SOLICITATION NOTICE
D -- of Information Management support services for mission and Automation support in accordance with the Performance Work Statement
- Notice Date
- 9/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- W91A2K2160AA03
- Response Due
- 9/20/2012
- Archive Date
- 11/19/2012
- Point of Contact
- Jennifer DeCoster, 586-282-7176
- E-Mail Address
-
ACC - Warren (ACC-WRN)(DTA)
(jennifer.decoster@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Combined Synopsis and Solicitation W91A2K2160AA03 INFORMATION MANAGEMENT MISSION & AUTOMATION SERVICES I.INTRODUCTION A.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. US Army Contracting Command-Warren proposes to award a sole source firm fixed price commercial contract to NDIV Incorporated, 2 Shady Ln, North Attleboro, MA, for the purchase of Information Management support services for mission and Automation support in accordance with the Performance Work Statement. To best of the Government's knowledge, there are not any other firms that can satisfy this requirement as described. B.Award of this contract will be in accordance with Federal Acquisition Regulations (FAR) Part 12, Acquisition of Commercial Items. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS, however interested firms may submit a capability statement in response to the above requirement to Jennifer DeCoster Contract Specialist, Email: jennifer.j.decoster.civ@mail.mil. A determination by the Government not to open competition based on responses to this notice is solely within the discretion of the Government. Responses must be received by 3:00 PM EST 20 September 2012. C.The combined synopsis and Request for Quotation (RFQ) number is: W91A2K2160AA03 D.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58, effective 18 May 2012. E.The NAICS code applicable to this acquisition is 541513 with a size standard of $25.0 (in millions). F.Basis for award will be the best value to the Government. The base period of performance is for twelve (12) months or until funding is exhausted. II.GENERAL A.The United States Army in Warren, Michigan has a requirement for the following: Heraldry & Medals Support DA 3078 Automation CMR Period of performance shall be for 1 year, (12 consecutive months), as follows: 26 September 2012-25 September 2013 B. Delivery and Acceptance: Delivery and Acceptance will be FOB destination. U.S Army Natick Soldier Systems Center 15 Kansas Street Natick MA 01760 C.This acquisition is unrated under the Defense Priorities and Allocations System (DPAS). D.Submittal Instructions: Army Contracting Command-Warren reserves the right to seek clarification on any aspect of your quotation. E.Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required in the Central Contractor Registry (CCR) database prior to receiving an award of contract. Refer to the System for Award Management website https://www.sam.gov/portal/public/SAM for complete registration information. F.Questions are requested via email, addressed to Jennifer DeCoster at Jennifer.j.decoster.civ@mail.mil III.SOLICITATION PROVISIONS AND CONTRACT CLAUSES The following clauses from the Federal Acquisition Regulation (FAR) apply to this synopsis/solicitation: Complete text of FAR and DFARS provisions and clauses can be accessed at: Federal Acquisition Regulation (FAR): http://farsite.hill.af.mil/vffar1.htm Department of Defense FAR Supplement (DFARS): http://farsite.hill.af.mil/VFDFAR1.HTM The listed provision require contractors to fill-in the necessary information applicable to this solicitation and be included with quote: 52.212-3 52.204-10 Reporting Executive Compensation and First-Tier Subcontract 52.209-6 Protecting the Government's Interest when Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-8 Updates of Information Regarding Responsibility Matters 52.204-7, CCR Registration 52.212-1, Instructions to Offerors -- Commercial Items 52.212-2, Evaluation - Commercial Items 52.212-3, Offeror Representations and Certifications -- Commercial Items 52.212-4, Contract Terms and Conditions -- Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. (Items (a): 1, 2, 3 (b) 19, 20, 21, 22, 24, 31, 39) 52.214-34, Submission of Offers in the English Language 52.217-5, Evaluation of Options 52.217-9, Option to Extend the Term of the Contract 52.219-1, Small Business Program Representations - ALTERNATE I 52.225-13 Restrictions on Certain Foreign Purchases 52.229-3, Federal, State and Local Taxes 52.232-1, Payments 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-2, Service of Protest 52.233-3, Protest After Award 52.233-1, Disputes 52.233-4 Applicable law for Breach of Contract Claim 52.242-15 Stop Work Order 52.243-1 Changes Fixed Price 52.247-34, F.O.B. - Destination 52.249-2, Termination for Convenience of the Government (Fixed-Price). The following clauses from the Defense Federal Acquisition Regulation (DFAR) apply to this synopsis/solicitation: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive 252.211-7003, Item Identification and Valuation - ALTERNATE I 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.237-7007 Termination for Default. 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7000 Disclosure of Information 252.204-7002 Payment For Subline Items Not Separately Priced 252.204-7003 Control Of Government Personnel Work Product 252.225-7001 Buy American Act And Balance Of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.232-7010 Levies on Contract Payments 252.246-7000 Material Inspection And Receiving Report Additional TACOM Contracting Center-Warren clauses: 52.213-4010 (TACOM) ADDITIONAL GENERAL CLAUSES (FEB 1997) The following three FAR clauses apply to this purchase order, in addition to the other clauses contained in, or cited in, the document: 1. CHANGES-FIXED-PRICE (AUGUST 1987) 52.243-1 (a) The Contracting Officer may at any time, by written order, and without notice to the sureties, if any, make changes within the general scope of this contract in any one or more of the following: (1) Drawings, designs, or specifications when the supplies to be furnished are to be specially manufactured for the Government in accordance with the drawings, designs, or specifications. (2) Method of shipment or packing. (3) Place of delivery. (b) If any such change causes an increase or decrease in the cost of, or the time required for, performance of any part of the work under this contract, whether or not changed by the order, the Contracting Officer shall make an equitable adjustment in the contract price, the delivery schedule, or both, and shall modify the contract. (c) The Contractor must assert its right to an adjustment under this clause within 30 days from the date of receipt of the written order. However, if the Contracting Officer decides that the facts justify it, the Contracting Officer may receive and act upon a proposal submitted before final payment of the contract. (d) If the Contractor's proposal includes the cost of property