Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2013 FBO #4267
SOLICITATION NOTICE

R -- Pronto4 System Test Support Services

Notice Date
7/29/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-13-T-0024
 
Response Due
8/5/2013
 
Archive Date
9/27/2013
 
Point of Contact
Sandra Johnson, 435-831-2756
 
E-Mail Address
MICC - Dugway Proving Ground
(sandra.j.johnson90.civ@mail.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. Solicitation #W911S6-13-T-0024 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-67. All firms responding must be registered with the System for Award Management (SAM). Description: The Mission & Installation Contracting Command - Dugway Proving Ground office is contemplating the purchase of test support for the Pronto4 system. The scope of work for this action includes: 1) a site visit by engineers to Dugway Proving Ground (DPG) to assess and provide technical expertise on the autonomous vehicles and the test track they will be using during test execution; 2) four days of test support, each lasting up to 10 hrs per day, by engineers who shall set up and operate a GPS tower and ground control station, assist in operating the autonomous vehicles, and provide troubleshooting and solutions for autonomous software issues; 3) providing the use of one ground control station, two portable communications towers, GCS laptop, power supply and vehicle controller; 4) provide CMRA personnel reporting. Testing is anticipated to last 10 hours per day, but may be shortened to eight hours due to DoD furlough restrictions. Test support will require the contractor to have access to manipulate the proprietary Pronto4 software. Notice of Intent to Sole Source: This is a notice of intent to negotiate on a sole source basis with Kairos Autonomi, Inc. 498 West 8369 South, Sandy, UT 84070. Pursuant to 10 U.S.C. 2304 ( C ) (1) and Federal Acquisition Regulation 6.302-1, supplies, services and / or equipment are available from one responsible source and no other type of supplies, services and / or equipment will satisfy agency requirements. Vendors may identify their interest and capability to respond to the requirement by emailing the points of contact identified below. A determination by the Government not to compete 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. Sandra Johnson, Contract Specialist: sandra.j.johnson90.civ@mail.mil Paul Frailey, Contracting Officer: paul.e.frailey.civ@mail.mil Performance Requirements Performance Work Statement (PWS) 1 Introduction Dugway Proving Ground (DPG), Special Programs Division (SPD) is providing test support for unmanned aerial systems (UAS), which will require moving target vehicles. These targets consist of unoccupied vehicles being towed behind autonomous vehicles, which are controlled using remote ground control stations. Accurate routing of the autonomous vehicles is provided by the input of GPS coordinates, which the vehicles travel too as waypoints. Further refinement of the routing is provided by the addition of a GPS receiver for a local differential GPS point of reference. 1.2 Background The autonomous vehicles being used for this test are GFE with contractor installed software and hardware. 1.3 Scope The scope of work for this action includes: 1) a site visit by engineers to DPG to assess and provide technical expertise on the autonomous vehicles and the test track they will be using during test execution; 2) four days of test support, each lasting up to 10 hrs per day, by engineers who shall set up and operate a GPS tower and ground control station, assist in operating the autonomous vehicles, and provide troubleshooting and solutions for autonomous software issues; 3) providing the use of one ground control station, two portable communications towers, GCS laptop, power supply and vehicle controller; 4) provide CMRA personnel reporting. Testing is anticipated to last 10 hours per day, but may be shortened to eight hours due to DoD furlough restrictions. 2 General Requirements In order to effectively support this effort the support elements will need to operate at DPG. Testing will be conducted on the west side of Granite Peak, approximately 35 miles west of the DPG main gate. Test execution support will be required from 26-29 August 2013. The one day site visit will need to occur 1 week prior to test execution. This test will be UNCLASSIFIED 2.1 Non-Personal Services The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Procuring Contracting Officer (PCO) immediately. 2.2 Business Relations The contractor shall successfully integrate and coordinate all activity needed to execute the requirement. The contractor shall manage the timeliness, completeness, and quality of problem identification. The contractor shall provide corrective action plans, proposal submittals, timely identification of issues, and effective management of subcontractors. The contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all contractor personnel. 