SOURCES SOUGHT
B -- Base Program Support for Project Facilities Infrastructure and Engineering System (FIRES).
- Notice Date
- 6/27/2006
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- National Ground Intelligence Center, ATTN: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, VA 22911-8318
- ZIP Code
- 22911-8318
- Solicitation Number
- W26MT9-6178-1001
- Response Due
- 6/30/2006
- Archive Date
- 8/29/2006
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT/MARKET SURVEY NOTICE. Note: Sources Sought Notices closes 4:00 p.m. on 30 Jun 06 (Friday). The National Ground Intelligence Center (NGIC) seeks sources that can provide requisite resources for Base Program Support for the Project Faci lities Infrastructure and Engineering System (FIRES). Period of Performance: 28 Sep 06-27 Sep 07 and two-option years. Project FIRES (Facilities Infrastructure and Engineering System) Base Program Support. See Performance Work Statement. 1.0 SCOPE. 1.1. GENERAL:Provide requisite resources for Base Program Support for Project Facilities Infrastructure and Engineering System (FIRES), located at the National Ground Intelligence Center, Charlottesville, VA. 1.1.1.Background:The purpose of FIRE S is to locate, capture via digitization, process, and analyze the blueprints and drawings, and to provide a high quality image that is digitally retrievable from a professionally managed database system. The Department of Defense (DOD) and United States Government (USG) engineers have managed the construction of facilities around the world for many years. For accountability and mission purposes, DOD has an interest in these facilities and infrastructures. Additionally, there is continuing worldwide inter est in construction blueprints and drawings for facilities of operational interest to the USG that others have constructed and managed around the world.1.1.2.Objective: The primary objective of this requirement is to capture hard copy, digital, and multi-m edia construction documentation, and process a high quality image of all captured documents into a national level database that is retrievable by any legitimate US Government agent or agency that has a valid need for such information. The specific objecti ves of this requirement is to: a.Provide technical and management support to all facets of this requirement. b.Provide and implement the technical solutions to digitally capture facility blueprints and drawings (including hard copy, soft copy and other el ectronic media. c.Provide the required processes and analysis that allows digital blueprints to be retrievable on USG networks in multiple formats to include tiff, pdf, Jpeg, dng and dwg. d.Integrate analyzed and processed facility blueprints and drawings into the FIRES database. e. Collect and process blueprints relevant to FIRES mission support worldwide, specifically including USG and military facilities in the Republic of Korea (ROK), Europe, and the CENTCOM area of responsibility (AOR). 1.1.3 Efforts: Efforts to be accomplished under this requirement fall within the following Task Areas: "Task Area 1 -Contract/Task Order Management."Task Area 2 Collection and Digital Capture of facilities, infrastructure, and engineering systems blueprints and drawin gs in response to FIRES standing and ad hoc taskings from US Government agencies and DoD MACOMs and sub-commands."Task Area 3 - Process and analyze digital blueprints and drawings that are fully compliant with standing NGIC Information Technologies (IT) da tabase and configuration management standards and defined FIRES Program Management Office (PMO) metadata standards. This task area will include the operational and configuration maintenance of the FIRES database Homepage portal to ensure full compliance w ith all NGIC IT and Information Assurance standards and the integration of all emerging technologies introduced by the IT Directorate. "Task Area 4 Integrate processed facility blueprints and drawings into the FIRES database, and assist with the maximum dissemination of this data across national level communications networks. This task area will include any initiatives to maintain established or new links between the FIRES database and other database systems (i.e. DIGINET, MIDB, WEBTAS, etc.), as well as possible future deployments of the database into other intelligence community networks (STONEGHOST, HSIN, etc.)1.2. APPLICABILITY. NA. 1.3.TASK EXECUTION PLAN (TEP). The co ntractor shall provide a Task Execution Plan (TEP) in accordance with DI-MGMT-80004 and CDRL A001 in response to this PWS.1.4.PERIOD OF PERFORMANCE / PLACE OF PERFORMANCE.The period of performance shall be 12 months and two-option years. The period of per formance (POP) on the base-year is 28 SEP 06 to 27 SEP 07.1.4.1 Place of Performance: Performance will take place at the Contractors facility, Government facilities located in Charlottesville, VA, Aberdeen Proving Grounds, MD, and at other CONUS US Govern ment source facilities; and at OCONUS government site locations. All interactions will take place in US Government spaces unless otherwise required and authorized by the Government Task Leader (GTL) or Contracting Officers Representative (COR). All revi ews will be held in Government provided spaces or in designated contractor facilities as approved by the Program Manager, GTL or COR. 1.5.CONTRACT MANAGEMENT. The Government requires a monthly Contractors Progress, Status and Management Report. 