SOLICITATION NOTICE
R -- Purchase of Engineering Services to Upgrade a Lab Simulator
- Notice Date
- 6/27/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
- ZIP Code
- 23703-2199
- Solicitation Number
- HSCG44-12-Q-PC8321
- Archive Date
- 7/20/2012
- Point of Contact
- James A Lassiter, Phone: (757)686-2149
- E-Mail Address
-
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplement with additional information in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request For Quote number RFQ HSCG44-12-Q-PC8321. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-58. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 541330. The SBA size standard is $14.0 Mil. Due to this Acquisition being considered to be a Sole Source Procurement it is not anticipated that the Contracting Officer will receive 2 or more Offers from qualified Small Business Concerns; therefore IAW FAR 19.502-2(a), This IS NOT A Small Business Set-A-Side. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, VA. 23703, intends to purchase on a non-competitive basis by awarding a Firm Fixed Purchase Order Contract to: GLOBALSIM INC.. for the purchase of Engineering Services. These Engineering Services are to be provided by the OEM of the Equipment, GLOBALISM INC. for the USCG on the WLB/WLM Lab Simulator. See Justification for Other Than Full and Open Competition (JOTFOC) below. This RFQ is for the purchase of Engineering Support Services to be provided IAW the Statement of Work below. See Schedule B below: The proposed contract action resulting from this synopsis/solicitation for commercial services is the Government's intention to solicit and negotiate with only one source under the authority of FAR 6.302.1 and 13.106-1(b). Any Contractor that feels that they can provide the Exact Services and is an Authorized Engineering Service Provider of GLOBALSIM Equipment is encouraged to respond to this RFQ as it is listed. Interested persons/parties may indentify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, ALL proposals received within 5 days after date of publication of this synopsis/solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract 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 determining whether to conduct a competitive procurement, and for informational purposes. The Contractor for this proposed Sole Source Contract is: GLOBALSIM INC. Cage Code 1SB73. A current CCR Data Search and EPLS Data Search were conducted on this Contractor by the Contracting Officer. This Contractor is current/active in CCR and does not appear on the EPLS List. Data Search date: Jun/26/2012. This is a Sole Source Procurement. See attached JOTFOC Document below. The government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for this Service. Request for drawings/specs will be disregarded. Substitute proposed Service Providers will NOT be considered for Award. Any Contractors that are authorized Distributors of Globalsim Inc. Services are encouraged to provide a Firm Fixed Price Quotation IRT this Fed-Biz-Ops Solicitation. The government intends to award a contract resulting from this solicitation to the responsible bidder's quote conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. Unless otherwise stated all Services will be provided at the USCG C3CEN, 4000 Coast Guard Blvd., Portsmouth, VA 23703. FIRM FIXED Price Quotes may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Company DUNS, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is July/05/2012@7:00AM EST. Email quotes to the POC James A. Lassiter, Contracting Officer, james.a.lassiter@uscg.mil. *PLEASE NOTE* Any interested offerors that feels that they can provide these Services as listed may provide a Firm Fixed Prices Cost Quotation and Delivery Information IRT to this Fed Biz Ops posting by July/05/2012@7:00AM EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. FOB Destination is preferred by USCG/GOV. If proposing FOB Origin, provide Shipping cost as a separate line item. Required Start Date for this Service is: Sept/29/2012 Anticipated Award Date for the PO Contract is July/05/2012, this date is approximate and not exact. Schedule B: Line Item 1: 1 Job IAW Statement of Work attached below. Line Item 2: 1 Ea. of Travel associated with the Services of Line Item 1. NOTE: all Travel Expenses are to paid IAW the JFTR The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions -Commercial Items (FEB 2012) with the following addendas: The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder/offeror quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (MAY 2012), FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998), the full text of the Clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier FAR 52.204-7 Central Contractor Registration (CCR) (FEB 2012). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2010) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2010) (38 U.S.C. 4212), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O. 12722, 12724, 13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. Justification for Other Than Full and Open Competition Pursuant to the requirements of the Competition in Contracting Act (CICA) as implemented by FAR Subpart 6.3, HSAR 3006.3, HSAM 3006.3, CGAP 1206.3, and in accordance with (IAW) requirements of FAR 6.303-1, the justification for the use of the statutory authority under FAR Subpart 6.302-1 is justified by the following facts and rationale required under FAR 6.303-2 as follows: 1) Agency and Contracting Activity: The US Coast Guard, Command, Control and Communication Engineering Center (C3CEN), proposes to enter into a contract on a basis other than full and open competition. 