Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2014 FBO #4467
MODIFICATION

D -- Army Meter Data Management System

Notice Date
2/14/2014
 
Notice Type
Modification/Amendment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-13-R-0017
 
Response Due
3/21/2014
 
Archive Date
4/20/2014
 
Point of Contact
Martin Bushey, 2568951119
 
E-Mail Address
USACE HNC, Huntsville
(martin.bushey@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Engineering and Support Center, Huntsville (CEHNC) will be soliciting proposals on an unrestricted basis for the Army Meter Data Management System (MDMS) under solicitation W912DY-13-R-0017. For this acquisition, CEHNC proposes to award Single Award Task Order Contract (SATOC)/ Indefinite Delivery/Indefinite Quantity (ID/IQ) Firm Fixed-Price (FFP) contract. This is NOT a Request for Proposal (RFP). ****************************************************************************** The projected RFP release date and the dates for the preproposal conference are to be determined. **************************************************************************** CEHNC is seeking a contractor to provide services of system administration and related services for the existing Army Meter Data Management System (MDMS). MDMS is the Army's enterprise system for the collection and analysis of electric, natural gas, steam and water usage data that is electronically reported by advanced meters installed on selected Army facilities and utility distribution points. This system also incorporates various legacy data base systems used to track and report energy consumption and energy conservation efforts within the Army thereby reducing overall system sustainment cost and eliminating the need for redundant data input. Services may include development of new data automation sub systems or automated data transfer capability where necessary to achieve this legacy system integration objective. The MDMS contractor is expected to provide a comprehensive and a holistic range of services, as follows: Provide sustainment and maintenance of the system including upgrades and directed mitigations as required for system security and lifecycle management. Provide expert and objective technical support Provide maintenance and licensing of the software including patches/updates as required for security Provide security engineering to support hardening the system, to include devices that must interface with the MDMS in accordance with Army and DoD requirements Develop the appropriate Department of Defense Information Assurance Certification and Accreditation Process (DIACAP) packages or the Army's current accreditation process Maintain the current accreditation package's artifacts to include periodic review no less than annually for accuracy and change management controls Develop Networthiness packages for submission to NETCOM Operate a call center technical support for software and hardware trouble shooting issues Installing advanced meters on specified facilities Providing secure and complete solutions for enabling legacy system compatibility with the new Army-wide MDMS. The MDMS must maintain capability to track, record, and report energy consumption with respect to time in as frequent as 15 minute intervals and up to a 24 month duration. The system must be capable of zooming-in on a single meter, zooming-out to the sum of all facilities metered on an installation, and any user selected aggregation of metered facilities in between those extremes. The system must remain capable of relating meter readings with respect to meteorological conditions at the time of the readings, relate facility data (square footage, type of use, etc.,) with meter readings and produce analytical reports of the relationships, comparisons, and trends. The system shall automate periodic utility cost billings to reimbursable tenants and serve as the primary tool for managing time use demand so as optimize applicable utility rate for each installation. The system shall meet all applicable information assurance (IA) controls in order to achieve and maintain a DIACAP accreditation. The system shall meet all required DoD and DoD Component IA controls identified as applicable to the system. Non compliant controls must be accepted by the Designated Approval Authority (DAA) and documented in the current and future accreditation artifacts as part of system maintenance. Army Network Enterprise Technology Command (NETCOM) Networthiness requirements, to include Certificate of Networthiness (CoN) applications, shall be maintained for the system and updated as changes occur to the system during the contract period. All artifacts and accreditation related documentation must be maintained with the system and copies maintained as back up by the AMP Configuration Manager compliant with AMP policies and procedures. The contractor shall be responsible for providing updates and approved changes to the system to maintain the system' s accreditation and to ensure the system complies with most current policy updates and technology refresh requirements. The contractor is responsible for protecting FOUO data related to the system in accordance with NISPOM and AR 380-5. The contractor shall ensure an Information Assurance Security Officer (IASO) is appointed for the system. The IASO appointment must be approved by the AMP Information Assurance Manager (IAM). All personnel performing administrator or IA roles, IAW Army Regulation 25-2, must be certified for their position IAW DODI 8570.1. MDMS services will be provided throughout the Continental United States (CONUS), to include the District of Columbia and outside the Continental United States (OCONUS) including Alaska, Hawaii, Guam, Puerto Rico, American Samoa, U.S. Territories and possessions, locations with named contingency operations, Belgium, Netherlands, Germany, Italy, Japan & Okinawa, Kwajalein, and South Korea. The contractor shall furnish all labor, materials and supplies as required to operate and to sustain the current MDMS to include hardware installed under this contract and incorporating hardware installed by others in accordance with the specifications identified herein. All software products, services and materials will be procured through the subsequent award of task orders under this contract by the Contracting Officer. The contractor shall furnish the general management, quality management, administration, training, travel, supervision, quality control (QC), supplies, materials and equipment (not otherwise provided as Government Furnished) necessary to deliver services within schedule and in accordance with contract terms and conditions, reference documents, specific contract and task order requirements, and contract clauses. The MDMS SATOC ID/IQ contract will have an ordering period of five years (one (1) year base period and four (4) option periods of one (1) year each) with an estimated total capacity or value of $40,000,000.00. Detailed ordering procedures will be included in the solicitation to specify the circumstances for issuing task orders. The intent is award a contract to the most highly qualified and responsible offeror, either large or small business that offers the Best Value to the Government. Under the contract, task orders will be awarded as Firm Fixed-Price and these task orders will be subject to the Services Contract Act (SCA). The RFP will be available electronically at https://www.fbo.gov POC is the undersigned, Martin Bushey Contracting Specialist, Huntsville Center Directorate of Contracting Voice: (256) 895-1119 FAX: (256) 895-1197 Email: martin.bushey@usace.army.mil Mailing Address: USACE, Huntsville - PreAward Team B Attn: CEHNC-CT (M. Bushey) Cubicle: 1R413 4820 University Square Huntsville, AL 35807-4301
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-13-R-0017/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN03288911-W 20140216/140214233805-c16759098a1fb4e7cd3c8cc57678566a (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.