made, obsolete or excess by the change, the Contracting Officer shall have the right to prescribe the manner of the disposition of the property. (e) Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause shall excuse the Contractor from proceeding with the contract as changed. (End of Clause) 2. TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (APRIL 1984) 52.249-1 The Contracting Officer, by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the rights, duties, and obligations of the parties, including compensation to the Contractor, shall be in accordance with Part 49 of the Federal Acquisition Regulation in effect on the date of this contract. (End of Clause) 3. DEFAULT--FIXED-PRICE SUPPLY AND SERVICE (Apr 1984) 52.249-8 The Contracting Officer, by written notice, may terminate this contract, in whole or in part, for failure of the Contractor to perform any of the provisions hereof. See referenced FAR cite for full provision. (End of Clause) 52.223-4001 (TACOM) Identification of Contractor Employees(OCT 2000) All contractor employees shall be identified as such by wearing badges at all times while performing work at this Government facility and when performing work for the Government under the scope of this contract at other installations or non-government sites to include attendance at meetings, seminars, etc. The badges may be either affixed to clothing or be displayed from a chain or other mechanism worn around the neck. Badges must include contractor's company name and employee's name. No other items may be placed on the badge. 52.232-4000, Contracting Officer's Authority (APR 2006) The Contracting Officer is the only person authorized to approve additions or changes in any of the requirements under any contract, resulting from this solicitation, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event that the contractor effects any change at the direction of any person other than the Contracting Officer, such change shall be solely at the risk of the contractor. (See General Provision, entitled: "Notification of Changes," FAR 52.243-7 or paragraph (c) of FAR 52.212-4). 52.232-4007, Wide Area Work Flow (WAWF), Codes and Designated Acceptors (APR 2008) USE THE FOLLOWING CODES TO ROUTE YOUR INVOICES THROUGH WAWF: To be determined (TBD) The WAWF system will prompt for "additional e-mail submission" after clicking "Signature". The following additional e-mail submissions are required: Primary Acceptor Name: (TBD) Primary Acceptor e-mail: (TBD) Alternate Acceptor Name: (TBD) Alternate Acceptor e-mail: (TBD) WAWF Invoicing Procedures: Invoices will be submitted electronically through DFAS payment automated system Wide Area Work Flow (WAWF). Contractors, when requesting payment for your contract in WAWF, please submit as a "combo", not an invoice. In addition, when requesting payments, the contractor can notify the Acceptor by clicking SEND MORE E-MAIL NOTIFICATIONS and entering the Acceptor's e-mail address. Training is available at http://www.wawftraining.com/. The paying office DoDAAC and mailing address is located on the first page of the award. To track the status of your invoice, click on the link, "Pay status" (myInvoice-External link) at the bottom of the left-hand menu. TACOM-Warren uses WAWF-RA (Receipt and Acceptance) to electronically process vendor requests for payment. (See DFARS clause 252.232-7003, entitled "Electronic Submission of Payment Requests and Receiving Reports"). Under WAWF-RA, vendors electronically submit (and track) invoices, and receipt/acceptance documents/reports. Submission of hard copy DD250/invoices is no longer acceptable for payment purposes. The contractor shall register to use WAWF-RA at https://wawf.eb.mil There is no charge to use WAWF. Direct any questions relating to system setup and vendor training to the Help Desk at Ogden, UT at 1-866-618-5988. Web-based training for WAWF is also available at http://www.wawftraining.com/ To obtain payment, WAWF requires the contractor to input/indicate the various DoDAAC (Department of Defense Activity Address Code) codes that apply to the acquisition. These codes can be found on the cover page of contracts/orders as described below. Also, contractors must ensure to include the purchase request number in the line item description. This number can be found under the line item description on the order/contract. (Type of Invoice: If this contract calls for contractor submission of a Material Inspection and Receiving report by virtue of the inclusion of the clause at DFARS 252.246-7000, "Material Inspection and Receiving Report", use a "combo" Invoice and Receiving Report. If this DFARS clause is NOT in the contract, use a "two-in-one" invoice as described in WAWF.) If your paying office is Columbus, direct any payment-related questions to the Defense Finance Accounting Services (DFAS) Columbus at 1-888-756-4571. Please have your order number and invoice ready when calling about payment status. If your paying office is other than Columbus, contact your contract administrator for the customer service phone/fax numbers. 52.239-4002, (TACOM) SECTION 508 CONFORMANCE(APR 2010) Under Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), federal agencies must give disabled employees and members of the public access to electronic information that is comparable to the access available to others. Section 508 requires that federal agencies' electronic and information technology (EIT) be accessible to people with disabilities. All EIT products and services purchased under this contract must conform to the Section 508 law by meeting all applicable accessibility standards. The applicable accessibility standards are indicated in the Statement of Work and/or CLINs. See below for the list of accessibility standards. Only the standards referenced in the Statement of Work and/or CLINs apply to this contract. Section 508 Accessibility Standards 1194.21 Software applications and operating systems. (a) When software is designed to run on a system that has a keyboard, product functions shall be executable from a keyboard where the function itself or the result of performing a function can be discerned textually. (b) Applications shall not disrupt or disable activated features of other products that are identified as accessibility features, where those features are developed and documented according to industry standards. Applications also shall not disrupt or disable activated features of any operating system that are identified as accessibility features where the application programming interface for those accessibility features has been documented by the manufacturer of the operating system and is available to the product developer. (c) A well-defined on-screen indication of the current focus shall be provided that moves among interactive interface elements as the input focus changes. The focus shall be programmatically exposed so that assistive technology can track focus and focus changes. (d) Sufficient