1.5.1. Th e GTL (COR) must be granted permission for unescorted entrance to the Contractor facilities at any time during normal working hours or during and special high priority tasking events.1.5.2. Army Contractor Manpower Reporting System. This data deliverable s hall be separately priced under section B. Costs associated with this deliverable shall be priced. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this task order. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanp ower.army.pentagon.mil/. 1.6. GOVERNMENT FURNISHED EQUIPMENT/MATERIALS/FACILITIES. a.A consolidated list of Government Furnished Equipment (GFE) will be provided. b.Access to materials (drawings and digital media) in CONUS and OCONUS locations to be proces sed under this requirement. c. If the South Korea option (Optional Task #3) is exercised (contingent upon funding), provide base operations facilities located in Seoul, South Korea. 1.7. INSPECTION and ACCEPTANCE/FOB. Inspection and acceptance shall be at destination and FOB shall be destination. 1.8. SECURITY.1.8.1.The security level for this effort is TOP SECRET/SCI. The key personnel involved in this requirement must be cleared Top Secret SI/TK/G/HCS at award and be able to enter the National Ground Int elligence Center. All personnel in the remaining tasks must be cleared SECRET. The Contractor facility must be cleared for storage and processing of data up to SECRET/NOFORN.1.8.2.Identification of Contractor Employees:1.8.3.1.Employee Identification: Th e contractor shall provide each employee with an identification (ID) badge made of nonmetallic material, easily readable and including employee's name, contractor's name, functional area of assignment, and recent color photograph of the employee.1.8.3.2. D isplay of ID Badges:Contractor personnel shall wear the ID badge at all times when performing work under this task order at a Government site, including while attending Government meetings and conferences that may take place outside the Government facility . Unless otherwise specified in the contract, each contractor employee shall wear the ID badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit such placement. 1.8.3.3.Answering Tel ephones:Contractor personnel shall identify themselves as a contractor employee when answering Government telephones 1.8.3.4.Utilizing Electronic Mail: When prime contractor or subcontractor personnel send e-mail messages as a part of contract performance (or otherwise relating to contract matters), each sender shall include his/her name (both first and last names), E-Mail address, and the name of the individual 's employer. 1.8.3 NON-DISCLOSURE OF PROPRIETARY DATA. There will be occasion where the contractor will be required to review other contractors proprietary data, procedures, techniques, and proposals. The contractor and all contractor employees under this PWS will abide with an Employee Nondisclosure Agreement/Contractor Employee Nondisclosure Agreement. Each Contract employee will be required to complete and sign an Employee Nondisclosure Agreement/Contractor Employee Nondisclosure Agreement. 2.0 APPLICA BLE DOCUMENTS. The following documents are referenced for the performance of this effort:N/A. 3.0. REQUIREMENTS. Contractor support provided under this requirement includes tasks in the following areas: 3.1 Contract-Level and Management:3.1.1. Contract-Lev el Program Management: Provide the technical and functional activities needed for the Program Management of this PWS. Provide the centralized administrative, clerical, documentation, and related functions of the program in support of the Program Manageme nt Office. 3.1.2.Management: Provide a monthly status report to include status of tasks and subtasks in progress. Provide, at a minimum, details on the number of images processed into the FIRES database, facility location and document type. Provide the FIRES Program Management Review (PMR) briefings to the Integrated Product team in accordance with the acquisition program plan guidance, and assistance in development of briefings for In Progress Reviews (IPR).3.2FIRES Data Capture: Digitize (scan) 200,00 0 drawings, research associated metadata, and deliver the results as a data load to the FIRES Database maintained at the National Ground Intelligence Center located in Charlottesville, VA. The subtasks that follow involve the management and technical supp ort for the collection and digital capture of infrastructure blueprints and drawings in response to FIRES standing and ad hoc tasking. The contractor shall support the Program Manager (PM) to identify issues, define requirements, and establish procedures and policies. It is expected that the Contractor shall process, at a minimum, 200,000 drawings for entry into the FIRES database under this task order. Approximately 20% of these documents will require Arabic translation skills to effectively process meta data requirements. The bulk of the documents to be exploited under this contract are located at Aberdeen Proving Grounds, MD.3.2.1. Collect documents from US Government and Government-identified sources. Contractor shall provide the necessary staff that w ill travel to Government designated sites and collect or digitally capture on-site blueprint holdings identified by the FIRES PMO. No travel to areas of on-going and active contingency operations, such as Iraq or Afghanistan, is envisioned under the scope of this contract. The majority of the FY07 effort is expected to be directed toward the large cache of hard copy documents that are housed at Aberdeen Proving