Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
SOLICITATION NOTICE

70 -- Norfolk MSC VTC Suite Integration - RFI document with PWS

Notice Date
7/9/2014
 
Notice Type
Presolicitation
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC DC, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540, United States
 
ZIP Code
20398-5540
 
Solicitation Number
N1022-14-0003
 
Archive Date
7/29/2014
 
Point of Contact
Oliver Queen, Phone: 2026855937
 
E-Mail Address
oliver.queen@navy.mil
(oliver.queen@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI document with PWS From: Military Sealift Command, IT Services (N6), N1022 Subject: Norfolk MSC VTC Suite THIS IS A REQUEST FOR INFORMATION ONLY, AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS MARKET SURVEY, OR TO CONTRACT FOR SERVICES. 1. GENERAL: Military Sealift Command (MSC) intends to solicit information to procure and integrate hardware with the existing Video Tele-Conference Suite located in Norfolk, Building SP64. These Information Technology (IT) Ashore Operations Support Services are necessary to ensure operational availability of Military Sealift Command's (MSC) IT systems worldwide in accordance with MSC N6 Strategic Plan. 2. SCOPE OF WORK: See enclosure 1 3. AREA OF OPERATIONS: See enclosure 1 4. CONTRACT TYPE: - Firm-Fixed-price Contract type 5. PERIOD OF PERFORMANCE: - All work under this order shall be completed by 30 September 2014 6. Interested parties shall furnish the following minimum information: a. Name of company; b. Point of Contact, Telephone Number, Fax Number, Address, and e-mail address; c. Brief summary of company history relative to similar requirements; d. Small business size status; e. Estimated cost; f. Estimated time to complete performance, information regarding technical solutions; g. Recommendations regarding contract type, terms and conditions, pricing structure, etc; h. Evidence of sufficient resources to meet obligations prior to invoicing under the contract; i. A financing plan for providing necessary facilities/resources to meet contract requirements; and j. Any pertinent questions/concerns regarding the requirement. Small business respondents are also requested to demonstrate how 51% of the contract effort will be performed. 7. MSC requests responses no later than 8:00AM Washington, DC, (EST) time on July 14, 2014. The points of contact for this market survey are Oliver Queen, Jr. at (202)685-5937 and Tiffany Wulfsohn at (202) 685-5575. Responses should be emailed to oliver.queen@navy.mil and tiffany.wulfsohn@navy.mil. 1. Scope: This requirement encompasses all activities to provide Information Technology (IT) Ashore Operations Support Services necessary to ensure operational availability of Military Sealift Command's (MSC) IT systems worldwide in accordance with MSC N6 Strategic Plan. 2. Background: The Military Sealift Command, is located at the Washington Navy Yard, DC, has and at 6 major field offices: Sealift Logistics Command Atlantic (SEALOGLANT) in Norfolk, VA; Sealift Logistics Command Pacific (SEALOGPAC) in San Diego, CA; Sealift Logistics Command Central (SEALOGCENT) in Manama, Bahrain; Sealift Logistics Command Europe (SEALOGEUR) in Naples, Italy; Sealift Logistics Command Far East (SEALOGFE) in Singapore which consists of 3 Sub Commands (MSCO Diego Garcia, MSCO Okinawa, MSCO Korea); and Military Sealift Fleet Norfolk which consists of 6 Sub Commands: SSU San Diego, SSU Guam, SSU Singapore, SSU Bahrain, SSU Naples, and SSU Japan. MSC Washington is co-locating with NSC Norfolk to create the MSC Headquarters in Norfolk. The C4S Directorate (N6) is responsible for MSC IT worldwide. The Director of C4S serves as MSC's Command Information Officer (CIO), the principal IT advisor to the MSC Commander. The CIO is supported by a Deputy Director, a Technical Director, and five divisions. MSC C4S Directorate's mission is to provide IT support to MSC managers and staff necessary to effectively and efficiently carry out the agency's mission; to provide integrated, standards based, secure IT solutions within the context of the Global Information Grid in concert with the DoD and its partners; and to ensure that IT resources are acquired and managed in a manner consistent with the standards, policies, and priorities established by the Secretary of Defense and the MSC Commander. 3. Tasks: 3.1 Procure and integrate the below hardware with the existing VTC Suite located in Norfolk, Building SP64. 3.1.1 Secure/Non-secure VTC Suite 1 (existing SP-64 conference room) 1. Dual 80" displays 2. Six (6) Ceiling speakers 3. Two (2) High-Definition (HD) cameras 4. Six (6) Ceiling microphones 5. Podium Microphone with on/off switch 6. Four (4) computer interfaces a. Keyboard Video Mouse (KVM) Non-Classified Internet Protocol Router (NIPR)/Secret Internet Protocol Router (SIPR at podium b. Laptop/legacy connection at podium c. NIPR from Control Room (fiber optically isolated to ensure red/black separation) d. SIPR from Control Room (fiber optically isolated to ensure red/black separation and interface powered off during unclassified meetings) 7. Two (2) HDTV tuners 8. Digital matrix switch (AMX DVX-3155HD 10x4) 9. AMX Control system 10. 19" panoramic touch panel for control room with preview 11. 