2.3 Contract Administration and Management The following subsections specify requirements for contract, management, and personnel administration. 2.3.1 Contract Management The contractor shall establish clear organizational lines of authority and responsibility to ensure effective management of the resources assigned to the requirement. The contractor must maintain continuity between the support operations at DPG and the contractor's corporate offices. 2.3.2 Contract Administration The contractor shall establish processes and assign appropriate resources to effectively administer the requirement. The contractor shall respond to Government requests for contractual actions in a timely fashion. The contractor shall have a single point of contact between the Government and Contractor personnel assigned to support contracts or task orders. The contractor shall assign work effort and maintaining proper and accurate time keeping records of personnel assigned to work on the requirement. 2.3.3 Personnel Administration The contractor shall provide the following management and support as required. The contractor shall provide for employees during designated Government non-work days or other periods where Government offices are closed due to weather or security conditions. The contractor shall maintain the currency of their employees by providing initial and refresher training as required to meet the PWS requirements. The contractor shall make necessary travel arrangements for employees. The contractor shall provide necessary infrastructure to support contract tasks in a remote environment.. The contractor shall provide administrative support to employees in a timely fashion (time keeping, leave processing, pay, emergency needs). 2.4 Subcontract Management The contractor shall be responsible for any subcontract management necessary to integrate work performed on this requirement and shall be responsible and accountable for subcontractor performance on this requirement. The prime contractor will manage work distribution to ensure there are no Organizational Conflict of Interest (OCI) considerations. Contractors may add subcontractors to their team after notification to the Procuring Contracting Officer (PCO) or Contracting Officer Representative (COR). Cross teaming may or may not be permitted. 2.5 Contractor Personnel, Disciplines, and Specialties The contractor shall accomplish the assigned work by employing and utilizing qualified personnel with appropriate combinations of education, training, and experience. The contractor shall match personnel skills to the work or task with a minimum of under/over employment of resources. The contractor shall ensure the labor categories as defined in the Labor Categories document (see attachment), labor rates, and man-hours utilized in the performance of each Task Order (PWS line item) issued hereunder will be the minimum necessary to accomplish the task. This task will include one 8 hour site visit for two individuals totaling 16 hours, and four 10 hour test support days for 3 individuals totaling 120 hours. The Contractor shall provide the necessary resources and infrastructure to manage, perform, and administer the contract. 2.6 Location and Hours of Work Accomplishment of the results contained in this PWS requires work at DPG and at various contractor, subcontractor, and Government facilities (mainly in the continental United States). Normal workdays are Monday through Thursday except US Federal Holidays. Workers typically work eight (10) hours per day, 40 hours per week. Flextime workers start not earlier than 0600 and not later than 0900. Core hours of work are from 0730 to 1700 daily. All employees are expected to be available during core hours. The task will be conducted on DPG on the west side of Granite Peak, which is approximately 35 miles west of the DPG main gate. Test execution will take place between 0730 to 1700 Monday-Thursday 26 August - 29 August 2013. No government holidays occur during this time, and flex time will not be available. The remote location of the work will require all personnel provide their own food and water for the duration of the work day. 2.7 Travel / Temporary Duty (TDY) No travel to other test ranges will be required. 3 Performance Requirements See above 3.1 Site visit and assessment Performance Standards a) STD: The contractor shall provide engineers for the purpose of assessing the test vehicle and site set up for proper test execution and functionality for a period of eight hours while ensuring all identified issues are resolved IAW with the terms outlined in paragraph 1.3 of the PWS. AQL: Completes requirement within 8 hours, 100% of the one time service. Deliverables A001 Written Assessment 3.1.1 Set up and preparation Performance Standards a) STD: The contractor shall assist in determining the proper set up and preparation of the test bed for effective use of autonomous vehicle targets identifying and correcting deficiencies as required. AQL: 97% of the time while assisting and determining set up and preparation of test bed. 3.2 Ground control station support Performance Standards a) STD: The Contractor shall provide a ground control station with tower for reliable data link between GPS and ground control system for autonomous vehicle operation ensuring no substantive or repeated flaws occur AQL: 97% of the time during testing 3.3 Test Support Performance Standards a) STD: The Contractor shall support autonomous vehicle operations for test execution mitigating any risk associated with the testing process. AQL: 100% 3.4 The Contractor shall provide CMRA personnel reporting. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ and then click on Department of the Army CMRA or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on Send an email which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Components CMR website. Performance Standards a) STD: Contractor shall submit CMRA personnel reporting accurately IAW Department of the Army (DOA) guidelines. AQL: 100% Deliverables A002 CMRA Reporting 4 Special Requirements All contractors must provide full name and place of employment in advance to DPG in order to be issued identification badges to access the test range. Contractors will be given a safety brief prior to operation on DPG. 4.1 Security and Safety This test will be UNCLASSIFIED DD Forms 254: Overarching security requirements and Contractor access to classified information shall be as specified in the basic DD Form 254, which will be further identified in the DD Form 254 for each TO, as required. All contractor personnel with access to unclassified information systems, including e-mail, shall have at a minimum a favorable National Agency Check (NAC). Visitor Group Security Agreement. The contractor shall sign a Contractor Visitor Group Security Agreement to protect classified information involved in performance under this contract or Task Order. The Agreement will outline responsibilities in the following areas: Contractor security supervision; Standard Practice Procedures; access, accountability, storage, and transmission of classified material; marking requirements; security education; personnel security clearances; reports; security checks; security guidance; emergency protection; protection of government resources; DD Forms 254; periodic security reviews; and other responsibilities, as required. 4.2 Transition The contractor shall follow the transition plan submitted as part of the proposal and keep the Government fully informed of status throughout the transition period. Throughout the phase-in/phase-out periods, it is essential that attention be given to minimize interruptions or delays to work in progress that would impact the mission. The contractor must plan for the transfer of work control, delineating the method for processing and assigning tasks during the phase-in/phase-out periods. 4.3 Government Furnished Materials The Government will provide the vehicles with the appropriate hardware and software for autonomous operations. The Government will provide a trailer for the contractor to set up equipment and operate from. 4.4 Environmental Requirements The contractor is responsible for the clean up and removal of all hazardous waste associated with contractor equipment. 4.5 Applicable Directives The contractor shall comply with all documents listed below as mandatory and referenced under paragraph 3.0, Performance Requirements. Compliance with documents listed as non-mandatory is the contractors' option. Mandatory compliance (list) Non-Mandatory document (list) 5 Deliverables The contractor shall provide deliverables as described in subsequent task orders. Deliverables shall be specified by the government. Format and delivery schedule for deliverables shall be outlined in CDRLs and/or other means TBD. Identifier Name Description A001Written AssessmentAssessment can be provided in email form within 2 days after the site visit A002CMRA ReportingContractor shall report ALL contract labor hours IAW with Department of the Army CMRA reporting guidelines. 6 Related Documents The following Documents are related to this project Performance Requirement Summary (PRS) StatementsStandards/AQLsIncentive/Remedy 3.1Site visit and assessmenta) The contractor shall provide engineer for the purpose of assessing the test vehicle and site set up for proper test execution and functionality for a period of eight hours while ensuring all identified issues are resolved IAW with the terms outlined in paragraph 1.3 of the PWS. Completes actions within 8 hours and provide written assessment No later than two days after site visit. AQL: Completes requirement within 8 hours, and provide written assessment no later than two days after site visit. 100% of the onetime service requirement. 