Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 27, 2015 FBO #5025
SOLICITATION NOTICE

63 -- LESD Galaxy Security Upgrade

Notice Date
8/25/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Lee, 1830 Quartermaster Road, Bldg 7124, Fort Lee, Virginia, 23801-1606, United States
 
ZIP Code
23801-1606
 
Solicitation Number
0010667717
 
Archive Date
10/9/2015
 
Point of Contact
Paul A. Kenny, Phone: 8047344629, Timothy E Wills, Phone: 8047343511
 
E-Mail Address
paul.a.kenny2.mil@mail.mil, timothy.e.wills.civ@mail.mil
(paul.a.kenny2.mil@mail.mil, timothy.e.wills.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PR & C #: PERFORMANCE WORK STATEMENT (PWS) FOR THE PURCHASE AND UPGRADING LESD GALAXY SECURITY ACCESS CONTROL SYSTEM (GSACS) CONTRACT IN BUILDING 12408 FORT LEE VA 23801 C-1. GENERAL. C-1.1. SCOPE OF WORK. Logistics Exercise and Simulation Directorate (LESD) serves as a capability integrator and provider of worldwide sustainment Battle Command training exercises. LESD provides exercise support to the Institutional and Operational Army to assist commanders in preparing soldiers to successfully execute their sustainment missions. The galaxy security access control system in building 12408 was installed in 2009, which included hardware and software. The galaxy system monitors and controls the access to the building on all three floors. The magnetic access cards and CAC cards are used by the LESD personnel, tenants and other visiting personnel to access the building. The contractor shall furnish all labor, materials, equipment, and software necessary to complete the galaxy system. It includes all contractor travel and freight from contractor to building 12408, Fort Lee VA 23801. The contractor will provide and install the following hardware and software in the galaxy system to complete the upgrade: Five (5) 635 (20-0635-30) Central Processing Unit (CPU) Rev. H. Boards, Twenty (20) (20-0235-10) 635 Dual Reader Module (DRM) mount in the controllers, One (1) SG Corporate (90-0600-70/32C) to handle up to 32 Readers (software) with first year software and hardware maintenance. The contractor will verify and test the Galaxy system after installation to make sure it functions and supports LESD mission. After the installation and final inspection, the contractor ensure the GSACS is operating in all areas of building 12408. This will include all card readers working throughout the building. The upgraded galaxy system must meet DoD Information Assurance Certification & Accreditation Process (DIACAP) and IAW Army Regulation for Anti-Terrorism and Physical Security. The upgrade installation should not affect or have any negative impact on the Risk Management Framework (RMF). The contractor must consider the effectiveness, efficiency and constraints due to applicable laws. The contractor will provide timely, efficient service. The response time for repair technician to be on site at Building 12408, will be within 2 hours from the time system failure was reported to contractor. Once repair is started it must be completed within 24 hours from time contractor is notified of system failure. Work shall consist of systematically installing, testing, and inspecting the galaxy system. As a LESD physical security requirement, the contractor will not bring any cellular phone into classified areas within building 12408. All cellular phone calls must be from unclassified areas or made outside the building. C.1.1.2 Period of Performance. The period of performance shall read as follows: Installation work will start on immediately after the award of the contract and complete it within 7 days. The contractor will make sure that the upgraded galaxy system hardware and software are running without any failure and meets LESD mission requirements. C.1.2 Contractor Personnel. C.1.2.1 Project Manager. The Contractor shall provide an individual who shall conduct overall management coordination and be the central point of contact with the Government for performance of all work under this contract. The name of the individual and alternate(s) who can act for the Contractor shall be designated in writing to the Contracting Officer prior to contract start and finishing. All employees shall be legal residents of the United States and be able to understand, speak, read, and write the English language. C.1.2.2 Personnel Experience. The Contractor shall furnish, in writing to the Contracting Officer, evidence of qualifications for each of his installers (Technicians employees) prior to commencing work under this contract. Qualifications shall consist of a recognized license or satisfactory completion of an accredited school of technical training in the field of Galaxy Security Access System. All employees assigned by the Contractor to perform work under this contract shall be physically able to do the assigned work, shall speak and write English and be a US citizen or US Permanent Resident. The Contractor shall, at contract start, provide the Contracting Officer with a list of all Contractor's employees who will perform work under this contract. This list shall include the full name, and position to be held by each Contractor employee. The Contractor shall update this list within 10 days as changes occur for the