10" touch panel for head of table with full screen preview 12. DCO integrated into room system 13. Phone Add on capability 3.1.2 Secure/Non-secure VTC Suite 2 (existing SP-64 conference room) 1. Dual 55" displays 2. Ceiling speakers 3. One (1) HD cameras 4. Ceiling microphones 5. Four (4) computer interfaces a. KVM NIPR/SIPR at podium b. Laptop/legacy connection at podium c. NIPR from Control Room (fiber optically isolated to ensure red/black separation) d. SIPR from Control Room (fiber optically isolated to ensure red/black separation and interface powered off during unclass meetings) 6. Two (2) HDTV tuners 7. Digital matrix switch (AMX DVX-3155HD 10x4) 8. AMX Control system 9. 19" panoramic touch panel for control room with preview 10. 10" touch panel for head of table with full screen preview 11. DCO integrated into room system 12. Phone Add on capability 3.1.3 Control Room (existing SP-64 conference room) 1. Separate Control for both VTC Suites 2. Four (4) 32" LCD Displays to mirror images of main and left displays in each suite 3. Equipment to be mounted in two equipment racks, one at each end of U shaped desk 4. Audio monitoring for both VTC Suites (headsets) 3.1.4 Option for VTC Manager Office 1. Four (4) 32" LCD displays to mirror images of main and left displays in each VTC Suite 2. Video Only (Manager VTC only requires video) 3.2 References The Contractor shall comply with all applicable references as outlined in Table 3. This is not an all-encompassing list as IT documentation is an ever changing and the Contractor shall be expected to comply with the most updated guidance as directed. Table 3 Document Source No./Version United States Code Title 10 United States Code Title 31 OMB Circular A-11 Circular A-123 Circular A-127 Circular A-136 Department of the Treasury Financial Manual DoD Directive 5000.01 Department of the Treasury Federal Accounting Standards Advisory Board DoD Regulation 7000.14-R Government Accountability Office AIMD-00-21.3.1 Government Accountability Office GAO-01-1008G Chief Financial Officer's Council Implementation Guide Department of Defense 2010 Department of Defense DoD Instruction 5010.40 DoD Guidance FIAR Department of the Navy Manual NAVSO P-1000 Department of the Navy Manual SECNAV M-5200.35 Department of the Navy Instruction SECNAVINST 5211.5E Department of the Navy Instruction SECNAVINST 5239.3B Department of the Navy Instruction OPNAVINST 5200.24B Department of the Navy Instruction SECNAVINST 5200.34E Department of the Navy Instruction SECNAVINST 5200.35E Department of the Navy Instruction SECNAVINST 7000.27A BUPERS BUPERSINST 5200.12A Department of the Navy Budget Submitting Offices Directives and Instructions related to those above 4. Place of Performance: All work under this order will be completed at the MSC Norfolk facility (Building SP-64) in Norfolk, Virginia. 5. Period of Performance: All work under this order shall be completed by 30 September 2014. 6. Order Type: This is a firm-fixed-price order. All supplies and services as described in this order shall be provided for the total price specified in this order. 7. Deliverables: All deliverables will be prepared using Microsoft Office products (Word, Excel, Project, PowerPoint). All deliverables shall comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), and the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (36 CFR part 1194). Exception to this must be approved in writing by the COR or Contracting Officer. General deliverables required, are outlined below (All costs associated with these reports are considered to be part of the Contractor's fixed rates). Required Delivery Schedule Task Deliverable Distribution Delivery 4.0 POA&Ms COR 5 business days after award 7. Performance Standards: This is a Performance Based Contract in accordance with FAR 37.6. The Performance Work Statement provides specific requirements to accomplish the work, documenting the method of approach, analytical tools, and staff required. The Contractor shall be evaluated on their ability to process orders and its ability to process NEURS data. The Government shall monitor the Contractor's performance under this contract using quality assurance procedures developed by the Government known as a Performance Assessment Plan (PAP) (Attachment 1). Typical procedures might include random sampling, checklists, inspections, and customer complaints. This is not an all-inclusive list. 8. Common Access Cards (CAC) and Contractor Identification: 8.1 The United States Department of Defense (DOD)/Uniformed Services Identification Common Access Card (CAC) is the standard identification card issued to authorized personnel within DOD. The Contractor shall ensure Common Access Card with Public Key Infrastructure (PKI) are obtained for any contractor personnel who require logical access to the Department of Navy's computer networks or systems and / or will require regular access to Government installations, facilities, and ships for the duration of the contract. Fees associated with obtaining CACs are not reimbursable and shall be part of the Contract firm fixed price. 8.2 Authorized Personnel. CACs are to be issued only through the auspices of a Trusted Agent (TA) (assigned after contract award), and only to U.S. Citizens or other individuals as authorized by Commander, Military Sealift Command (MSC). The contractor shall coordinate with the TA to ensure contractor employees have been entered into the web based Contractor Verification System (CVS). 