Grounds (APG), MD. The Government will make arrangements through official channels to obtain p ermission to remove the documents, when necessary, for data capture processing. The contractor shall physically secure the documents, inventory those documents being removed, and provide assistance as requested to transport the documents to the FIRES Cont ractor facility and return as required to a Government designated storage point. Construction documentation is also expected to be available in digital formats such as DWG (AUTOCADD and MICROSTATION), DNG, TIFF, and JPEG; a minimum of 50,000 such drawings is expected to be processed from multiple sources under the base contract for FY07.3.2.2 Sort and inventory documents. The contractor shall assist in the sorting and inventory of the documents and triage appropriate blueprints for inclusion in the FIRES database. The Contractor shall also be responsible for the return of the original documents to the owner identified at the outset of each collection process. 3 .2.3 Digital Data Capture. It is anticipated that a base quantity of at least 200,000 images (most of which are currently stored at APG and are directly related to the current CENTCOM area off operations (AOR)) will be delivered under this task order. Th ese documents will be maintained and controlled in facilities within 200 miles of the NGIC facilities located in Charlottesville, VA. The Contractor shall establish the capability to deliver based on availability of images provided by the US Government. The monthly rate of capture may vary from month to month. The FIRES PMO office is responsible for providing a capture priority list for the contractor, which will be subject to change based upon National mission support priorities. The Contractor shall c ooperate with Government personnel to locate sources of FIRES data outside of traditional channels, and support the Government in the capture and scanning of data as required. 3.3.Analysis and Processing: The subtasks that follow involve functional and te chnical requirements to analyze and process digital blueprints and drawings that are fully compliant with standing NGIC Information Technologies (IT) database and configuration management standards and defined FIRES PMO metadata standards. 3.3.1 Functional Analysis and Processing. Insure that captured data from this initiative integrates seamlessly with the existing FIRES efforts of the contractors and NGIC personnel in support of FIRES. A minimum of two hundred thousand (200,000) images will be delivered under this requirement. The monthly rate of production may vary from month to month. The FIRES PMO office is responsible for providing a production priority list, updated monthly, for the contractor. The Contractor shall prepare a monthly target produc tion schedule to meet the annual objective, and submit to the Government for review and approval. Current status of the production schedule shall be provided with each monthly report.3.3.2. Technical Analysis. The contactor shall create, document, and ex ecute a data collection and capture methodology that is in accordance with the FIRES mission, IPG, and host/source requirements. 3.3.3 Establishing Operations / Processes and Data Baselines. Document operations / processes, data baselines and interfaces w ill comply with the DETM, DCID, NIMA, DISA and USG standards as they relate to operational execution of the FIRES processes and NGIC database standards. Contractor may recommend changes that streamline the processes, and document approved changes and meth odology. This effort will also include the operational and configuration maintenance of the FIRES database Homepage portal to ensure full compliance with all NGIC IT and Information Assurance standards and the integration of all emerging technologies intr oduced by the IT Directorate. 3.4. Operational Maintenance.3.4.1 Data Flow. Provide a consistent system / methodology for captured data transmission from FIRES contractor facility in Charlottesville, Virginia for integration into FIRES database maintained at the NGIC facilities in Charlottesville, VA. 3.4.2.Integration into FIRES database. Upload the processed data into the FIRES database at NGIC. This should preferably be done through a SIPRNET connection from the contractor site. Within one month of a ward, the contractor shall submit the documentation required to gain the connectivity, along with an implementation plan if the site does not currently have SIPRNET access.3.4.3.Maintain the FIRES On-line Database at the NGIC- Provide the necessary system s engineering and database expertise, when requested by the Government, to assist in ensured continuity of operations for a 24/7 accessible database support mission and database updates.3.4.4. Documentation. Provide documentation for any software installe d at NGIC, or on Government Furnished Equipment in accordance with NGIC Configuration Management (CM) standards. 