information about a user interface element including the identity, operation and state of the element shall be available to assistive technology. When an image represents a program element, the information conveyed by the image must also be available in text. (e) When bitmap images are used to identify controls, status indicators, or other programmatic elements, the meaning assigned to those images shall be consistent throughout an application's performance. (f) Textual information shall be provided through operating system functions for displaying text. The minimum information that shall be made available is text content, text input caret location, and text attributes. (g) Applications shall not override user selected contrast and color selections and other individual display attributes. (h) When animation is displayed, the information shall be displayable in at least one non-animated presentation mode at the option of the user. (i) Color coding shall not be used as the only means of conveying information, indicating an action, prompting a response, or distinguishing a visual element. (j) When a product permits a user to adjust color and contrast settings, a variety of color selections capable of producing a range of contrast levels shall be provided. (k) Software shall not use flashing or blinking text, objects, or other elements having a flash or blink frequency greater than 2 Hz and lower than 55 Hz. (l) When electronic forms are used, the form shall allow people using assistive technology to access the information, field elements, and functionality required for completion and submission of the form, including all directions and cues. 1194.22 Web-based intranet and internet information and applications. (a) A text equivalent for every non-text element shall be provided (e.g., via "alt", "longdesc", or in element content). (b) Equivalent alternatives for any multimedia presentation shall be synchronized with the presentation. (c) Web pages shall be designed so that all information conveyed with color is also available without color, for example from context or markup. (d) Documents shall be organized so they are readable without requiring an associated style sheet. (e) Redundant text links shall be provided for each active region of a server-side image map. (f) Client-side image maps shall be provided instead of server-side image maps except where the regions cannot be defined with an available geometric shape. (g) Row and column headers shall be identified for data tables. (h) Markup shall be used to associate data cells and header cells for data tables that have two or more logical levels of row or column headers. (i) Frames shall be titled with text that facilitates frame identification and navigation. (j) Pages shall be designed to avoid causing the screen to flicker with a frequency greater than 2 Hz and lower than 55 Hz. (k) A text-only page, with equivalent information or functionality, shall be provided to make a web site comply with the provisions of this part, when compliance cannot be accomplished in any other way. The content of the text-only page shall be updated whenever the primary page changes. (l) When pages utilize scripting languages to display content, or to create interface elements, the information provided by the script shall be identified with functional text that can be read by assistive technology. (m) When a web page requires that an applet, plug-in or other application be present on the client system to interpret page content, the page must provide a link to a plug-in or applet that complies with 1194.21(a) through (l). (n) When electronic forms are designed to be completed on-line, the form shall allow people using assistive technology to access the information, field elements, and functionality required for completion and submission of the form, including all directions and cues. (o) A method shall be provided that permits users to skip repetitive navigation links. (p) When a timed response is required, the user shall be alerted and given sufficient time to indicate more time is required. 1194.23 Telecommunications products. (a) Telecommunications products or systems which provide a function allowing voice communication and which do not themselves provide a TTY functionality shall provide a standard non-acoustic connection point for TTYs. Microphones shall be capable of being turned on and off to allow the user to intermix speech with TTY use. (b) Telecommunications products which include voice communication functionality shall support all commonly used cross-manufacturer non-proprietary standard TTY signal protocols. (c) Voice mail, auto-attendant, and interactive voice response telecommunications systems shall be usable by TTY users with their TTYs. (d) Voice mail, messaging, auto-attendant, and interactive voice response telecommunications systems that require a response from a user within a time interval, shall give an alert when the time interval is about to run out, and shall provide sufficient time for the user to indicate more time is required. (e) Where provided, caller identification and similar telecommunications functions shall also be available for users of TTYs, and for users who cannot see displays. (f) For transmitted voice signals, telecommunications products shall provide a gain adjustable up to a minimum of 20 dB. For incremental volume control, at least one intermediate step of 12 dB of gain shall be provided. (g) If the telecommunications product allows a user to adjust the receive volume, a function shall be provided to automatically reset the volume to the default level after every use. (h) Where a telecommunications product delivers output by an audio transducer which is normally held up to the ear, a means for effective magnetic wireless coupling to hearing technologies shall be provided. (i) Interference to hearing technologies (including hearing aids, cochlear implants, and assistive listening devices) shall be reduced to the lowest possible level that allows a user of hearing technologies to utilize the telecommunications product. (j) Products that transmit or conduct information or communication, shall pass through cross-manufacturer, non-proprietary, industry-standard codes, translation protocols, formats or other information necessary to provide the information or communication in a usable format. Technologies which use encoding, signal compression, format transformation, or similar techniques shall not remove information needed for access or shall restore it upon delivery. (k) Products which have mechanically operated controls or keys, shall comply with the following: (1) Controls and keys shall be tactilely discernible without activating the controls or keys. (2) Controls and keys shall be operable with one hand and shall not require tight grasping, pinching, or twisting of the wrist. The force required to activate controls and keys shall be 5 lbs. (22.2 N) maximum. (3) If key repeat is supported, the delay before repeat shall be adjustable to at least 2 seconds. Key repeat rate shall be adjustable to 2 seconds per character. (4) The status of all locking or toggle controls or keys shall be visually discernible, and discernible either through touch or sound. 