2) Nature and/or description of the action being approved: The USCG intends to sole-source its requirement to GlobalSim due the specific program for a single piece of equipment. The programming of the 225'-Seagoing Buoy Tender (WLB) and 175'-Coastal Buoy Tender (WLM) Lab simulator will address missing National Marine Electronics Association (NMEA) Sentences normally found on a WLB or WLM cutter. 3) Description of Services: The proposed acquisition consists of the following: Task A Program Simulator for HDM, DBT, DPT, HDT, ROT, GGA, ZDA, and VTG NMEA Sentences in accordance with NMEA 0183 standard: $145,000.00 estimated Task B Travel Expenses: $7,000.00 estimated 4) Identification of the Statutory Authority Permitting Other Than Full and Open Competition: The statutory authority permitting other than full and open competition is 10 USC 2304(c)(1) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1(b)(1)(ii) entitled "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." 5) Demonstration That the Nature of the Acquisition Requires Use of the Authority Cited: The cost of having a third party develop and implement this update would be prohibitive, necessitating the need to have the OEM Original Equipment Manufacturer, GlobalSim perform the work. 6) Description of Efforts Made to Ensure Offers are Solicited From as Many Potential Sources as Practicable: Market research was conducted to determine if any other commercial vendor is a viable option. Due to the product specific nature of the WLB and WLM Simulator no other source was identified or could be deemed suitable for use. 7) Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: It is anticipated that the General Public would pay the same or more for this Simulator Upgrade. 8) Description of Market Research: Market research was conducted 07-11 May 2012 to determine if other commercial off-the-shelf simulation programs could be used to perform the required upgrade. Due to the product specific nature of the WLB and WLM Simulator no other source was identified or could be deemed suitable. 9) Any Other Facts Supporting the Use of Other Than Full and Open Competition: GlobalSim is the company that built the Original Simulator for the WLB and WLM Lab. Also, GlobalSim has already done one computer upgrade of the simulators in WLB and WLM Lab. 10) A Listing of the Sources, if Any, That Expressed, in Writing, An Interest in the Acquisition: No other interest has been expressed other than GlobalSim. 11) A Statement of the Actions, if Any, the Agency May Take to Remove or Overcome Any Barriers to Competition Before Any Subsequent Acquisition for Supplies or Services Required: There no actions that can be taken. 12) This justification is accurate and complete to the best of my knowledge and belief. The anticipated cost to the Government is determined to be fair and reasonable. James A. Lassiter, Date: Contracting Officer I certify this requirement meets the Government's minimum need and that the supporting data, which forms a basis for this justification, is complete and accurate to the best of my knowledge and belief. LTJG Eric G. Eng, Date: Technical Representative STATEMENT OF WORK START: SEP/29/2012 COMPLETE: NOV/09/2012 SHORT TITLE: USCG WLB and WLM Lab Upgrade 1. PLACE OF PERFORMANCE: Global SIM 12577 South 265 West Suite 3A Draper, Utah 84020 USCG C3CEN 225'-Seagoing Buoy Tender (WLB) and 175'-Coastal Buoy Tender (WLM) Lab 4000 Coast Guard Blvd Portsmouth, VA 23703 2. REFERENCES: a. Joint Federal Travel Regulations 3. STANDARDS: 3.1 The following standards form a part of this specification to the extent specified herein: a. Accessibility Requirements (Section 508) Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use electronic and information technology (EIT), they must ensure that it is accessible to people with disabilities. Federal employees and members of the public who have disabilities must have equal access to and use of information and data that is comparable to that enjoyed by non-disabled Federal employees and members of the public. b. All EIT deliverables within this work statement shall comply with the applicable technical and functional performance criteria of Section 508 unless exempt. Specifically, the following applicable EIT accessibility standards have been identified: 3.1.1 Section 508 Applicable EIT Accessibility Standards a. 36 CFR 1194.21 Software Applications and Operating Systems, applies to all EIT software applications and operating systems procured or developed under this work statement including but not limited to GOTS and COTS software. In addition, this standard is to be applied to Web-based applications when needed to fulfill the functional performance criteria. This standard also applies to some Web based applications as described within 36 CFR 1194.22. b. 36 CFR 1194.24 Video and Multimedia Products, applies to all video and multimedia products that are procured or developed under this work statement. Any video or multimedia presentation