SOLICITATION NOTICE
D -- procurement of ninety (90) CelleBrite Universal Forensic Extraction Device (UFED) Touch devices
- Notice Date
- 6/26/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-14-T-0101
- Response Due
- 7/7/2014
- Archive Date
- 8/25/2014
- Point of Contact
- Steven M. Baum, 609-562-3560
- E-Mail Address
-
ACC - New Jersey
(steven.m.baum2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- 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 Number: W15QKN-14-T-0101 Notice Type: Combined Solicitation/Synopsis Note: Offerors may use another format for submission of quotes. However, all quotes must contain the minimum information required under Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors, Commercial Items (Feb 2012). This is a combined synopsis/solicitation for commercial items in accordance FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Army Contracting Command - New Jersey (ACC- NJ) Information Technology Center, on behalf of the U.S. Army Criminal Investigation Command (USA CIDC) G3, has a requirement for the procurement of ninety (90) CelleBrite Universal Forensic Extraction Device (UFED) Touch devices. Specific requirements are in the attached Statement of Work, dated 19 March 2014. The associated North American Industry Classification System (NAICS) code is 334220 (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing); the Federal Supply Code (FSC) is 7035 (ADP support Equipment). In accordance with FAR 52.212-2, the Government intends to make an award to the Contractor who submits the lowest priced, technically acceptable quote. Offerors must meet the requirements as specified in the Statement of Work. Offerors must include end user license agreement (EULA), extended specs and/or manufacturers name and part numbers (if applicable) by the end date and time of this Request for Quote (RFQ). Failure to provide this information may result in your quote not being considered. The anticipated award will be a Firm Fixed-Price Contract. Offerors must submit quotes on the full quantity identified. The Contracting Officer reserves the right to make no award under this procedure. This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 05-50. All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through Wide Area Workflow (WAWF). WAWF is the Governments' mandatory payment method. Vendors/contractors are to be registered in WAWF to receive payment through Electronic Funds Transfer (EFT). If you are not currently registered in WAWF, please visit the following website: https://wawf.eb.mil/ to complete your registration. You must be registered in WAWF to be awarded any resulting contract. Additional instructions for WAWF registration are listed below. DEADLINE: Responses to this Request for Quote (RFQ) must be signed, dated, and received via electronic mail to Contracting Specialist, Steven Baum at steven.m.baum2.civ@mail.mil no later than 2:00PM DST (Daylight Savings Time) on Monday, 7 July 2014. Responses should be marked with Solicitation Number W15QKN-14-T-0101. Vendor must include CAGE Code, DUNS #, Tax ID #, and End User License Agreement (EULA) and delivery terms with quote. All quotes must be valid for a minimum of 60 days. Questions or clarifications concerning this RFQ may be directed to the above POC or Maureen Coughlin, Contracting Officer. Maureen Coughlin, Email: maureen.e.coughlin.civ@mail.mil, Phone: (609) 562- 5015 Steven Baum, Email: steven.m.baum2.civ@mail.mil, Phone: (609) 562-3560 NOTE: OR EQUAL WILL NOT BE CONSIDERED ITEM NO.DESCRIPTIONQTY.UNITUNIT PRICEAMOUNT 0001 Trade in of Ruggedized CelleBrite Logical Classic UFED to Ruggedized Logical Touch UFED* 39 Each $________ $___________ 0002 Trade in of Ruggedized CelleBrite Ultimate Classic UFED to Ruggedized Ultimate Touch UFED* 25 Each $________ $___________ 0003 Trade in of Ruggedized CelleBrite Ultimate Classic UFED to Ruggedized Logical Touch UFED* 26 Each $________ $___________ *(Please review the attached Statement of Work (SOW) for further description of the item. Trade in schedule to be determined after award) Place of Performance: U.S. Army Criminal Investigation Command Russell Knox Building 27130 Telegraph Road Quantico, VA 22134-2253 Deliveries and