1194.24 Video and multimedia products. (a) All analog television displays 13 inches and larger, and computer equipment that includes analog television receiver or display circuitry, shall be equipped with caption decoder circuitry which appropriately receives, decodes, and displays closed captions from broadcast, cable, videotape, and DVD signals. As soon as practicable, but not later than July 1, 2002, widescreen digital television (DTV) displays measuring at least 7.8 inches vertically, DTV sets with conventional displays measuring at least 13 inches vertically, and stand-alone DTV tuners, whether or not they are marketed with display screens, and computer equipment that includes DTV receiver or display circuitry, shall be equipped with caption decoder circuitry which appropriately receives, decodes, and displays closed captions from broadcast, cable, videotape, and DVD signals. (b) Television tuners, including tuner cards for use in computers, shall be equipped with secondary audio program playback circuitry. (c) All training and informational video and multimedia productions which support the agency's mission, regardless of format, that contain speech or other audio information necessary for the comprehension of the content, shall be open or closed captioned. (d) All training and informational video and multimedia productions which support the agency's mission, regardless of format, that contain visual information necessary for the comprehension of the content, shall be audio described. (e) Display or presentation of alternate text presentation or audio descriptions shall be user-selectable unless permanent. 1194.25 Self contained, closed products. (a) Self contained products shall be usable by people with disabilities without requiring an end-user to attach assistive technology to the product. Personal headsets for private listening are not assistive technology. (b) When a timed response is required, the user shall be alerted and given sufficient time to indicate more time is required. (c) Where a product utilizes touch screens or contact-sensitive controls, an input method shall be provided that complies with 1194.23 (k) (1) through (4). (d) When biometric forms of user identification or control are used, an alternative form of identification or activation, which does not require the user to possess particular biological characteristics, shall also be provided. (e) When products provide auditory output, the audio signal shall be provided at a standard signal level through an industry standard connector that will allow for private listening. The product must provide the ability to interrupt, pause, and restart the audio at anytime. (f) When products deliver voice output in a public area, incremental volume control shall be provided with output amplification up to a level of at least 65 dB. Where the ambient noise level of the environment is above 45 dB, a volume gain of at least 20 dB above the ambient level shall be user selectable. A function shall be provided to automatically reset the volume to the default level after every use. (g) Color coding shall not be used as the only means of conveying information, indicating an action, prompting a response, or distinguishing a visual element. (h) When a product permits a user to adjust color and contrast settings, a range of color selections capable of producing a variety of contrast levels shall be provided. (i) Products shall be designed to avoid causing the screen to flicker with a frequency greater than 2 Hz and lower than 55 Hz. (j) Products which are freestanding, non-portable, and intended to be used in one location and which have operable controls shall comply with the following: (1) The position of any operable control shall be determined with respect to a vertical plane, which is 48 inches in length, centered on the operable control, and at the maximum protrusion of the product within the 48 inch length. (2) Where any operable control is 10 inches or less behind the reference plane, the height shall be 54 inches maximum and 15 inches minimum above the floor. (3) Where any operable control is more than 10 inches and not more than 24 inches behind the reference plane, the height shall be 46 inches maximum and 15 inches minimum above the floor. (4) Operable controls shall not be more than 24 inches behind the reference plane. 1194.26 Desktop and portable computers. (a) All mechanically operated controls and keys shall comply with 1194.23 (k) (1) through (4). (b) If a product utilizes touch screens or touch-operated controls, an input method shall be provided that complies with 1194.23 (k) (1) through (4). (c) When biometric forms of user identification or control are used, an alternative form of identification or activation, which does not require the user to possess particular biological characteristics, shall also be provided. (d) Where provided, at least one of each type of expansion slots, ports and connectors shall comply with publicly available industry standards. 1194.31 Functional performance criteria. (a) At least one mode of operation and information retrieval that does not require user vision shall be provided, or support for assistive technology used by people who are blind or visually impaired shall be provided. (b) At least one mode of operation and information retrieval that does not require visual acuity greater than 20/70 shall be provided in audio and enlarged print output working together or independently, or support for assistive technology used by people who are visually impaired shall be provided. (c) At least one mode of operation and information retrieval that does not require user hearing shall be provided, or support for assistive technology used by people who are deaf or hard of hearing shall be provided. (d) Where audio information is important for the use of a product, at least one mode of operation and information retrieval shall be provided in an enhanced auditory fashion, or support for assistive hearing devices shall be provided. (e) At least one mode of operation and information retrieval that does not require user speech shall be provided, or support for assistive technology used by people with disabilities shall be provided. (f) At least one mode of operation and information retrieval that does not require fine motor control or simultaneous actions and that is operable with limited reach and strength shall be provided. 