shall also comply with the software standards (1194.21) when the presentation is through the use of a Web or Software application interface having user controls available. c. 36 CFR 1194.25 Self Contained, Closed Products, applies to all EIT products such as printers, copiers, fax machines, kiosks, etc. that are procured or developed under this work statement. d. 36 CFR 1194.31 Functional Performance Criteria, applies to all EIT deliverables regardless of delivery method. All EIT deliverable shall use technical standards, regardless of technology, to fulfill the functional performance criteria. e. 36 CFR 1194.41 Information Documentation and Support, applies to all documents, reports, as well as help and support services. To ensure that documents and reports fulfill the required 1194.31 Functional Performance Criteria, they shall comply with the technical standard associated with Web-based Intranet and Internet Information and Applications at a minimum. In addition, any help or support provided in this work statement that offer telephone support, such as, but not limited to, a help desk shall have the ability to transmit and receive messages using TTY. 3.1.2 Section 508 Applicable Exceptions a. Exceptions for this work statement have been determined by DHS and only the exceptions described herein may be applied. Any request for additional exceptions shall be sent to the COTR and determination will be made in accordance with DHS MD 4010.2. DHS has identified the following exceptions that may apply: 36 CFR 1194.3(b) Incidental to Contract, all EIT that is exclusively owned and used by the contractor to fulfill this work statement does not require compliance with Section 508. This exception does not apply to any EIT deliverable, service or item that will be used by any Federal employee(s) or member(s) of the public. This exception only applies to those contractors assigned to fulfill the obligations of this work statement and for the purposes of this requirement, are not considered members of the public. b. DHS has reviewed this acquisition request and has determined that a Fundamental Alteration exception for the purposes of Section 508 applies and is thereby authorized. Fundamental Alteration Exception #USCG-20110322-003 has been attached and included in the contract file. 3.1.3 Section 508 Compliance Requirements a. 36 CFR 1194.2(b) (COTS/GOTS products), When procuring a product, each agency shall procure products which comply with the provisions in this part when such products are available in the commercial marketplace or when such products are developed in response to a Government solicitation. Agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. If products are commercially available that meet some but not all of the standards, the agency must procure the product that best meets the standards. When applying this standard, all procurements of EIT shall have documentation of market research that identify a list of products or services that first meet the agency business needs, and from that list of products or services, an analysis that the selected product met more of the accessibility requirements than the non-selected products as required by FAR 39.2. Any selection of a product or service that meets less accessibility standards due to a significant difficulty or expense shall only be permitted under an undue burden claim and requires authorization from the DHS Office of Accessible Systems and Technology (OAST) in accordance with DHS MD 4010.2. b. All tasks for testing of functional and/or technical requirements must include specific testing for Section 508 compliance, and must use DHS Office of Accessible Systems and Technology approved testing methods and tools. For information about approved testing methods and tools send an email to accessibility@dhs.gov. 3.2 DHS Enterprise Architecture Compliance: a. All solutions and services shall meet DHS / USCG Enterprise Architecture policies, standards, and procedures. Specifically, the contractor shall comply with the following Homeland Security Enterprise Architecture (HLS EA) requirements: i. All developed solutions and requirements shall be compliant with the HLS EA. ii. All IT hardware or software shall be compliant with the HLS EA Technical Reference Model (TRM) Standards and Products Profile. iii. Description information for all data assets, information exchanges and data standards, whether adopted or developed, shall be submitted to the DHS Enterprise Data Management Office (EDMO) for review and insertion into the DHS Data Reference Model and Enterprise Architecture Information Repository. iv. Development of data assets, information exchanges and data standards will comply with the DHS Data Management Policy MD 103-01 and all data-related artifacts will be developed and validated according to DHS data management architectural guidelines. v. Applicability of Internet Protocol Version 6 (IPv6) to DHS-related components (networks, infrastructure, and applications) specific to individual acquisitions shall be in accordance with the DHS Enterprise Architecture (per OMB Memorandum M-05-22, August 2, 2005) regardless of whether the acquisition is for modification, upgrade, or replacement. All EA-related component acquisitions shall be IPv6 compliant as defined in the U.S. Government Version 6 (USGv6) Profile National Institute of Standards and Technology (NIST) Special Publication 500-267) and the corresponding declarations of conformance defined in the USGv6 Test Program. b. The contractor will not retain any rights to information, GFE, CFE, or other necessary to complete this SOW. This includes, but is not limited to unused hardware, software, any warranties, diagrams, configuration settings, etc. 4. SECURITY REQUIREMENTS: All hardware, software, and services provided under this task order must be compliant with DHS 4300A DHS Sensitive System Policy and the DHS 4300A Sensitive Systems Handbook and DHS 4300B for Classified Systems access if applicable. Access to Unclassified Facilities, Information Technology Resources, and Sensitive Information The assurance of the security of unclassified facilities, Information Technology (IT) resources, and sensitive information during the acquisition process and contract performance are essential to the DHS mission. DHS Management Directive (MD) 11042.1 Safeguarding Sensitive But Unclassified (For Official Use Only) Information, describes how contractors must handle sensitive but unclassified information. DHS MD 4300.1 Information Technology Systems Security and the DHS Sensitive Systems Handbook prescribe policies and procedures on security for IT resources. Contractors shall comply with these policies and procedures, any replacement publications, or any other current or future DHS policies and procedures covering contractors specifically for all Task Orders that require access to DHS facilities, IT resources or sensitive information. Contractors shall not use or redistribute any DHS information processed, stored, or transmitted by the contractor except as specified in the task order. HSAR 3052.204-70 Security Requirements for Unclassified Information Technology Resources Clause (JUN 2006) (a) The Contractor shall be responsible for Information Technology (IT) security for all systems connected to a DHS network or operated by the Contractor for DHS, regardless of location. This clause applies to all or any part of the contract that includes information technology resources or services for which the Contractor must have physical or electronic access to sensitive information contained in DHS unclassified systems that directly support the agency's mission. (b) The Contractor shall provide, implement, and maintain an IT Security Plan. This plan shall describe the processes and procedures that will be followed to ensure appropriate security of IT resources that are developed, processed, or used under this contract. (b.1) Within 30 days after contract award, the contractor shall submit for approval its IT Security Plan, which shall be consistent with and further detail the approach contained in the offeror's proposal. The plan, as approved by the Contracting Officer, shall be incorporated into the contract as a compliance document. (b.2) The Contractor's IT Security Plan shall comply with Federal laws that include, but are not limited to, the Computer Security Act of 1987 (40 U.S.C. 1441 et seq.); the Government Information Security Reform Act of 2000; and the Federal Information Security Management Act of 2002; and with Federal policies and procedures that include, but are not limited to, OMB Circular A-130. (b.3) The security plan shall specifically include instructions regarding handling and protecting sensitive information at the Contractor's site (including any information stored, processed, or transmitted using the Contractor's computer systems), and the secure management, operation, maintenance, programming, and system administration of computer systems, networks, and telecommunications systems. (c) Examples of tasks that require security provisions include-- (c.1) Acquisition, transmission or analysis of data owned by DHS with significant replacement cost should the contractor's copy be corrupted; and (c.2) Access to DHS networks or computers at a level beyond that granted the general public (e.g., such as bypassing a firewall). (d) At the expiration of the contract, the contractor shall return all sensitive DHS information and IT resources provided to the contractor during the contract, and certify that all non-public DHS information has been purged from any contractor-owned system. Components shall conduct reviews to ensure that the security requirements in the contract are implemented and enforced. (e) Within 6 months after contract award, the contractor shall submit written proof of IT Security accreditation to DHS for approval by the DHS Contracting Officer. Accreditation will proceed according to the criteria of the DHS Sensitive System Policy Publication, 4300A (Version 5.5, September 30, 2007) or any replacement publication, which the Contracting Officer will provide upon request. This accreditation will include a final security plan, risk assessment, security test and evaluation, and disaster recovery plan/continuity of operations plan. This accreditation, when accepted by the Contracting Officer, shall be incorporated into the contract as a compliance document. The contractor shall comply with the approved accreditation documentation. HSAR 3052.204-71 Contractor Employee Access Clause (2006) (a) Sensitive Information, as used in this Chapter, means any information, the loss, misuse, disclosure, or