Performance: FOB Destination - Contractor shall deliver products within 30 calendar days from date of award. Inspection and Acceptance: Supplies/services will be Inspected/Accepted by the Government at Freight on Board will be Destination. Packaging will be in accordance with best commercial practices. All FAR clauses may be viewed in full text via the internet at http://farsite.hill.af.mil. The following Federal Acquisition Regulation FAR and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3, Offeror Representations and Certificates-Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.222-50, Combating Trafficking in Persons FAR 52.232-33, Payment by Electronic Funds Transfer- -Systems for Award Management FAR 52.247-34, F.O.B Destination DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252-204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.211-7003, Item Identification and Valuation (DEC 2013) DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.246-7000, Material Inspection and Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea CLAUSES INCORPORATED BY FULL TEXT FAR 52.232-4004 ARMY ELECTRONIC INVOICING INSTRUCTIONS NOV/2011 Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. [ x] Wide Area Workflow (WAWF) (see instructions below) [ ] Web Invoicing System (WInS) (https://ecweb.dfas.mil) [ ] American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats (http://www.X12.org and http://www.dfas.mil/ecedi) [ ] Other (please specify)_______________________ DFAS POC and Phone: ___DFAS - INDY VP GFEBS, Phone (888) 332-7366_________ WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) _INDY VP GFEBS____ at __(888)332-7366____or faxed to _____N/A____________. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT [check as appropriate] [ ] Commercial Item Financing [ ] Construction Invoice (Contractor Only) [ ] Invoice (Contractor Only) [ X] Invoice and receiving Report (COMBO) [ ] Invoice as 2-in-1 (Services only) [ ] Performance Based Payment (Government Only) [ ] Progress Payment (Government Only) [ ] Cost Voucher (Government Only) [ ] Receiving Report (Government Only) [ ] Receiving Report with Unique Identification (UID) Data (Government Only) UID is a new globally unique quote mark part identifier quote mark containing data elements used to track DOD parts through their life cycle. [ ] Summary Cost Voucher (Government Only) CAGE CODE: _______________________ ISSUE BY DODAAC: __W15QKN______ ADMIN BY DODAAC: ___W15QKN ___ INSPECT BY DODAAC: __ W26WXQ ____ ACCEPT BY DODAAC: ___ W26WXQ ___ SHIP TO DODAAC: ____ W26WXQ ______ PAYMENT OFFICE FISCAL STATION CODE: ____HQ0490________ EMAIL POINTS OF CONTACT LISTING: __ gregory.n.norman.civ@mail.mil INSPECTOR: __Gregory Norman, Phone: 571-305-4475 Email: gregory.n.norman.civ@mail.mil__ ACCEPTOR: ___ Gregory Norman, Phone: 571-305-4475 Email: gregory.n.norman.civ@mail.mil_ RECEIVING OFFICE POC: Gregory Norman, Phone: 571-305-4475 Email: gregory.n.norman.civ@mail.mil CONTRACT ADMINISTRATOR: __Steven Baum Phone: 609-562-3560 Email: steven.m.baum2.civ@mail.mil___________ CONTRACTING OFFICER: ____Maureen E. Coughlin Phone: 609-562-5015 Email: maureen.e.coughlin.civ@mail.mil FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://arnet.gov/far http://www.farsite.hill.af.mil (End of clause) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2014) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Non-displacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) ATTACHMENT: 1. Statement of Work, 19 March 2014 Statement of Work Statement of Work (SOW) For CelleBrite Universal Extraction Device (UFED) Replacement and Trade-In for CelleBrite Touch Forensic Extraction Devices; 19 March 2014 PART 1 GENERAL INFORMATION 1.1 Description of Services/Introduction: The contractor shall provide Hardware Support and Maintenance Services as defined in this Statement of Work. 1.2 Background: CelleBrite USA, Inc. is the sole source developer for the CelleBrite UFED and Physical Analyzer Software. The U.S. Army Criminal Investigation Command possesses the following listed UFED devices and Physical Analyzer Software. The following listed devices can no longer be updated and cannot be used to perform forensic data extractions from the newer smart phones and tablet computing devices. The following listed will be traded-in to CelleBrite or their authorized contractor for new CelleBrite Touch Forensic Devices, which support the newer smart phones and tablet computing devices. The new CelleBrite Touch forensic devices are backwards compatible and will also analyze older cell phones and mobile devices. 