duration of the contract. C.1.2.3 Identification of Employees. The Contractor shall provide each employee an identification badge. The badge shall include, as a minimum, the person's name and the name of the Contractor's firm. The Contractor shall ensure that his personnel wear the badge in plain view at all times when performing work under this contract. C.1.2.4 Conduct of Personnel. The Contractor shall ensure that personnel present a professional appearance at all times and that their conduct shall not reflect discredit upon this installation or the Department of the Army. The Contractor shall remove from the job site any employee for reasons of misconduct or security. The removal from the job site of such a person shall not relieve the Contractor of the requirement to provide sufficient personnel to perform adequate and timely service. The Contractor's employees shall observe and comply with all local and higher headquarters policies, regulations, and procedures concerning fire, safety, environmental protection, sanitation, security, gratuities, flag courtesy, "off limits" areas, wearing of parts of military uniforms and possession of firearms or other lethal or illegal weapons or substances. C.1.3 Hours of Operation. C.1.3.1 Normal Duty Hours. The LESD normal duty hours are from 8:00 AM to 5:00 PM, Monday through Friday, except legal public holidays and as specified in Section C.1.3.2. However, LESD has staff that work after duty hours and during holidays, so the contractor must be available seven days a week; 24 hours a day. The response time to service call must be 2 hour following receipt of a service call from an authorized LESD person. Resolution of the problem will be within 24 hours or less from the receipt of service call. C.1.3.2 Holidays [ref: 5 U.S.C 6103 (a)]. The following list defines legal public holidays in effect for the term of this contract. Scheduled contract performance falling on one of these days shall be rescheduled for the day preceding or the day following the holiday. New Years Day Thanksgiving Day Martin Luther King's Birthday Veteran's Day George Washington's Birthday Christmas Day Memorial Day Labor Day Independence Day Columbus Day C.1.4 Quality Control. C.1.4.1 Contractor Quality Control. The Contractor shall establish and maintain a Quality Control Plan that is acceptable to the Government, and shall be approved prior to contract starting date. C.1.5 Contractor Manpower Reporting C.1.5.1 Reporting of Contractor Services and Manpower Accounting for Contractor Services: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The information to be reported is as follows: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardization nomenclature provided on website); (12) Presence of deployment or contingency contract language; (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. 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 in-theater contracts, requiring activities have the option of requiring more frequent reporting. Uses and Safeguarding of Information. Information from the secure web site is considered to be proprietary in nature when the contract number and contractor identity are associated with the direct labor hours and direct labor dollars. At no time will any data be released to the public with the contractor name and contract number associated with the data. Subcontract Data. The contractor shall ensure that all reportable subcontract data is timely reported to this data collection web site (citing this contract/order number). At the discretion of the prime contractor, this reporting may be done directly by subcontractors to the data collection site; or by the prime contractor after consolidating and rationalizing all significant data from the subcontractors. Reporting Flexibility. Contractors are encouraged to communicate with the Help Desk identified at the data collection web site to resolve reporting difficulties. Changes to facilitate reporting may be authorized by the contracting officer or the Help Desk (under HQDA policy direction and oversight). C.2 DEFINITIONS/ACRONYMS. As used throughout this PWS, the following terms/acronyms shall mean: C.2.1. Definitions. C.2.1.1 Acceptable Quality Level (AQL). The maximum percent defective (or the maximum number of defects per hundred units) that can be considered as a satisfactory performance average. The Government will accept the great majority of lots provided that the percent defective (or defects per hundred units) in these lots is not greater than the designated value of AQL. However, the Contractor shall not intentionally perform in a defective manner and shall provide any service found to be defective whenever possible. C.2.1.2 Annually. As used herein shall mean three-hundred sixty-days plus or minus five days. C.2.1.3 Breakdown. The stoppage or collapse of equipment at a facility, or a component thereof, that requires immediate corrective action to restore it to operating condition. C.2.1.4 Clean. As used generally, means removal of dirt or impurities. As used for acceptance of work, means gleaming; bright; free of dirt, contamination, or impurities; unsoiled; unstained; having no flaws or roughness; clear; regular; or having few corrections; etc. C.2.1.5 Contract