1194.41 Information, documentation, and support. (a) Product support documentation provided to end-users shall be made available in alternate formats upon request, at no additional charge. (b) End-users shall have access to a description of the accessibility and compatibility features of products in alternate formats or alternate methods upon request, at no additional charge. (c) Support services for products shall accommodate the communication needs of end-users with disabilities. (End of Clause) Refer to the following website for more about Section 508: http://section508.gov 52.246-4009, INSPECTION AND ACCEPTANCE POINTS: DESTINATION (FEB 1995) Inspection and acceptance of supplies offered under this purchase order shall take place as specified here. Inspection: DESTINATION Acceptance: DESTINATION IV. Performance Work Statement INFORMATION MANAGEMENT MISSION & AUTOMATION SERVICES PERFORMANCE WORK STATEMENT 20 August 2012 1.0INTRODUCTION 1.1 Organization U.S. Army Soldier Systems Center Attn.: AMSTA-LCB-A (TACOM ILSC) Kansas Street Natick, MA 01760-5036 1.2 Mission The mission is to provide mission support in all areas of information management above Command, Control, Communications, Computers Information Management (C4IM) baseline services, as defined by NETCOM, for the US Army Tank-automotive and Armaments Command (TACOM) Integrated Logistics Support Center (ILSC). The Integrated Logistics Support Center (ILSC) is responsible for sustaining war fighting readiness and managing a large part of the Army's investment in war fighting capacity as integrators of nearly 3,000 weapon systems that form the core of the Army's war fighting capability. 1.3 Objectives The objective is to provide continuous mission support, automation support, and information management support for the TACOM ILSC workforce and Lifecycle Management Command (LCMC) partners supported by the TACOM ILSC Business Management Directorate (BMD) Information Management & Support Directorate (IMSD). Duties include providing unique, highly-skilled, adaptive and experienced contractors familiar with all aspects of mission support, automation support and information management of various specified technologies, applications and products found in TACOM ILSC and LCMC partners. 2.0 TECHNICAL SERVICES REQUIRED 2.1 Task Description - Mission Automation The major function of this task is to provide information management Mission Automation Services including personal computer hardware and software development support for the TACOM ILSC workforce during scheduled hours, Monday through Friday, while serving as an Information Technology Specialist during those same hours. This task order is designed to provide TACOM ILSC with contract personnel familiar with System/web/application administration to maintain systems including: mission automation requirements, the ILSC Natick SharePoint instance, xml publishing effort, mission specific workflow applications, external/internal website presence, and all regulatory system administration responsibilities to ensure compliance on aforementioned systems. 2.1.1 Scope of Work The contractor will perform a variety of information management Mission Automation activities, as identified in Section 2.2.2. Specific areas of support will include Mission Automation support, installation, upgrade and removal of hardware and software on various types of PCs, laptops or other designated systems on the installation. 2.1.2 Deliverables Under general supervision, the contractor, independently, and not as an agent of the government, will furnish a Information Management Specialist, materials, Mission Automation Support services who will be expected to perform as part of the Information Management & Support Directorate workforce to meet the dynamic needs of a geographically dispersed organization, and provide Tier I/II/III mission support to the TACOM LCMC workforce. Coverage of the TACOM ILSC and LCMC Partners Automated Data Process Equipment (ADPE) and mission application support requirements during scheduled hours, Monday through Friday to include the following requirements: a.Provide computer applications service support for all mission related requirement and any information technology related function above C4IM baseline services list. b.Coverage of the TACOM ILSC and TACOM LCMC partner groups Automation Systems support requirements during scheduled hours, Monday through Friday. c.Utilize Information Center Remedy software (or Mission Directed Application) to track all trouble calls. d.Work as part of the Information Management & Support Directorate to meet the dynamic Mission Automation needs of a geographically dispersed organization. e.Install and configure mission unique software applications during specified duty hours. f.Coordinate ILSC software license support, application certification of networthiness. g.Administration of Microsoft Windows Server 2003/2008/2010, and automation of web based applications like SharePoint to support the strategic needs of the TACOM ILSC workforce. h.Administration of Microsoft SharePoint permissions, and mission application account management. i.System management of, rights/permissions management, application programming, and performance of system backup and recovery procedures. j.Provide reports (routine, special, or as requested) on status. k.Deliver application/project documentation on assigned projects/applications. l.Acknowledge requests for assistance in less than 30 minutes of being notified by phone, email, verbal or written requests and resolve technical issues to the satisfaction of the customer in a timely manner. m.Continue to address customer requests/tickets finding the best solution until the request/ticket is resolved to the customer's satisfaction. 2.2 Task Description - DA 3078 Automation The major function of this task is the continuation of unique, highly-skilled automation system and program specific support which includes application administration and programming, server administration and maintenance, server and client access licensing, data backup/recovery services and technical architecture documentation as requested. 2.2.1 Scope of Work The vendor will provide project management support for ILSC-CHPSID as it pertains to their Medals and Heraldry web-based automation needs. Duties include server administration and maintenance for the Medals and Heraldry Lotus Domino servers, application and system support for these applications, support for the interfaces between Standard Operation Maintenance Army Research and Development System (SOMARDS) and software engineering support for automation modifications to these systems. 2.2.2 Deliverables Under this Performance Work Statement ("PWS"), the vendor will perform the following activities in support of the ILSC - CHPSID DA 3078 portal: 1.Establish and administer separate the portal assessment and operational environments in a Lotus Domino environment. 2.Documenting the technical aspects of the web portal environment architecture. 