Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2007 FBO #2110
SOLICITATION NOTICE

D -- Base Engineering Planning Tool

Notice Date
9/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92) Bldg 1030, Buckley AFB, CO, 80011-9551, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA2543-07-T-0035
 
Response Due
9/10/2007
 
Archive Date
9/25/2007
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS 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. The solicitation number is FA2543-07-T-0035, and this combined synopsis/solicitation is issued as a Request for Proposal (RFP). PROPOSALS ARE DUE NO LATER THAN CLOSE OF BUSINESS 10 SEPTEMBER 2007 5pm (MDT). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19 and DFARS Change Notice (DCN) 20070828. This acquisition is subject to the North American Industry Classification System (NAICS) code of 541511 and the Standard Industry Classification (SIC) code of 7371, with a size standard of $23,000,000. This is a FULL AND OPEN competition. 460CONS/LGCA has a requirement CLIN 0001 QTY 1 Base Engineering Planning Tool IAW Statement of Work (SOW) Deliver to: Mr. David Soule, 460CONS/LGCA, 510 S Aspen St. (MS92), Buckley AFB, CO 80011-9551, (720) 847-9882. Acceptance will be at the 460 Civil Engineering Squadron, Building 1005, Buckley AFB, CO 80011-9551. The following provisions and clauses apply to this acquisition: 52.212-1 Instructions To Offerors Commercial Items, 52.212-2 Evaluation Commercial Items. Cost Estimate Proposals Will Be Evaluated On Price Related Factors, And Application Implementation Development Experience. 52.212-3 Offeror Representations And Certifications Commercial Items, 52.212-4 Contract Terms And Conditions Commercial Items, 52.212-5 (DEV) Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (Deviation), 52.217-9 Option To Extend The Term Of The Contract, 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21 Prohibition Of Segregated Facilities, 52.222-22 Previous Contracts And Compliance Reports Are Hereby Incorporated By Reference, 52.222-25 Affirmative Action Compliance, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action For Disabled Veterans and Veterans Of Vietnam Era, 52.222-36 Affirmative Action For Workers With Disabilities, 52.222-37 Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era, 52.228-5 Insurance Work On A Government Installation, 52.232-33 Payment By Electronic Funds Transfer Central Contractor Registration, 52.247-34 FOB Destination, 52.252-1 Solicitation Provisions Incorporated By Reference, 52.252-2 Clauses Incorporated By Reference, 52.252-6 Authorized Deviation In Clauses, 252.204-7004 Alt A Required Central Contractor Registration (52.204-7) Alternate A, 252.212-7001 (Dev) Contract Terms And Conditions Required To Implement Statues Or Executives Orders Applicable To Defense Acquisitions Of Commercial Items (Deviation), 252.225-7001 Buy American Act And Balance Of Payments Program, 252.232-7003 Electronic Submission Of Payment, Requests, 252.243-7001 Pricing Of Contract Modifications, 52.253-1 Computer Generated Forms, 5352.201-9101 Ombudsman: AFSPC Ombudsmen, A7K, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, (719) 554-5250, fax (719) 554-5299, a7k.wf@afspc.af.mil, 5352.242-9000 Contractor access to air force installations. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/ . To be eligible for contract award or payment from any DoD activity, offerors must be registered in the DoD Central Contractor Registration (CCR) at http://www.ccr.gov/ and Wide Area Work Flow at https://wawf.eb.mil/. Contractors must also submit their representations and certifications at the online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/. The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent solicitation notice. Questions need to be submitted in writing by 6 September 2007 to Mr. David Soule at david.soule@buckley.af.mil. Answers will be posted by 7 September 2007 by 5pm MDT. All proposals must be sent to David Soule (720) 847-9882, at david.soule@buckley.af.mil , or fax (720) 847-9228; 460 CONS/LGCA, attn: David Soule, 510 S. Aspen St (MS 92), Buckley AFB CO 80011-9551. PROPOSALS ARE DUE NO LATER THAN CLOSE OF BUSINESS 10 SEPTEMBER 2007 5pm (MDT). Description of requirements: BASE ENGINEERING PLANNING TOOL This is a combined synopsis/solicitation for the following item: 1. GENERAL The work done under this contract consists of furnishing all services, labor, equipment, materials and transportation necessary to develop Base Engineering Planning Tool (BEPT) web service for Buckley AFB. This project will allow the Buckley AFB base planners and other content experts to edit textual content, images, and URL links to other planning documents, other web sites, and GeoBase map services. 