unauthorized access to or modification of which could adversely affect the national or homeland security interest, or the conduct of Federal programs, or the privacy to which individuals are entitled under section 552a of title 5, United States Code (the Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense, homeland security or foreign policy. This definition includes the following categories of information: 41 ITAR Quick Essentials Guide 2011 v2.0 (a.1) Protected Critical Infrastructure Information (PCII) as set out in the Critical Infrastructure Information Act of 2002 (Title II, Subtitle B, of the Homeland Security Act, Public Law 107-296, 196 Stat. 2135), as amended, the implementing regulations thereto (Title 6, Code of Federal Regulations, Part 29) as amended, the applicable PCII Procedures Manual, as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the PCII Program Manager or his/her designee); (a.2) Sensitive Security Information (SSI), as defined in Title 49, Code of Federal Regulations, Part 1520, as amended, "Policies and Procedures of Safeguarding and Control of SSI," as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the Assistant Secretary for the Transportation Security Administration or his/her designee); (a.3) Information designated as "For Official Use Only," which is unclassified information of a sensitive nature and the unauthorized disclosure of which could adversely impact a person's privacy or welfare, the conduct of Federal programs, or other programs or operations essential to the national or homeland security interest; and, (a.4) Any information that is designated "sensitive" or subject to other controls, safeguards or protections in accordance with subsequently adopted homeland security information handling procedures. (b) "Information Technology Resources" include, but are not limited to, computer equipment, networking equipment, telecommunications equipment, cabling, network drives, computer drives, network software, computer software, software programs, intranet sites, and internet sites. (c) Contractor employees working on this contract must complete such forms as may be necessary for security or other reasons, including the conduct of background investigations to determine suitability. Completed forms shall be submitted as directed by the Contracting Officer. Upon the Contracting Officer's request, the Contractor's employees shall be fingerprinted, or subject to other investigations as required. All contractor employees requiring recurring access to Government facilities or access to sensitive information or IT resources are required to have a favorably adjudicated background investigation prior to commencing work on this contract unless this requirement is waived under Departmental procedures. (d) The Contracting Officer may require the contractor to prohibit individuals from working on the contract if the government deems their initial or continued employment contrary to the public interest for any reason, including, but not limited to, carelessness, insubordination, incompetence, or security concerns. (e) Work under this contract may involve access to sensitive information. Therefore, the Contractor shall not disclose, orally or in writing, any sensitive information to any person unless authorized in writing by the Contracting Officer. For those contractor employees authorized access to sensitive information, the contractor shall ensure that these persons receive training concerning the protection and disclosure of sensitive information both during and after contract performance. (f) The Contractor shall include the substance of this clause in all subcontracts at any tier where the subcontractor may have access to Government facilities, sensitive information, or resources. When the contract will require contractor employees to have access to Information Technology (IT) resources, add the following paragraphs: (g) Before receiving access to IT resources under this contract the individual must receive a security briefing, which the Contracting Officer's Technical Representative (COTR) will arrange, and complete any nondisclosure agreement furnished by DHS. (h) The contractor shall have access only to those areas of DHS information technology resources explicitly stated in this contract or approved by the COTR in writing as necessary for performance of the work under this contract. Any attempts by contractor personnel to gain access to any information technology resources not expressly authorized by the statement of work, other terms and conditions in this contract, or as approved in writing by the COTR, is strictly prohibited. In the event of violation of this provision, DHS will take appropriate actions with regard to the contract and the individual(s) involved. (i) Contractor access to DHS networks from a remote location is a temporary privilege for mutual convenience while the contractor performs business for the DHS Component. It is not a right, a guarantee of access, a condition of the contract, or Government Furnished Equipment (GFE). (j) Contractor access will be terminated for unauthorized use. The contractor agrees to hold and save DHS harmless from any unauthorized use and agrees not to request additional time or money under the contract for any delays resulting from unauthorized use or