3.Assist in the automation of the DA Form 3078 process flow to including some or all of the following activities: a.User Group design and Configurations b.Process design and Configuration c.Report design and Configuration d.Dashboards design and Configuration e.Testing the process application Provide reports (routine, special, or as requested) on status. f.Deliver application/project documentation on assigned projects/applications. g.Acknowledge requests for assistance in less than 30 minutes of being notified by phone, email, verbal or written requests and resolve technical issues to the satisfaction of the customer in a timely manner. h.Continue to address customer requests/tickets finding the best solution until the request/ticket is resolved to the customer's satisfaction. 4.Assist in identifying necessary activities to maintain the project timeline implementation. 5.Provide technical solution to new and emerging process automation enhancement requests. Automation enhancements include any and all materials related to the assembly, reconfiguration and combination of components contained in the vendor's software product, including without limitation, the combination of components used for processes, and are derivatives of the vendor's intellectual property, which are owned by the vendor as restricted computer software. 2.3 Task Description - Production Support and Automation TACOM ILSC has the requirement to provide continued contractor support in the areas of information management as it pertains to Domino servers and systems supporting the U.S. Army Soldier Systems Center (SSC) and its tenants, and, when applicable and requested by the Army Materiel Command (AMC) and its subordinate organizations, plus TACOM, Navy Clothing and Textile Research Facility (NCTRF) and other Department of Defense (DoD) sites. The medals automation system is the production system supporting the Integrated Logistics Support Center Clothing, Heraldry Product Support Directorate (ILSC - CHPSID) - Medals group Mission. Military medal and awards requests are submitted by means of a web application by authorized users. Upon receipt of these request via an automated web interface the medals operational support personnel receive their workload and direction from the system. The Web site offers Veterans a variety of information concerning the status of their request, the ability to submit address changes and options to communicate back to the medals group. The objective of this task is to provide continuous information management and system operational support to the veteranmedals.army.mil web site and medals automation system/application and the Heraldry Automation System. The major function of this task is the continuation of unique, highly-skilled application, system and program specific support for the medals automation system is the production system for the ILSC - CHPSID - Medals group. 2.3.1 Scope of Work The vendor will provide project management support for ILSC-CHPSID as it pertains to their Medals and Heraldry web-based automation needs. Duties include server administration and maintenance for the Medals and Heraldry Lotus Domino servers, application and system support for these applications, support for the interfaces between Standard Operation Maintenance Army Research and Development System (SOMARDS) and software engineering support for automation modifications to these systems. 2.3.2 Deliverables Under general supervision, the contractor, independently, and not as an agent of the government, will furnish a systems analyst, materials, and services who will be expected to perform the following: a.Application administration, programming and system maintenance. b.Server administration, programming and system maintenance. c.Client devices administration, programming and system maintenance. d.Server and client access licensing. e.System data backup/recovery services administration, programming and system maintenance. f.Web and logical interface administration, programming and system maintenance. n.Software engineering necessary for modifications to the production, data warehouse, web servers and all associated devices comprising the Medals and Heraldry production system. o.Provide reports (routine, special, or as requested) on status. p.Deliver application/project documentation on assigned projects/applications. q.Acknowledge requests for assistance in less than 30 minutes of being notified by phone, email, verbal or written requests and resolve technical issues to the satisfaction of the customer in a timely manner. r.Continue to address customer requests/tickets finding the best solution until the request/ticket is resolved to the customer's satisfaction. 3.0 Reporting Only the Contracting Officer Representative (COR), Contracting Officer Technical Representative (COTR) has the authority to inspect, accept, or reject deliverables. Specific acceptance criteria, delivery schedules, and delivery instructions will be included in the Information Management Mission & Automation Services Performance Objectives. Services will be requested and controlled by means of reports, logs, time and attendance sheets and documentation, which will delineate all process deliverables. The contractor is responsible for delivering all end items specified in this Performance Work Statement (PWS), work orders and procedures. Priorities will be assigned by the customer to ensure that critical functions are completed in a timely manner. All deliverables must meet normal professional standards and the requirements set for in the contractual documentation. Deliverables, as set forth by the TACOM ILSC, include: a.Quarterly progress reports to include tasks performed and hours expended. b.Weekly activity reports provided on progress of work performed within the TACOM ILSC and partners. Reports will be provided to the BMD Site Lead and the IM&SD Team Lead at the time the actions are taken, and should list the problem/question, and the current status of the action. c.Monthly Reports of significant tasks performed on Microsoft SharePoint, automation/development activities and mission servers. 3.1 Criteria for Acceptance Acceptance criteria are that all deliverables will be performed to specifications stated in the Information Management Mission & Automation Services Performance Objectives. 3.1.2 Delivery instructions will be specified by the COR in the applicable work orders. 3.1.3 Client Acceptance Period The client will have ten (10) working days to complete the review of each deliverable and accept or reject the deliverable in writing. The contractor will have ten (10) working days to finalize and resubmit the deliverable. The client will have up to ten (10) working days to accept/reject final deliverable. 3.1.4 Number of Copies One report will be provided to the COR by electronic or hard copy means. 