2. SCOPE The contractor shall develop and deploy a BEPT web service that includes the following major activities: 2.1 The conversion of the BEPT into a dynamic, electronic, web-based product with links to the Buckley AFB GeoBase Common Installation Picture (CIP) ArcGIS Server and/or ArcIMS map services. Linkages to the USAF ACES Project Manager (PM) and Real Property (RP) data. This will include access to reports generated from ACES RP and ACES PM. ACES data can be viewed from either a tabular format or through the GeoBase map service interface. Local copy of the ACES Oracle data will be in Oracle materialized view. 2.2 Deployment and training of a web-based Content Management System (CMS), which will provide base planners and other content experts with the ability to edit textual content, images, URL links to other planning documents, other web sites, and GeoBase map services. The CMS includes software security services that provide authorized users with proper privileges with the ability to edit web site content through the CMS. 2.3 Implement the CES web site with links to information from all squadron flights. The content of the web site will be limited to the engineering planning section which includes the conversion of the existing EPIC application content into CMS, to include text, imagery, and links to documentation, GeoBase web services and other web resources. Placeholder web pages will be created for all other CES flights. 2.4 Training and follow-on support. 3. SPECIFICATION Tasks performed by the contractor shall include but not be limited to: project management, application preparation, application implementation, integration of web services to GeoBase and follow-on support. All new developments in applications, code, documentation, and diagrams shall become the sole property of the AF. 3.1 CONTRACTOR TASK: 3.1.1 Task 1 Data Gathering Interview base staff to introduce work to be performed, collects GeoBase software/hardware configuration information, and determine base staff roles and responsibilities and ACES-PM access capability. Collect the planning documentation and base GIS data for inclusion into the WBEPT. Present the deployment and training schedule. 3.1.2 Task 2 Application Preparation Create and populate the BEPT for Buckley AFB. Create ACES-PM and ACES-RP connectivity capability. Create GeoBase map service (ArcIMS or ArcGIS Server web services) interactive map. Create master ?builds? for Buckley AFB to be used for application implementation. 3.1.3 Task 3 Application Implementation Implementation of both solutions is anticipated to occur in three (3) phases. The first will be a beta delivery that will be reviewed by the Buckley AFB staff. It will include screen shots of the navigation, functionality, content, workflow and security requirements of the CES web site The second will be an alpha version of the applications to be installed onsite at BAFB for review by key CES personnel. The final delivery will be based upon comments received on the beta version and training for both administrators and users. 3.1.4 Task 4 Follow-On Support The contractor shall provide an on-call support four hours per month, for up to three months after final deployment to troubleshoot any issues that arise from any system pertaining to this SOW. On-call services may include: process mapping/requirements gathering/system design and implementation support, hardware and network support, technical consultation/discussions, and geospatial data support. 3.1.5 Task 5 Software Documentation The contractor shall provide application software documentation(s) as needed to allow Buckley AFB GIS/IT staff to fully reinstall and operate the application. 4. GOVERNMENT PROVIDED MATERIALS AND ACCESS 4.1 The base will provide the following to support the performance of this SOW: Load new geodatabase system software (IIS v.5 or latest, ArcIMS v9.2, ArcGIS Server 9.2) on web server. 4.2 Provide access to the web servers and key personnel for deployment of the web-based CMS, associated BEPT web site. 4.3 Provide access to the web servers and key personnel for deployment of the GeoBase map services, ACES reporting capabilities. 4.4 Provide a workspace, if required. 4.5 Coordinate communication between all parties supporting this effort. 4.6 Supply legacy information concerning systems information. 