SOURCES SOUGHT
R -- Historian (Archivist)
- Notice Date
- 5/3/2007
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F2VVCC7117A100
- Response Due
- 5/8/2007
- Archive Date
- 5/23/2007
- Small Business Set-Aside
- 8a Competitive
- Description
- This is a Request for Information (RFI) ONLY. It is not a Request for Proposal (or solicitation) or an indication a contractual commitment will exist for this requirement. The purpose of this market research (Source Sought Synopsis) is to find 8(a) sources that meet the requirement for Historian/Archivist services at USCENTCOM in MacDill AFB per the attached PWS. Firms responding to this RFI are asked to provide the following information in their initial response: company?s full name, business size, address, point of contact, and a clear indication as to whether or not they can provide the item or service the government is seeking. Final responses to this RFI will be due by 1600 PM EST 8 May 2007. Responses will be reviewed and may result in further clarifications to further explore commercial capabilities with selected respondents. As industry may expect to see portions of submitted information in future solicitations, portions of the response containing proprietary information should be clearly marked as such. Information submitted will not be returned to the respective respondents. The POC for this synopsis is 1Lt Julie A. Corchado, Contract Manager, Email: julie.corchado@macdill.af.mil; Fax (813) 828-5111. Please use this contact information for any questions. --------------------------------------------------------- PERFORMANCE WORK STATEMENT FOR HQ CENTCOM HISTORY OFFICE ARCHIVES SUPPORT, UNITED STATES CENTRAL COMMAND 03 May 2007 1.0 DESCRIPTION OF SERVICES This Performance Work Statement provides for the organization and digitization of historically significant documents. Historical documents shall be archived into the database and turned over to Records Management for disposition. Researching of materials in response to command staff inquiries for historical information, Freedom of Information Act requests, and the command historian is also included, along with the maintenance of web-based databases and projects related to the History Office. All objectives shall be accomplished by a contractor using administrative, word processing, and file management skill sets working with paper and electronic documents. At least one person on the Contractor personnel team must possess a TS/SCI clearance. All others will possess a SECRET level clearance at a minimum. 1.1 Mission The United States Central Command (USCENTCOM) Command History Office is required to analyze, collect, organize, describe, and preserve official classified/unclassified executive-level documents relating to the Global War on Terrorism (GWOT). This requirement includes all information related to current combat operations., i.e., Operations ENDURING FREEDOM and IRAQI FREEDOM; congressional testimonies, combatant command planning, theater engagement and security, and other contingency operations such as disaster relief, humanitarian assistance, and noncombatant evacuation operations. 1.2 Requirements/Tasks to be performed. This function will facilitate the Command History Office in archive and database management, and preservation of both paper and electronic records as defined below: 1.2.1. Maintain web content (database) accuracy for the History Office website in accordance with USCENTCOM policy and security regulations. 1.2.2. Collect, inventory, scan or convert documents and information. Transfer processed information into archive databases for USCENTCOM use and submit original or applicable records to Records Management Branch for interim and disposition in accordance with CJCSM 5760.01, Vol. I, Joint Staff and Combatant Command Records Management Manual?Procedures, 10 March 2003. 1.2.3. Answer oral, written, and electronic queries from the Command Historian by providing information from available resources. 2.0 SERVICES SUMMARY: The service requirements are summarized into performance objectives that relate directly to mission essential items. The performance thresholds briefly describe the minimum acceptable levels of service for each requirement. These thresholds are critical to mission success. # Performance Objective PWS Para. Performance Threshold 1 Maintain various web databases in accordance with USCENTCOM policy and security regulations. 1.2.1 100% of database content performs correctly; correct any and all deficiencies within 3 working days. 2 Collect, inventory, scan or convert, and transfer records to the archive database and submit to Records Management Branch for disposition. 1.2.2 Scan or convert (OCR) 300 to 500 documents per week into database. Scanned files must be searchable, legible, accessible, and segregated per classification regulations with a 98% accuracy rate. Correct any and all deficiencies within 3 working days. 3 Answer oral, written, and electronic queries from the Command Historian by providing information from available resources. 