4.0 Expertise The contractor personnel assigned to this contract will have direct experience and be competent to work in on assigned tasks as defined within the scope of work and deliverables. The contractor personnel will work collaboratively with all users to set up and maintain systems and have access to maintain other user information on assigned products. The contractor personnel will have experience in process automation development life cycle procedures, policies and technical documentation as requested or also required. The COR may provide additional direction, instruction and/or guidance in other phases of the task. 5.0 Unique Services 5.1 Travel and Per Diem Infrequent Travel is expected for this task. Allowable travel costs for contractor's transportation and per diem costs billed by the contractor: costs incurred for transportation and per diem (lodging, meals and incidental expenses) will be billed in accordance with the regulatory implementation of Public Law 99-234, FAR 31.205-46 Travel Costs. Contractors shall be reimbursed only for incurred costs at or below the published "not to exceed" levels. Costs for transportation, lodging, meals, and incidental expenses incurred by contractor personnel on official business are allowable subject to limitations contained in FAR 31.205-46, Travel Costs. Reimbursements for costs that are not specified in this solicitation, or in any contract or task order resulting from this solicitation, are not allowed. 5.2 Contractor Furnished Facilities, Supplies and Services The contractor will provide all supervision of contractor personnel and perform all contractor related administrative functions. All task-related requests of the contractor shall be communicated through the task leader to the Contractor Officer Representative. 5.2 Anti Terrorism / Force Protection The contractor will satisfy all security and Anti Terrorism / Force Protection requirements existing and emerging during the period of performance of this contract. Security References / Document Locations: DFARS 225.74, Defense Contractors Outside the United States, revised June 2011. http://www.acq.osdmil/dpap/dars/dfarspgi/current/index.html DFARS Clause 252.225-7040, Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United States, revised June 2006. http://farsite.hill.af.mil/zoomcgi/search.cgi DFARS Clause 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States, revised March 2006. http://farsite.hill.af.mil/zoomcgi.search.cgi DFARS 252.239-7001, Information Assurance Contractor Training and Certification, revised January 2008. http://farsite.hill.af.mil/zoomcgi/search.cgi DoD 8570.01-M, Information Assurance Training, Certification, and Workforce Management, 15 August 2004, certified current as of 23 April 2007. http://www.dtic.mil/whs/directives/index.html DoDD 5205.02, DoD Operational Security Program, 6 March 2006. http://www.dtic.mil/whs/directives/index.html DoDD 8570.01M, Information Assurance Workforce Improvement Program, 19 December 2005, Incorporating Change 2, 20 April 2010. http://www.dric.mil/whs/directives/index.html FAR 52.204-2, Security Requirements (revised August 1996). https://www.acquistion.gov/far JP 4-10, Operational Contract Support, 17 October 2008. http://www.dtic.mil/doctrine/new_pubs/jointpub.htm AR 25-1, Army Knowledge Management and Information Technology & ALARACT 025-2012, 04 December 2008, http://www.apd.army.mil AR 25-2, Information Assurance & ALARACT 284-2011, 23 March 2009. http://www.apd.army.mil AR 190-11, Physical Security of AAE, 15 November 2006. http://www.apd.army.mil AR 190-13, The Army Physical Security Program, 13 February 2011. http://www.apd.army.mil AR 190-30, Military Police Investigations, 1 November 2005. http://www.apd.army.mil AR 190-45, Law Enforcement Reporting, 30 March 2007. http://www.apd.army.mil AR 380-5, Information Security Program, 25 September 2000. http://www.apd.army.mil AR 380-10, Foreign Disclosure and Contacts with Foreign Representatives, 22 June 2005. http://www.apd.army.mil AR 525-13, Antiterrorism, 11 September 2008. http://www.apd.army.mil AR 530-1, Operations Security, 19 April 2007. http://www.apd.army.mil AR 715-9, Operational Contract Support Planning and Management, 20 June 2011. http://www.apd.army.mil Army ALARACT 110/2011 Message Subject: Potential Installation Access Control Vulnerability with Non CAC Eligible Contractors DTG: 212251Z Mar 11 ATTP 4-10, Operational Contract Support Tactics, Techniques, and Procedures, 20 June 2011. http://www.apd.army.mil United Facilities Criteria (UFC) 4-010-01, DoD Minimum AT Standards for Buildings, 09 February 2011 United Facilities Criteria (UFC) 4-010-02, DoD Minimum Standoff Distances for Buildings, 09 February 2011 6.0GOVERNMENT FURNISHED RESOURCES 6.1 Facilities, Supplies, and Services The Government shall make available on-site space and routine and specialized equipment necessary to perform the delivery order, to include access to the local network, all required network devices, hosts and servers, and Internet access. The Government shall make available all documents and publications necessary to accomplish the task order access. The Government shall make available all documents and publications necessary to accomplish the task order. 6.2 Information The Government will provide applicable written procedures and any hardware and software documentation necessary for the proper performance of this task. 7.0 ADMINISTRATIVE CONSIDERATIONS 7.1 Points of Contact 7.1.1 Contracting Officer's Representatives (COR) Adam Charczenko TACOM LCMC ILSC U.S. Army Soldier Systems Center Kansas Street Natick, MA 01760-5036 (508) 233-6997 Fax: (508) 233-5160 7.1.2 Contracting Officer's Technical Representative (COTR) Michel Kershaw TACOM ILSC U.S. Army Soldier Systems Center Kansas Street Natick, MA 01760-5036 (508) 233-6035 FAX (508) 233-5160 7.2 Location - Work is to be performed on-site at the any one of the following government sites: US Army Solider Systems Center Kansas Street Natick, MA 01760-5000 7.3 Hours of Work The contractor will be expected to work 8 hours a day, Monday - Friday during core hours, as scheduled by the IM&SD Team Lead, Monday through Friday. Core hours are defined by the Director of TACOM and are subject to change without notice. Contractors will complete the sign in/out log daily for contingency accountability purposes. The Program Manager shall notify the COR or COTR no later than 0900 if they are not going to be at work for the day. The Contractor must ensure that adequate and continual coverage to support existing and emerging requirements are covered throughout the day by balancing individual employee report time, breaks and absences without lapse in continual service coverage during the specified operating hours. 8.0 Security and Privacy 8.1 Clearance/ Licensure Contractor staff performing Information Assurance functions identified by DoD 8500.2 (E3.3.6.) must satisfy both preparatory and sustaining DoD standard training and certification requirements as a condition of privileged access to any DoD information system. A current Secret Security Clearance is required according to DA 25-2. Appropriate information technology certification is required according to DoD 8570.1-M, C2.1.5. Contractors must comply and maintain compliance with the DoD Information Assurance Workforce requirements. 