Discrepancy Report (CDR). A formal, written documentation of Contractor nonconformance or lack of performance of contracted work. C.2.1.6 Contractor. The individual or company responsible for performing the duties and responsibilities covered in the contract. C.2.1.7 Contracting Officer. A person with authority to enter into, administer, and/or terminate contracts and make related determinations and findings for the United States Government (USG). C.2.1.8 Monthly. As used herein shall mean thirty days plus or minus five days. C.2.1.9 Preventive Maintenance. Work performed by the Contractor to inspect, repair, and keep in proper operating condition all Government equipment as specified herein. C.2.1.10 Contracting Officer Representative (COR). Representative of the Contracting Officer who performs quality surveillance and inspection of the Contractor's performance. C.2.1.11 Quality Control Plan. The Contractor's system to control the equipment, systems, or services to ensure that requirements of the contract are met. C.2.1.12 System. A system, as used in this contract, includes all mechanical and electrical equipment; supporting structures; pneumatic, electronic, electrical and mechanical types of controls; and all auxiliary equipment required to provide a specific function and output requirements. C.2.2 Acronyms. Commonly used acronyms are listed below. Other acronyms and abbreviations are listed in applicable publications and in AR 310-50, Catalog of Abbreviations and Brevity Codes. QAE: Quality Assurance Evaluator PWS: Performance Work Statement POV: Privately-Owned Vehicle PM: Preventative Maintenance G&A: General & Administrative (Expenses) C.3 GOVERNMENT-FURNISHED PROPERTY AND SERVICES. C.3.1 Government-Furnished Property. No facilities, equipment, parts, or supplies will be provided for the Contractor's use in the performance of any service under this contract. C.3.1.1 Emergency Medical Treatment. Medical services for Contractor personnel are the responsibility of the Contractor. For emergencies call 911 and ambulance will transport injured employee to nearest hospital. C.4 CONTRACTOR FURNISHED ITEMS. Except for items listed in C.3, the Contractor shall provide all equipment, labor, parts, tools, transportation, supplies and supervision necessary to perform the requirements of this contract. C.5 DESCRIPTION OF WORK. C.5.1 General. The Contractor shall provide and install all equipment mentions at the top to upgrade Galaxy hardware and software located in LESD bldg 12408, 740 Quarters Road, Fort Lee, VA 23801. This work shall be performed in accordance with the Performance Requirements Summary which summarizes the services, associated standards, and the Acceptable Quality Levels (AQL). C.5.2 Reporting Requirements. The contractor shall adhere to the schedule, and furnish to the LESD POC upon completion of the installation and testing of the GSACS in LESD building. He will make sure that all new upgrade GSACS is installed, tested and working. C.5.3 Preventive Maintenance. None. C.5.4 Contractor Availability. The Contractor shall maintain a telephone at which he or his representative may be reached during normal business hours. The telephone shall be listed in the Contractor's name. If the Contractor does not have a local telephone, he shall maintain a toll free emergency telephone (or accept collect calls from authorized government personnel). Contractor shall notify the LESD POC in writing of the mailing address and telephone number prior to contract start and immediately thereafter in the event of change. C.5.5 Hazardous Conditions. During the course of performing work under this contract, should the contractor find serious or hazardous conditions, the Contractor shall secure the equipment and immediately notify the LESD POC. C.5.6 Cleanliness. While installing and testing the GSACS during the installation process, any trash and waste material shall not be permitted to accumulate, and shall be removed by the Contractor employees. C.6. CONTRACTOR MANPOWER REPORTING (CMR) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative, (2) Contract number, including task and delivery order number, (3) Beginning and ending dates covered by reporting period, (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data, (5) Estimated direct labor hours (including subcontractors), (6) Estimated direct labor dollars paid this reporting period (including subcontractors), (7) Total payments (including subcontractors), (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different), (9) Estimated data collection cost, (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information), (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provide on web site), (12) Presence of deployment or contingency contract language, and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct extensible Markup Language (XML) data transfer to the database server or fill in the Fields on the web site. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dee4d39ddd27049aded0f421eb547cf3)
 
Place of Performance
Address: BLDG 12408, Ft. Lee, Virginia, 23801, United States
Zip Code: 23801
 
Record
SN03855618-W 20150827/150826000541-dee4d39ddd27049aded0f421eb547cf3 (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.