated
by the COTR or Authorized Representative shall complete appropriate forms
specified for security clearance requirements. The Contractor shall see that all
REQUEST FOR TASK ORDER PROPOSAL FOR IT CONSULTANT SERVICES – SENIOR LEVEL SYSTEMS ENGINEER
9/14/2017
8
passes are returned to the Courts as employees are dismissed, terminated or when
the need for the employee to have access to any of the Courts facilities no longer
exists.
8. EVALUATION CRITERIA:
The Courts intends to make an award to the responsible firm whose proposal represents the best value to the Courts. The points in the evaluation criteria indicate their relative importance. The Courts may award a contract upon the basis of initial offers received, without discussions. Therefore, each initial offer shall contain the Offeror's best terms from a cost and technical standpoint. The evaluation factors set forth below shall be used to evaluate each proposal. The maximum points for technical are 100 total points. The criteria for evaluating the proposals and their respective points are as follows:
Evaluation Criteria A. General Information
The Offeror shall provide a brief description of its organization to include:
a) Brief history of the Company;
b) Name, Address, Telephone Number and DUNS and Federal ID
Numbers of the Offeror;
c) If the Offeror is a partnership or joint venture, the names and
addresses of the general partners or individual members of the joint
venture, and copies of any joint venture or teaming agreements;
d) Name, Address, email and current phone number of Offeror’s
contact person;
e) A copy of each District of Columbia license, registration or
certification that the Offeror is required by law to obtain. If the
Offeror is a corporation or partnership and does not provide a copy
of its license, registration or certification to transact business in the
District of Columbia, the offer shall certify its intent to obtain the
necessary license, registration or certification prior to contract
award or its exemption from such requirements.
B. Qualifications of Offeror 0-35 points
The Offeror must demonstrate relevant experience with providing services such as
those listed in Section 2 above.
The Offeror must also describe its ability to and approach for ensuring coverage and
continuity of services.
REQUEST FOR TASK ORDER PROPOSAL FOR IT CONSULTANT SERVICES – SENIOR LEVEL SYSTEMS ENGINEER
9/14/2017
9
C. Knowledge and Experience 0-45 points
The Offeror shall include resumes clearly outlining credentials of no more than three
(3) potential candidates with the required knowledge and experience:
Refer to Section 2 and Section 3 in their entirety.
Resumes must clearly reflect relevant experience.
The Courts reserves the right to conduct face-to-face and/or phone interviews for
selective candidates.
D. Past Performance 0-20 points
The Courts will evaluate the Offeror’s past performance on the basis of its reputation
for the following:
The product & services have been provided in contracts of equal or larger size
providing similar and or like services, with successful problem resolution and
delivery of each phase of the implementation and integration on time and within
budget.
Using Attachment J.9, three (3) letters of reference to the Courts to include
information about previously performed District or Federal or private entity contracts
of equal or larger size providing similar and/or like services, inclusive of dates of
contract. Each reference shall address:
a) adhering to standards of good workmanship, including the technical, business and
administrative aspects of performance;
b) timely and reliable service delivery, adhering to works schedules, response times
and deadlines;
c) demonstrating a commitment to customer satisfaction; and
d) positive working attitude.
9. QUESTIONS
Questions concerning this Request for Proposals must be directed in writing to:
Darlene D. Reynolds, CPPB
Senior Contract Specialist
Procurement and Contracts Branch
Administrative Services Division
District of Columbia Courts
616 H Street, NW, Suite 612
Washington, D.C. 20001
Telephone Number: (202) 879-2872
Facsimile Number: (202) 879-2835
E-mail: [email protected]
REQUEST FOR TASK ORDER PROPOSAL FOR IT CONSULTANT SERVICES – SENIOR LEVEL SYSTEMS ENGINEER
9/14/2017
10
8. EXPLANATION TO PROSPECTIVE BIDDERS
Any prospective Offeror desiring an explanation or interpretation of this solicitation must request the explanation or interpretation in writing at no later than Tuesday, September 19, 2017 Requests should be e-mailed to Darlene Reynolds, Senior Contract Specialist at [email protected].
9. PROPOSAL SUBMISSIONS:
9.1 Each firm shall submit technical and price proposals in accordance with the
performance of work specified under the Scope of Services section. At a
minimum, the Contractor’s proposals shall describe how it intends to accomplish
the requirements stated in Section 2, Scope of Services and at what price.
9.2 Please note: This request is NOT an actual task order. It is a request for
proposals from GSA Federal Supply Schedule Contractors.
9.3 All firms submitting proposals in reference to this Request shall include a copy of
their current GSA Federal Supply Contract(s).
9.4 Each firm shall submit an original and FOUR (4) copies of their technical
proposals and FOUR (4) copies of their price proposals under separate cover.