8.2 Privacy Act Contractor personnel will be exposed to data that is subject to the Privacy Act of 1974; therefore, all contractor personnel assigned to this task will be required to take appropriate action to prevent disclosure of information. Contractor personnel, where appropriate, will complete all required training for information security specified and emergent to satisfy user access to systems and networks or as directed by the COR. Records of training will be submitted to the COR in an ongoing basis. 9.0 SPECIAL INSTRUCTIONS 9.1 General/Miscellaneous/508 Compliance The COR and COTR will be responsible for coordinating all task-related matters within the clients' organization, for ensuring that supplied items specified in this contract are available when needed, and for apprising the contractor of any problems with the contractor that may affect delivery or costs of completed work. 9.2 Unique Requirements During the execution of task assignments, the contractor will attend IM&SD staff as mutually agreed with key client. 9.2.1 MANPOWER REPORTING Contractor Manpower Reporting The Contractor shall perform manpower reporting as follows: The Contractor shall report all contractor manpower (including subcontractor manpower) required for performance of this contract using the format provided at the following web address: https://contractormanpower.army.pentagon.mil. The Contractor shall include the following: (a)Contracting Officer, Contracting Officer, Contracting Officer's Technical Representative (b)Contract number (c)Beginning and ending dates covered by reporting period (d)Contractor name, address, phone number, email address, identify of contractor employee entering data (e)Estimated direct labor hours (including subcontractors) (f)Estimated direct labor hours paid this reporting period (including subcontractors) (g)Total payments (including subcontractors) (h)Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different) (i)Estimated data collection cost (j)Organizational title associated with the Unique Identification Code (UIC) for the Army Requiring Activity. (UIC for this contract is W911QY) (k)Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in overseas location, using standardized nomenclature provided on the website. (l)Presence of deployment or contingency contract language (m)Number of contractor and subcontractor employees deployed in-theater this reporting period (by country) The contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period shall be the period of performance not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 3 October of each calendar year. The Contractor may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. For additional information go to https://www3.natick.army.mil and click on Contractor Manpower Reporting. 9.2.2 Transition Planning 9.2.2.1 Phase In: At the end of the existing contract period, if the incumbent contractor is not selected, the Government, in coordination with the incumbent contractor, will provide phase-in support to the selected contractor for up to thirty (30) days. The phase-in activities shall include such functions as Transfer of Knowledge and transition assistance to avoid gaps or lapse in service or support during period of performance transitions. Transfer of knowledge, experience, and lessons learned to the new contractor. A period where all deliverables are recompiled to ensure that they work as delivered. Assistance in start up to ensure no service disruption to TACOM ILSC and a smooth transition. Appropriate transfer of property, documentation, or personnel, as agreed to between the parties (including but not limited to, devices, equipment, databases and systems under TACOM ILSC's responsibility as related to this PWS from the current incumbent Contractor or the Government). Phase-in activities shall also include Contractor attendance at program reviews, participation in working groups, briefings, on-site communications, and full disclosure of technical, cost, and programmatic information. The plan shall also include a training program for Contractor personnel and a date for accepting responsibilities for each division of work described in the plan. Proposed staff levels during the transition in period shall be included within the transition plan. 9.2.2.2 Phase-Out: The Contractor shall develop and deliver to the Government a transition out plan, allowing no more than 30 days for an orderly transition to any potential new Contractor for these services to ensure that the level and quality of services are maintained. While this plan shall be due to the Government as part of proposal submission, the plan shall be updated as required during the period of performance. The outgoing Contractor shall be fully responsible for performance during the initial 15 days of the transition out period, full responsibility to the incoming Contractor during the final 15 day period. This transition shall include digital and hard copies of the following: Documentation, operating procedures and other resources, including but not limited to, devices, equipment, databases and systems under TACOM ILSC's responsibility as related to this PWS to any incoming Contractor or the Government. Shall also include a training program to be conducted with the incoming vendor and a date for transferring responsibilities for each division of work described in the plan. Shall execute its transition plan and work closely with the follow-on Contractor or the Government to assure uninterrupted contract support. 9.3 Identification: Identification of Contractor Employees Answering Telephones: Contractor personnel shall identify themselves as a contractor employee when answering Government telephones. 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]. 9.4 Contractors in the Workplace: Contractor Companies must provide contract employees with Contractor Ethics training which conforms to the Department of the Army policy on contractors in the workplace and all applicable provisions of the Federal and Defense Acquisition Regulations. The Army policy is that sexual harassment and other forms of discrimination are unacceptable conduct in the U.S. Army workplace whether committed by or against its Government or contract employees. Violation of this policy could result in joint liability for both the Army and contractor(s). The Government retains the right to address contract employee violations of law, policy, regulation or directives which can result in the contract employee being immediately expelled from the workforce without due process.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b497fdc832b485b23a793086cb9a12f7)
- Place of Performance
- Address: U.S Army Natick Soldier Systems Center 15 Kansas Street Natick MA
- Zip Code: 01760
- Zip Code: 01760
- Record
- SN02888685-W 20120920/120919002844-b497fdc832b485b23a793086cb9a12f7 (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 |