1.3 Objectives: To procure new CelleBrite Touch Forensic Devices to replace the following listed CelleBrite UFED Devices. The contractor is able to identify by serial number, which of the following listed devices are Logical or Ultimate UFEDs: HardwareSerial NumberSupport Requested Universal Extraction Device (UFED)5531348Trade-In for Touch Device Universal Extraction Device (UFED)5531475Trade In for Touch Device Universal Extraction Device (UFED)5534413Trade In for Touch Device Universal Extraction Device (UFED)5534654Trade In for Touch Device Universal Extraction Device (UFED)5552751Trade In for Touch Device Universal Extraction Device (UFED)5559629Trade In for Touch Device Universal Extraction Device (UFED)5559724Trade In for Touch Device Universal Extraction Device (UFED)5559761Trade In for Touch Device Universal Extraction Device (UFED)5559765Trade In for Touch Device Universal Extraction Device (UFED)5559785Trade In for Touch Device Universal Extraction Device (UFED)5559848Trade In for Touch Device Universal Extraction Device (UFED)5559850Trade In for Touch Device Universal Extraction Device (UFED)5559866Trade In for Touch Device Universal Extraction Device (UFED)5559868Trade In for Touch Device Universal Extraction Device (UFED)5559883Trade In for Touch Device Universal Extraction Device (UFED)5559906Trade In for Touch Device Universal Extraction Device (UFED)5559907Trade In for Touch Device Universal Extraction Device (UFED)5559944Trade In for Touch Device Universal Extraction Device (UFED)5559992Trade In for Touch Device Universal Extraction Device (UFED)5560002Trade In for Touch Device Universal Extraction Device (UFED)5560010Trade In for Touch Device Universal Extraction Device (UFED)5560024Trade In for Touch Device Universal Extraction Device (UFED)5560032Trade In for Touch Device Universal Extraction Device (UFED)5561105Trade In for Touch Device Universal Extraction Device (UFED)5561109Trade In for Touch Device Universal Extraction Device (UFED)5561112Trade In for Touch Device Universal Extraction Device (UFED)5561116Trade In for Touch Device Universal Extraction Device (UFED)5561120Trade In for Touch Device Universal Extraction Device (UFED)5561126Trade In for Touch Device Universal Extraction Device (UFED)5561127Trade In for Touch Device Universal Extraction Device (UFED)5561141Trade In for Touch Device Universal Extraction Device (UFED)5574093Trade In for Touch Device Universal Extraction Device (UFED)5574095Trade In for Touch Device Universal Extraction Device (UFED)5574104Trade In for Touch Device Universal Extraction Device (UFED)5574105Trade In for Touch Device Universal Extraction Device (UFED)5574107Trade In for Touch Device Universal Extraction Device (UFED)5574111Trade In for Touch Device Universal Extraction Device (UFED)5574116Trade In for Touch Device Universal Extraction Device (UFED)5574124Trade In for Touch Device Universal Extraction Device (UFED)5574125Trade In for Touch Device Universal Extraction Device (UFED)5574126Trade In for Touch Device Universal Extraction Device (UFED)5574127Trade In for Touch Device Universal Extraction Device (UFED)5574128Trade In for Touch Device Universal Extraction Device (UFED)5574135Trade In for Touch Device Universal Extraction Device (UFED)5575561Trade In for Touch Device Universal Extraction Device (UFED)5575576Trade In for Touch Device Universal Extraction Device (UFED)5575607Trade In for Touch Device Universal Extraction Device (UFED)5575682Trade In for Touch Device Universal Extraction Device (UFED)5578039Trade In for Touch Device Universal Extraction Device (UFED)5578044Trade In for Touch Device Universal Extraction Device (UFED)5578049Trade In for Touch Device Universal Extraction Device (UFED)5578473Trade In for Touch Device Universal Extraction Device (UFED)5578491Trade In for Touch Device Universal Extraction Device (UFED)5578511Trade In for Touch Device Universal Extraction Device (UFED)5578523Trade In for Touch Device Universal Extraction Device (UFED)5578558Trade In for Touch Device Universal Extraction Device (UFED)5578568Trade In for Touch Device Universal Extraction Device (UFED)5578983Trade In for Touch Device Universal Extraction Device (UFED)5578987Trade In for Touch Device Universal Extraction Device (UFED)5578991Trade In for Touch Device Universal Extraction Device (UFED)5579008Trade In for Touch Device Universal Extraction Device (UFED)5579011Trade In for Touch Device Universal Extraction Device (UFED)5579014Trade In for Touch Device Universal Extraction Device (UFED)5579021Trade In for Touch Device Universal Extraction Device (UFED)5579022Trade In for Touch Device Universal Extraction Device (UFED)5579033Trade In for Touch Device Universal Extraction Device (UFED)5579041Trade In for Touch Device Universal Extraction Device (UFED)5579043Trade In for Touch Device Universal Extraction Device (UFED)5603830Trade In for Touch Device Universal Extraction Device (UFED)5606701Trade In for Touch Device Universal Extraction Device (UFED)5606782Trade In for Touch Device Universal Extraction Device (UFED)5613241Trade In for Touch Device Universal Extraction Device (UFED)5613347Trade In for Touch Device Universal Extraction Device (UFED)5613350Trade In for Touch Device Universal Extraction Device (UFED)5613355Trade In for Touch Device Universal Extraction Device (UFED)5613361Trade In for Touch Device Universal Extraction Device (UFED)5613363Trade In for Touch Device Universal Extraction Device (UFED)5613368Trade In for Touch Device Universal Extraction Device (UFED)5613369Trade In for Touch Device Universal Extraction Device (UFED)5613424Trade In for Touch Device Universal Extraction Device (UFED)5613432Trade In for Touch Device Universal Extraction Device (UFED)5613457Trade In for Touch Device Universal Extraction Device (UFED)5613459Trade In for Touch Device Universal Extraction Device (UFED)5613460Trade In for Touch Device Universal Extraction Device (UFED)5613464Trade In for Touch Device Universal Extraction Device (UFED)5613465Trade In for Touch Device Universal Extraction Device (UFED)5613474Trade In for Touch Device Universal Extraction Device (UFED)5613478Trade In for Touch Device Universal Extraction Device (UFED)5613483Trade In for Touch Device Universal Extraction Device (UFED)5613488Trade In for Touch Device 1.4 Scope: The contractor shall provide the following: - Twenty Five (25) Ruggedized CelleBrite Touch Ultimate Forensic Extraction Devices - Sixty Five (65) Ruggedized CelleBrite Touch Logical Devices - All ninety (90) Ruggedized CelleBrite Touch Devices will be delivered to the Headquarters, U.S. Army Criminal Investigation (HQUSACIDC), Russell Knox Building, 27130 Telegraph Rd, Quantico, VA 22134 within thirty days of contract award. -The contractor will allow a Pricing value with trade-in of the old UFEDs at the following rates: 1. Thirty nine (39) CelleBrite UFED Logical Classic (Rugged) Trade-In to CelleBrite Logical Touch Device(s), Unit Price; $4,500.00 each. 2. Twenty five (25) CelleBrite UFED Ultimate Classic (Rugged) Trade-In to CelleBrite Ultimate Touch Device(s), Unit Price; $6,000.00 each 3. Twenty six (26) CelleBrite UFED Ultimate Classic (Rugged) Trade-In to CelleBrite Logical Touch Device(s), Unit Price; $4,500.00 each - Technical customer service during normal business hours. 1.5 Period of Performance: The contractor will provide the ninety (90) new CelleBrite Touch devices within 30 days of award of the contract. The contractor will allow a period of 120 days for HQ USA CIDC, G3 to receive from their subordinate units all of the CelleBrite UFED devices and return them to the contractor. 