100% payment for meeting or exceeding the AQL. Up to 5% deduction from the associated CLIN for failure to meet the AQL. 3.1.1Set up and preparationa) The contractor shall assist in determining the proper set up and preparation of the test bed for effective us of autonomous vehicle targets identifying and correcting deficiencies as required. AQL: 97% of the time while assisting and determining set up and preparation of test bed. 100% payment for meeting or exceeding the AQL. Up to 5% deduction from the associated CLIN for failure to meet the AQL. StatementsStandards/AQLsIncentive/Remedy 3.2Ground control station supporta) The Contractor shall provide a ground control station with tower for reliable data link between GPS and ground control system for autonomous vehicle operation ensuring no substantive or repeated flaws occur AQL: 97% of the time during testing 100% payment for meeting or exceeding the AQL. Up to 5% deduction from the associated CLIN for failure to meet the AQL. StatementsStandards/AQLsIncentive/Remedy 3.3Test support.a) The Contractor shall support autonomous vehicle operations for test execution mitigating any risk associated with the testing process AQL: 100% 100% payment for meeting or exceeding the AQL. Up to 5% deduction from the associated CLIN for failure to meet the AQL. StatementsStandards/AQLsIncentive/Remedy 3.4CMRA personnel reporting.a) Contractor shall submit CMRA personnel reporting accurately IAW Department of the Army (DOA) guidelines. AQL: 100% 100% payment for meeting or exceeding the AQL. Up to 5% deduction from the associated CLIN for failure to meet the AQL. If personnel reporting is separately priced, deduction may be taken from performance CLIN. In addition, negative comments may be reported in PPIRS for failure to comply with personnel reporting requirements. (End of PWS/PRS) This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-13-T-0024. All firms responding must be registered with the Central Contractor Registration (CCR). Questions: Questions regarding this solicitation are to be submitted in writing via email to paul.e.frailey.civ@mail.mil and to sandra.j.johnson90.civ@mail.mil. The deadline for questions is Thursday, August 1. 2013 at 10:00 a.m. (mountain time). Provisions and Clauses The following provisions and clauses apply to this RFQ: 252.201-7000Contracting Officer's Representative 52.203-6, Alt. 1Restrictions on Subcontractor Sales to the Government 252.203-7000Requirements Relating to Compensation of Former DOD Officials 252.203-7005Representations Relating to Compensation of Former DOD Officials 52.204-7Central Contractor Registration 52.204-13Central Contractor Registration Maintenance 252.204-7000Disclosure of Information 252.204-7003Control of Government Personnel Work Product 252.204-7000, Alt. ASystem for Award Management 252.209-7995Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2013 Appropriations 252.209-7997Prohibition against Using Fiscal Year 2013 Funds to Contract with Corporations that have an Unpaid Delinquent Tax Liability or a Felon Conviction under Federal Law 52.212-1Instructions to Offerors - Commercial Items 52.212-3, Alt. 1Offeror Representations and Certifications - Commercial Items 52.212-4Contract Terms and Conditions - Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-1, Alt. 1Small Business Program Representation 52.219-27Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 52.219-28Post-Award Small Business Program Representation 52.222-3Convict Labor 52.222-21Prohibition of Segregated Facilities 52.222-36Affirmative Action for Workers with Disabilities 52.222-41Service Contract Act of 1965 52.222-42Statement of Equivalent Rates for Federal Hires 52.222-50Combating Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13Restrictions on Certain Foreign Purchases 252.225-7036Buy American - Free Trade Agreements - Balance of Payments 252.227-7015Technical Data - Commercial Items 52.232-33Payment by Electronic Funds Transfer - Central Contractor Registration 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.232-7006Wide Area Work Flow Payment Instructions 52.233-3Protest After Award 52.233-4Applicable Law for Breach of Contract Claim 5152-233-4000HQ AMC Level Protest Program 52.237-1Site Visit 52.237-2Protection of Government Buildings, Equipment, and Vegetation 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 52.246-4Inspection of Services - Fixed Price 52.247-34F.o.B. Destination 252.247-7023, Alt. IIITransportation of Supplies by Sea 52.252-1Solicitation Provision Incorporated by Reference 52.252-2Clauses Incorporated by Reference Interested vendors wishing to respond to this solicitation shall provide a quote and pricing valid for 60 calendar days. Offers are due at 10:00 AM (mountain time) on August 5, 2013. Offers may be emailed. Submit emailed offers to paul.e.fraily.civ@mail.mil and to sandra.j.johnson90.civ@mail.mil. For any questions or concerns please contact Sandy Johnson at 435-831-2756 or via email at sandra.j.johnson90.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f4415cc9ad016b8f198a37a4a0559253)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN03129712-W 20130731/130729234258-f4415cc9ad016b8f198a37a4a0559253 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.