Proposals shall be submitted in a sealed envelope clearly marked in the lower left
corner with the following:
SOLICITATION NUMBER: DCSC-17-FS-0091
TITLE: “IT CONSULTANT SERVICES –
SENIOR LEVEL ENGINEER”
CLOSING DATE/TIME: Thursday, September 21, 2017, no later than 2:00 p.m. EST
9.5 Offerors submitting their proposals by hand-delivery/courier services must hand
deliver their proposals to the following address:
District of Columbia Superior Court
Office of Contracts and Procurement
Attention: Darlene D. Reynolds, CPPB
Senior Contract Specialist
701 7th
Street, NW, Suite 622
Washington, DC 20001
Phone Number: 202-879-2872
9.6 Offerors submitting their proposals by mail must mail their proposals to the
following address:
REQUEST FOR TASK ORDER PROPOSAL FOR IT CONSULTANT SERVICES – SENIOR LEVEL SYSTEMS ENGINEER
9/14/2017
11
District of Columbia Superior Court
Office of Contracts and Procurement
Attn: Darlene D. Reynolds, CPPB
Senior Contract Specialist
616 H Street, NW, Suite 622
Washington, DC 20001
10. TECHNICAL PROPOSAL FORMAT AND CONTENT
10.1 Volume I – Technical Proposal shall be comprised of the following Sections:
Section Description
A General Information
B Work Plan—Technical Approach
C Qualifications of Offeror
D Knowledge and Experience of Engagement Team
E Past Performance
10.2 Section A – General Information
The Contractor shall provide in Section A of the proposal a brief description of its
organization to include:
(A) Brief description of Company;
(B) Name, address, telephone number, Tax Identification Number, DUNS
Number of the Offeror;
(C) Whether the Offeror is a corporation, joint venture, partnership (including
type of partnership) or individual;
(D) Name, address and current phone number of Offeror’s contact person.
10.3 Section B – Work Plan/Technical Approach
The offeror’s technical proposal shall, at a minimum:
(A) Demonstrate the Contractor’s understanding of the requirements;
(B) Describe the Contractor’s technical and management approach to
accomplish the requirements within the required 120 days time frame and
previous experience (past performances) in performing similar Federal
financial audits;
(C) Identify the milestones or work breakdown structures;
(D) Describe the skill categories of staff to be used (assigned staff should have
accounting/auditing degrees; provide resumes of all key personnel);
(E) Describe which portions of the effort will be subcontracted, if any;
(F) Describe the number of hours required to accomplish the work effort for
each item, milestone, or work breakdown structure separated by
supervisory and nonsupervisory hours; and
REQUEST FOR TASK ORDER PROPOSAL FOR IT CONSULTANT SERVICES – SENIOR LEVEL SYSTEMS ENGINEER
9/14/2017
12
(G) Identify deliverables, such as progress reports and draft/final reports.
10.4 Section C – Qualifications of Offeror
(A) Resumes of Key Personnel
10.5 Section D – Knowledge and Experience of Engagement Team
(A) Project Plan
(B) Resumes of Key Personnel
10.6 Section E – Past Performance
Provide three (3) letters of reference for projects equal to or larger in scope than
this solicitation size to the Courts to include information about previously
performed District or Federal or private entity contracts providing similar and/or
like services, inclusive of dates of contract. Each reference shall address:
(A) Technical Knowledge
(B) Timely Service/Delivery
(C) Positive working attitude
(D) Customer Satisfaction
(E) Contact Information
** Note: Attachment J.9, (3) references required.
10.7 Volume II – Price Proposal
The offeror’s price proposal shall include and identify all costs for the base period
and all potential option years. At a minimum, your price proposal shall:
(A) Identify the number of hours, hourly rates, skill categories and extended
prices; and
(B) Identify the total price, including a summary of all items proposed for the
base year and four (4) option year renewal periods.
11. EVALUATION OF PROPOSALS:
11.1 The contract will be awarded to the firm whose offer is most advantageous to the
Courts, based upon the evaluation criteria specified below. Thus, while the points
in the evaluation criteria indicate their relative importance, the total scores will
not necessarily be determinative of award. Rather, the total score will guide the
Courts in making an intelligent award decision based upon the evaluation criteria.
The Courts reserves the right to reject any or all proposals determined to be
untimely, inadequate, or unacceptable or based on previous Contractor
performance. The Courts may award a contract upon the basis of initial offers
REQUEST FOR TASK ORDER PROPOSAL FOR IT CONSULTANT SERVICES – SENIOR LEVEL SYSTEMS ENGINEER
9/14/2017
13
received, without discussions. Therefore, each initial offer should contain the best
terms.
11.2 To be responsive the Offeror must address all the requirements of the solicitation and must include all information specifically required in all sections of the solicitation. The Offeror must state how it will meet the requirements; repeating back the words of the RFP or responding with product sales literature is not acceptable.
12. LIST OF ATTACHMENTS The following documents are incorporated and hereby made a part of this solicitation:
J.1 General Provisions Applicable to D.C. Courts Contracts J.2 Anti-Collusion Statement J.3 Ethics in Public Contracting J.4 Non-Discrimination J.5 Certification of Eligibility J.6 Tax Certificate Affidavit J.7 Certification Regarding a Drug-Free Workplace J.8 District of Columbia Courts Release of Claims J.9 Past Performance Evaluation Form