1.2.3 100% completion within 2 working days. 3.0 GOVERNMENT-FURNISHED PROPERTY AND SERVICES 3.1 GOVERNMENT-FURNISHED PROPERTY AND SERVICES. The Government will provide the following equipment, supplies and services listed below: 3.1.1 PROPERTY. The Government shall furnish working space, including necessary utilities and electrical power for performance under this contract. The Contractor shall be responsible for routine care, maintenance, and cleanliness of space, furnishings, and office equipment provided. The Government shall also provide computer and technical equipment (scanner, fax, and printer) to support all work, as required and available. 3.1.2 FORMS. The Government will provide test data files/forms used in the performance of services. 4.0 GENERAL INFORMATION 4.1 INSPECTION AND ACCEPTANCE. 4.1.1 The Government will accept documentation prepared in response to the Performance-based work statement based on requirements in the work description section of this PWS. Examples of acceptable deliverable formats used by the Government will be provided to the Contractor at the contract start date and when required documentation changes. 4.1.2 The Government Program Manager/Quality Assurance Personnel will determine final acceptance of all deliverables. To determine contract compliance, the Government Program Manager/Quality Assurance Personnel will acknowledge receipt of all products. Upon receipt of the deliverable, the Government will have one (1) week to review the deliverable to ensure that it is in compliance. Upon completion of the review and notification to the Contractor, the Contractor will have one (1) week to rectify any deficiencies noted. This will attest to the timely and satisfactory nature of each product delivered. 4.2 HOUR OF OPERATION. Contract personnel will be expected to perform services from 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding federal holidays. 4.3 CONTINUATION OF ESSENTIAL DOD CONTRACTOR SERVICES DURING CRISIS. IAW DoDI 3020.37 and applicable Command implementation, unless otherwise directed by an authorized Government representative, it is determined that the services as identified in this Performance Work Statement are not required during a crisis. Payment will not be made for work hours lost due to a crisis. 4.4 INSTALLATION SECURITY REQUIREMENTS. Pass and Identification Items: The Contractor shall ensure the following pass and identification items required for contract performance are obtained for employees and non-government owned vehicles requiring access to MacDill AFB to perform contract requirements: The contractor shall ensure that all vehicles used in the course of this contract are properly registered and comply with base and state safety and insurance requirements. The contractor shall submit the following to the Contracting Officer for each employee requiring access to MacDill AFB: full name, date of birth, driver?s license number, social security number, job title and dates access is required. The contractor shall submit and ensure each employee obtains an Air Force Form 75, Visitor/Vehicle Pass (short term) from the visitor?s control center at the Dale Mabry Gate prior to being allowed base access. The contractor must establish and maintain a Visitor/Vehicle Pass tracking system. This list shall be provided to the Contracting Officer prior to the contract start date and made available during contract performance on request. Upon termination of any employee the contractor shall return all government identification for that person to the Contract Administrator no later than one additional duty day. Upon change of employees, an updated listing must be provided to the Contracting Officer within three duty days. Upon completion or termination of contract requirements, all base identification, visitor/vehicle passes, and Common Access Cards (CACs), if applicable, must be returned to the Contract Administrator prior to issuance of final payment. 5.0 APPENDICES Appendix A ? Applicable Technical Orders, Specifications, Regulations, and Manuals APPENDIX A Applicable Technical Orders, Specifications, Regulations, and Manuals Publications applicable to the Performance Work Statement are listed below. The contractor is obligated to follow these publications. Number Publication Date USCENTCOM Regulation 12-2 Security Assistance Policy, Administration, and Management 17 January 2007 USCENTCOM Regulation 25-206 Command, Control, Communications, and Computer (C4) Services and Support and Network Management 27 December 2001 USCENTCOM Regulation 37-13 Internal Management Control Program 1 April 1998 USCENTCOM Regulation 380-1 Information Security Program 1 April 2007 USCENTCOM Regulation 380-8 Automated Information Systems (AIS) Security Program 20 August 2001 CJCSI 5320.01A Guidance for the Joint History Program 28 August 2003 CJCSI 5760.01 Records Management Policy for the Joint Staff and Combatant Commands 10 March 2003 CJCSM 5760.01, Vol. I Joint Staff and Combatant Command Records Management Manual?Procedures 10 March 2003 CJCSM 5760.01, Vol. II Joint Staff and Combatant Command Records Management Manual?Disposition Schedule 10 March 2003 USCENTCOM Regulation 10-2 Organizations and Functions 7 February 2007
- Place of Performance
- Address: USCENTCOM, MACDILL AFB, TAMPA, FL
- Zip Code: 33621
- Country: UNITED STATES
- Zip Code: 33621
- Record
- SN01286918-W 20070505/070503220849 (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 |