access. (k) Non-U.S. citizens shall not be authorized to access or assist in the development, operation, management or maintenance of Department IT systems under the contract, unless a waiver has been granted by the Head of the Component or designee, with the concurrence of both the Departments Chief Security Officer (CSO) and the Chief Information Officer (CIO) or their designees. Within DHS Headquarters, the waiver may be granted only with the approval of both the CSO and the CIO or their designees. In order for a waiver to be granted: (k.1) The individual must be a legal permanent resident of the U.S. or a citizen of Ireland, Israel, the Republic of the Philippines, or any nation on the Allied Nations List maintained by the Department of State; (k.2) There must be a compelling reason for using this individual as opposed to a U.S. citizen; and (k.3) The waiver must be in the best interest of the Government. (l) Contractors shall identify in their proposals the names and citizenship of all non-U.S. citizens proposed to work under the contract. Any additions or deletions of non-U.S. citizens after contract award shall also be reported to the contracting officer.. 5. PURCHASE ORDER MANAGEMENT DESIGNATION: a. The Program point of contact (POC) for this purchase order is LTJG Eric Eng, C3CEN, who can be reached at (757) 686-2124. b. The Contractual POC for this purchase order is Mr. James A Lassiter, C3CEN, who can be reached at (757) 686-2149. 6. DESCRIPTION OF WORK: 6.1 Scope: GlobalSim Inc. is to Upgrade, the WLB and WLM Lab and that will make the Simulator be able to simulate Shallow Water Sensor, Flux Gate Compass and the Trimble Differential Global Positioning System (DGPS) in addition to previously supported sensors. Additionally, the WLB Lab will have the added capability to simulate a Deep Water Sensor. Each additional sensor will be able to be controlled from the instructor station. The simulator Upgrade Project is two weeks in length. 6.1.1 Task: Delivery of the simulator update will include, but not limited to, the following: § Provide all additional National Marine Electronics Association (NMEA) Sentences in accordance with NMEA 0183 standard with the ability to set fault conditions at the instructor station and a hardware output port for each NMEA Sentence. § Provide HCHDM NEMA Sentence for the WLB and WLM Lab's Flux Gate Compass. § Provide SDDBT and SDDPT NEMA Sentence for the WLB and WLM Lab's Shallow Water Sensor. § Provide GPHDT, GPROT, GPGGA, GPZDA, and GPVTG NEMA Sentence for the WLB and WLM Lab's Trimble DGPS Receiver. § Provide SDDBT and SDDPT NEMA Sentence for the WLB Lab's Deep Water Sensor. 7. GOVERNMENT-FURISHED PROPERTY (GFP): The Government/USCG will provide an operational WLB and WLM Simulator. The WLB and WLM Simulator will be in the condition as it was installed. 8. TRAVEL AND SUBSISTENCE/PER DIEM REQUIREMENTS: a. Travel and subsistence/Per Diem are authorized and will be reimbursed in accordance with reference (a). b. Anticipated travel and subsistence/Per Diem will be from contractor's facility to C3CEN and return to contractor's facility. 9. DATA DELIVERABLES: The Government/USCG requires that the Contractor will provide Technical Documentation of the new NMEA Sentences and ports. In addition, the Government/USCG requires corrected instruction manuals for the operation of the simulator reflecting the addition of the new NMEA Sentences. The Documentation and Instructions will be in Electronic Format. 10. OTHER CONDITIONS/REQUIREMENTS: 10.1 Place and Hours of Performance: 10.1.1 ON-SITE a. The upgrade will be held on site at C3CEN. (On-Site POC: LTJG Eric Eng (757-686-2124) (Eric.G.Eng@uscg.mil) b. Secondary POC is Eric Pearson (757-295-2303) (Eric.W.Pearson@uscg.mil) c. Work hours will be 0800-1600. There will be an hour scheduled lunch break. 10.1.2 OFF-SITE a. Programming for the additional NEMA Sentences will be done off-site at Global SIM's facility. 10.2 Quality Assurance Provisions: 10.2.1 Compliance: The Contractor shall ensure that delivered tasks meet all standards and guidelines provided in this contract and in applicable regulations and directives. 10.2.2 Acceptance: a. Upon completion of the system installation, the Government representatives will perform a System Operational and Verification Test (SOVT). This SOVT shall be a test of the following: Inspection of the equipment installation, cabling connections, hardware and software operability, and communications between Main Propulsion Central Monitoring System (MPCMS), Electronic Charting Display and Information System (ECDIS), Dynamic Positioning System (DPS), and all navigational sensors. b. The Contractor shall correct any discrepancies discovered during the SOVT that are due to the Contractor's work, within one (1) day of discovery. Once the SOVT has been completed, and any and all discrepancies have been identified and corrected, the Contractor will ensure that the "Statement of Acceptance" page is signed. An electronic copy of the entire SOVT shall be provided to the COTR/ACOTR. c. Training the simulator operators on the new NMEA Sentences will NOT be required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PC8321/listing.html)
- Record
- SN02788591-W 20120629/120628000418-f79cffaa03ddbf84a3fc6dc14ff3cf50 (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 |