3.4.5 Business Plan: Create and maintain a bus iness plan to document, at a minimum, items 3.4.1 through 3.4.4 above. A copy of this business process plan is to be provided to the Government with the first Monthly Report.3.4.6 Quality Assurance Plan: Create and maintain a Contractor Facility Quality As surance Plan (CFQAP) for monitoring the progress and tasking performed by Contract personnel in the fulfillment of this task order. A copy of this CFQAP will be provided to the Government within 30 days of Contract award or as otherwise mutually agreed be tween the GTL/COR and the Contractor.3.5. Optional Tasks:The following requirements are associated with increasing the level of effort, and may be exercised within the base contract year as well as during any Option year, associated with the tasks noted ab ove. All optional tasks will remain in the scope of the total contract if and when Contract Option years are exercised. Optional tasks are not listed in any priority order. The Government reserves total discretion to execute any particular optional task , based upon operational requirements. The Contractor will be allowed up to 30 days to initiate action for each option exercised by the Government.3.5.1. Option Collect/Process an additional 10,000 to 50,000 documents (blueprints, drawings, sketches that may be in hard copy, digital or other electronic media formats) from sources identified by the Government. Final number of documents to be processed will be negotiated based upon the type of media being collected, available funding for this option, and ava ilable time remaining until the end of the POP.3.5.2. Option Collect/Process up to an additional 250,000 documents (blueprints, drawings, sketches that may be in hard copy, digital or other electronic media formats) from sources identified by the Governmen t. Final number of documents to be processed will be negotiated based upon the type of media being collected, available funding for this option, and available time remaining until the end of the POP. 3.5.3.Option Establish/maintain an OCONUS FIRES Collect ion team based in the Republic of Korea (ROK) that will collect and process up to 120,000 blueprints and engineering drawings, and other media. This team will also conduct country studies to locate potential sources of blueprints and engineering drawing s, interface with potential sources on behalf of the FIRES PMO, as well as provide for Document Exploitation of related materials and documentation. Also have capability, either through a team based in Europe or a TDY effort, to provide this support in ot her areas. The cost of TDY or basing the team will be considered in the decision to execute this optional task. Contingent upon additional funding, the Government intends to establish / maintain OCONUS data collection activities utilizing an in-country t eam based in Seoul, South Korea. In collaboration with the USG, maintain the FIRES data capture facility in the Republic of Korea. In the ROK, this facility is Government furnished office space in Seoul. However, most of the scanning is performed at the customer sites in various facilities providing at a minimum electrical current. The space and amenities at the customer sites vary. Provide the necessary management, systems engineering, and technical expertise on-site to ensure continuity of operations and ability to digitally capture up to 120,000 drawings and related documents from hard copy and/or digital media. Final number of documents to be processed will be negotiated based upon the type of media being collected, available funding for this optio n, and available time remaining until the end of the POP-. The contractor team in Korea will be fully cleared at the SECRET level. Specific objectives under this optional task include the following. a.Access to documents provided by the Government at USF K locations. b. Scan and enter basic metadata.c.Provide digital copy to central processing by either the FIRES or HARMONY Program Management CONUS-based support element. d.This Option under the Contract will be managed in full accordance with the established procedures and standards of compliance as outlined within the USFK-ROK Status of Forces Agreement for contractor operations in the USFK region.3.6.TRAVEL.3.6 .1. Costs for transportation may be based upon mileage rates, actual costs incurred, or a combination thereof, provided the method used results in a reasonable charge. Travel costs will be considered reasonable and allowable only to the extent that they do not exceed on a daily basis, the maximum per diem rates in effect at the time of the travel. The Joint Travel Regulations (JTR), while not wholly applicable to contractors shall provide the basis for the determination as to reasonable and allowable. M aximum use is to be made of the lowest available customary standard coach or equivalent airfare accommodations available during normal business hours. All necessary travel meeting the above criteria shall be approved in advance by the GTL. Exceptions to these guidelines shall be approved in advance by the Contracting Officer or his Designee. SECURITY REQUIREMENTS: The security level for this effort is TOP SECRET/SCI. The key personnel involved in this requirement must be cleared Top Secret SI/TK/G/HCS a t award and be able to enter the National Ground Intelligence Center. All personnel in the remaining tasks must be cleared SECRET. The Contractor facility must be cleared for storage and processing of data up to SECRET/NOFORN. No telephone inquiries will be accepted. Capability statements may be e-mail to Ana Maria Boner at anamaria.boner@us.army.mil Note: THIS IS NOT A REQUREST FOR PROPOSALS.This is a source sought/market suvey announcement to seek industry sources for this requirement.
- Place of Performance
- Address: National Ground Intelligence Center ATTN: IANG-CS-LO/MS204, 2055 Boulders Road Charlottesville VA
- Zip Code: 22911-8318
- Country: US
- Zip Code: 22911-8318
- Record
- SN01078551-W 20060629/060627221844 (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 |