1.6 Place of Performance: NA. 1.7 General Information: -A UFED Logical is used to extract logical data (data you could see if you looked at the device) from cell and mobile devices. A UFED Ultimate is used to extract physical data (data you can see, deleted data, and other data from unallocated space) from cell and mobile devices. The extracted data is used as evidence in criminal investigations. The UFED is the only tool used by CID case agents in the field. The U.S. Army Criminal Investigation Command (USACIDC) began fielding the UFED in 2008. The UFED is the current industrial standard extraction device used by law enforcement throughout the United States for extracted data from cell and mobile devices. -The current CelleBrite Logical and Ultimate UFEDs do not recognize the data file systems used in the newer models of smart phones and tablet devices. - The current CelleBrite Logical and Ultimate UFEDs cannot be upgraded to work with the newer data file systems and must be replaced. - The new CelleBrite Logical and Ultimate Touch Devices can recognize the new data file systems found on the new smart phones and tablets. Furthermore, these devices are fully backwards compatible and recognize the older data file systems found on older smart phones and cell phones. - The new CelleBrite Logical and Ultimate Touch Devices are now the current industrial standard extraction device used by law enforcement throughout the United States for extracted data from cell and mobile devices. 1.7.1 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the terms of the contract. 1.7.2 Government Holidays: N/A 1.7.3 Type of Contract: The government anticipates award of a firm-fixed price (FFP) type contract for commercially available CelleBrite Logical and Ultimate Touch Devices with the Trade-In of ninety (90) CelleBrite Logical and Ultimate UFEDs currently in USACIDC inventory. 1.7.4 Security Requirements: N/A 1.7.4.1 Physical Security. N/A 1.7.4.2 Key Control. N/A 1.7.5 Special Qualifications: N/A 1.7.6 Post Award Conference/Periodic Progress Meetings: N/A 1.7.7 Contracting Officer Representative (COR): N/A 1.7.8 Contract Manager: N/A PART 2 DEFINITIONS & ACRONYMS Quality Assurance. Those actions taken by the government to assure services meet the requirements of the Statement of Work IAW - in accordance with PoP - Period of Performance PRS - Performance Requirements Summary SOW - Statement of Work PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3.1 General: N/A PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.1 General: Except for those items specifically stated to be government furnished in Part 3, the contractor shall furnish everything required to perform this SOW. PART 5 SPECIFIC TASKS 5.1 Standard Services: The contractor shall provide technical support via phone, email and/or online support. Software upgrades and patches are managed and addressed in a separate contract currently administered by Root9b. PART 6 APPLICABLE PUBLICATIONS 6.1 Publications applicable to this SOW are listed below. The publications must be coded as mandatory or advisory, the date of the publication, and what chapters or pages are applicable to the requirement. All publications listed are available via the Internet at the specified e-mail address. PART 7 ARMY ELECTRONIC INVOICING INSTRUCTIONS 7.1 Invoice Instructions: IAW Department of Defense Federal Acquisition Regulations (DFARS) 252.232-7003, Electronic Submission of Payment Request, please submit all invoices using the Wide Area Work Flow (WAWF) online database system. To become a registered user, go to https://wawf.eb.mil. Additionally, training for WAWF, may be obtained by visiting http://wawftraining.com/. PART 8 ATTACHMENT/TECHNICAL EXHIBIT LISTING 8.1 Attachment/technical exhibits applicable to this SOW are listed below. TECHNICAL EXHIBIT 1 Performance Requirements Summary (PRS) The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective StandardPerformance ThresholdMethod of Surveillance The contractor shall provide hardware in Section 1.3 in accordance with the terms of this contractThe support provided for these devices is covered under the annual licensing agreement. Delivery of all devices and return of 90 units in CID inventory. The CCPM, the Cmd DFE, and USACIDC G4 will receive and inventory both the new devices and the trade-in devices.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0c055f635a68cb12bedaccda2e096f73)
- Place of Performance
- Address: ACC - New Jersey 5418 south scott plaza fort dix NJ
- Zip Code: 08640
- Zip Code: 08640
- Record
- SN03408210-W 20140628/140626235705-0c055f635a68cb12bedaccda2e096f73 (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 |