8.3 Tracking and Disposition. Since the card is Government property, contractors are responsible for the control of CAC issued to their personnel under MSC contract. In order to ensure positive control of CAC, contractors shall, at a minimum: 8.3.1 Require employees to surrender their CAC to the COR at the end of his/her employment. 8.3.2 The Contractor shall surrender all CACs issued in the performance of a subject contract upon: 1) Termination of the contract; 2) As directed by the issuing authority, the Trusted Agent or the Contracting Officer. 8.4 CAC Reporting. The Contractor shall provide to the Contracting Officer: 8.4.1 A semi-annual list of all CACs issued to contractor employees and subcontractor's employees. The list shall state: 1) Names of the employee; 2) Location of CAC (e.g., with employee, returned to issuing office). 8.4.2 A report shall be made within 24 hours of discovering any CAC is lost, stolen or destroyed. The Contracting Officer shall then generate a report to the Trusted Agent for cancellation of the card. 8.5 Contractor Identification. 8.5.1 Contractor employees must be clearly identifiable while on Government property by wearing appropriate badges. 8.5.2 Contractor personnel and their subcontractors must identify themselves as Contractors or subcontractors during meetings, telephone conversations, in electronic messages, or correspondence related to this contract. 8.5.3 Contractor-occupied facilities (on Department of the Navy or other Government installations) such as offices, separate rooms, or cubicles must be clearly identified with Contractor supplied signs, name plates or other identification, showing that these are work areas for Contractor or subcontractor personnel. 9. Designation of Contracting Officer's Representative (COR): 9.1 The Contracting Officer has designated the person named below as the authorized COR for this contract: NAME: TO BE PROVIDED AT AWARD. CODE: ADDRESS: PHONE: FAX: 9.2 The COR is a representative of the Contracting Officer and is responsible for the following: 1. Providing Technical Direction and/or approval of changes in level of effort, to the extent the changes reduce the level of effort. An increase in the level of effort is not authorized. 2. Determining that hours invoiced reflect hours actually worked per labor category. 3. Final inspection and acceptance of all deliverables under the contract. 10. Authorized Changes Only by the Contracting Officer: 10.1 Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause of this contract. 10.2 The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. 10.3 The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, said authority remains solely the Contracting Officer's. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME: TBD ADDRESS: TBD TELEPHONE: TBD 11. Security: All work under the contract is UNCLASSIFIED. This effort may require access to U.S. Government classified information and facilities. The Contractor shall where necessary provide personnel that have a current U.S. Government SECRET security clearance. A Department of Defense 254 form is required, see Exhibit 2. Contractors must have a facility clearance, up to SECRET, prior to contract award. An interim facility clearance prior to contract award is also acceptable. Security requirements are described in Section J, Exhibit 2 (Department of Defense Contract Security Classification Specification DD 254). Blocks 6 and 7 of that form will be finalized following award. The Contractor shall pursue and obtain SECRET clearances for all personnel as required by applicable Task Orders. This requirement also applies to all sub-contractor personnel. All personnel (includes Contractor and sub-contractor) working with classified information and on U.S. Government facilities will require a Secret Clearance. The Contractor shall establish and maintain an access list of those employees working on applicable Task Orders. A copy of the access list shall be furnished to the MSC Security Manager, N15. All personnel reassignments and changes shall be provided via the revised access list to the MSC Security Manager, N15. MSC shall provide the Contractor access to all areas as necessary to support contract performance. At the direction of MSC, upon completion or termination of the Task Order, all classified information furnished will be returned to the direct custody of the designated Information Assurance Manager (IAM), or destroyed in accordance with applicable instructions. 12. Personnel Requirements: 12.1 All Contractor personnel shall have completed the requirements identified in Attachment J-7 (DoD Information Assurance Workforce Improvement Program (8570.01M)). 12.2 All Contractor personnel performing work under this order shall be fluent in English and citizens of the United States of America. 12.3. Specific Personnel Requirements: Contractor Personnel l shall meet the minimum requirements specified below. 12.3.1 Video Teleconferencing Engineer: demonstrate experience as a VTC design engineer, VTC/Video Technicians, and Control System Programmer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N1022-14-0003/listing.html)
 
Place of Performance
Address: MSC Norfolk facility (Building SP-64), Norfolk, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN03418932-W 20140711/140710022811-ee75e0baa3ff1ee59eda12ae4d96d042 (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.