4.7 Collaborate with installation Communications Squadron, Certifying Authority (CA), and Designation Signatory Authority (DAA) to ensure the deployed BEPT code and all to-be-installed products fit into the current AFSPC GeoBase Software Security Authorization Agreement (SSAA). 4.8 Provide appropriate staff administrator rights for immediate access to the network. 4.9 Provide timely and accurate approvals for the use of all software. 4.10 Load any necessary ArcGIS geodatabase geospatial data once the systems have been deployed. 4.11 Ensure this engineering flight staff POC has a legitimate read-only (RO) login to the ACES-PM and ACES-RP databases at Gunter AFB, specific for Buckley AFB. 4.12 Ensure critical Buckley AFB staff will be available to the project team for meetings, workshops, prototype development and review, and application installation and training. 4.13 Provide a single point-of-contact to work once the project is underway. 4.14 Ensure that all data residing on the Buckley AFB CES server(s) and appropriate backup technology and media will be available to support this SOW. 4.15 Conduct acceptance testing immediately by Buckley AFB GIS/IT facilities staff following the upgrade(s). Any problems will be noted while the contractor is on-site. Any problems noted later will be addressed as part of the ?On?Call Services? task. 4.16 Provide any required network connections from the Buckley AFB server location to the workstation installation. 4.17 Provide access to key personnel with access to all hardware and software required. 4.18 Coordinate communication between all parties supporting this effort. 4.19 Provide appropriate administrator rights for immediate access to the network. 4.20 Provide timely and accurate approvals for the use of all software. 4.21 Copies of existing electronic general plans, facility excellence plan, area development plan, etc. 5. REPORTS AND DELIVERIES 5.1 Presentations and Site Visits: All scheduled activities and review meetings will be held at Buckley AFB,CO in the offices of the 460 Civil Engineer Squadron organization, Building 1005. 5.2 Kickoff Session: The contractor shall give a presentation at the base to familiarize key personnel with the scope of the effort, the type of information and other cooperation required at the base, and the schedule for the project. The conference will occur within 14 days from Notice to Proceed. 5.3 Data Gathering: Following startup of work, the contractor?s team shall conduct data-gathering visits to the base. The schedule of visits shall be worked out with base personnel. Interview CES staff to introduce work to be performed, collect GeoBase software/hardware configuration information, and determine staff roles and responsibilities and ACES RP and PM access capabilities. 5.4 Application Implementation: Contractor shall provide three implementation deliveries. First (Beta) application delivery will be reviewed by Buckley CES flight staff. Second (Alpha) application delivery will be installed onsite to be reviewed by key CES flight personnel. Third (Final) application delivery, will be installed onsite to be reviewed by GeoBase staff personnel. 5.5 Pre-Final/Final Deliveries: Contractor shall install and test the final approved application. Once the application is fully functioning, the contractor shall provide training to both administrator and users. Contractor shall provide additional telephone support (four hours per month, for up to three months) after final deployment. 6. DELIVERY SCHEDULE FOR REVIEW AND TEST: The contractor shall submit all deliverables to the project manager. All correspondence shall clearly show all offices who receive a copy of the correspondence. Milestone Calendar Days From NTP Notice to Proceed 1 Kickoff Session 15 (14 days) Data Gathering 29 (14 days) Application Implementation, Beta 43 (14 days) Application Implementation, Alpha 57 (14 days) Pre-final Application Implementation 78 (21 days) Final Delivery, Documentation and Training 100 (22 days) 100 days total 7. CONTRACTING OFFICER REPRESENTATIVE MONITOR: Official guidance and instruction that pertains to either the interpretation of this contract or the performance of the work described herein will be provided solely by the Air Force Center for Environmental Excellence?s Contracting Officer, the Contracting Officer?s Authorized Representative, or the assigned Project Planner. No other military or civilian personnel are authorized to provide guidance related to contract scope, schedule, or interpretation.
 
Place of Performance
Address: 510 S Aspen St (MS92), Buckley AFB, Colorado
Zip Code: 80011-9551
Country: UNITED STATES
 
Record
SN01394144-W 20070906/070904221224 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.