SOURCES SOUGHT
J -- C-17 S9100 Test Station Maintenance and Repair - RFI
- Notice Date
- 11/10/2015
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Material Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- C17TestStationS9100MainNRepair_RobinsAFB
- Archive Date
- 12/12/2015
- Point of Contact
- Nancy E. Cox, Phone: 478-926-8899
- E-Mail Address
-
nancy.cox@us.af.mil
(nancy.cox@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Due to spacing issues, this is the pdf version of the RFI. C-17 S9100 Test Station Maintenance and Repair Request for Information November 10, 2015 This market survey is being conducted to identify potential sources that may possess the expertise, capabilities and experience to successfully complete this effort for Robins Air Force Base, Georgia and does not constitute a commitment, implied or otherwise, that a procurement will be accomplished. This is not a request for proposal or invitation for bid but rather a Request for information (RFI) and a Rough Order Of Magnitude Estimate. The government will not reimburse any cost associated with this RFI. The level of security clearance and amount of foreign participation in this requirement has not been determined. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The Government is conducting market research to identify potential sources that possess the repair data, expertise, capabilities, and experience to meet qualification requirements to repair the C-17 S9100 Test Station Serial number 0415551. The Government does not own or have access to the data for this item. Contractor support of this test station includes hardware assistance, preventive maintenance, component replacement, repair and software maintenance for the station listed in Attachment 1. Teradyne is the OEM and Sole Source for this test station. There are no known funding sources available for reverse engineering. Time to reverse engineer would be insufficient/indefinite and result in unavailable data for projected Period of Performance. The C-17 Spectrum 9100 Test Station is available as a Commercial Off The Shelf (COTS) solution for both military and commercial (non-government) applications to test and repair avionics systems. Instructions: 1. Below is a description of The C-17 Spectrum 9100 Test Station System requirements and a Contractor Capability Survey, which allows you to provide your company's capability. The PWS is attached below. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market survey should be addressed by Nancy E. Cox, 478-926-8899, email nancy.cox@us.af.mil. REQUIREMENTS DESCRIPTION 1. Replacement Parts. The contractor shall provide replacement identical parts or those approved as Original Equipment Manufacturer (OEM) substitutes per OEM specification item within the time specified by the service type ordered. Parts will be shipped by common carrier. If replacement times cannot be met due to obsolescent parts issues, the contractor shall provide written notification to the Subject Matter Expert (SME) to identify the issue and provide estimated time for repair. Service times are defined as follows: • Basic Parts Service (BPS) - 5 business days after receipt of defective part. BPS service includes low-cost replenishment with on-site inventory • Mature Parts Service (MPS) - 20 business days after receipt of defective part. MPS includes replacement part shipped after the defective part is returned for mature and end-of-life product. • Exact Swap Service (ESWP) - 60 business days after receipt of defective part. ESWP includes repair services for end-of-life product or where exact part return is required. Any difference shall be approved by the Government technical representative. 2. Unscheduled Maintenance. The contractor shall arrive on site for unscheduled maintenance request within three (3) working days from notification. 3. Scheduled Preventive Maintenance: Scheduled preventive maintenance will be as defined by the OEM. Contractor shall respond and schedule with the SME the site visit semi-annually for routine maintenance. 4. Licenses and updates: Contractor shall provide software licenses and updates as required for software in 5.0 Attachment 1. Attachment 1: Hardware /Software Hardware Hardware Equipment Listing / Location S/N SERIES LOCATION 0415551 S9100 Bldg.645 RAFB, Ga. Software Software Products and Services Required to Support the Spectrum 9100 Test Systems including the following: 1. Software updates 2. System self-test software 3. Teradyne digital VXI instrument group software 4. Test studio software 5. Documentation updates 6. System performance reporting (SPR) services Call 1877 Teradyne and submit software support request 7. Access to the Teradyne ATD software support center 8. Customer bulletins Attachment 2: Publications Name of Publication Date Title AFI 10-403 December 22, 2014 Deployment Planning and Execution AFI 31-101 - Physical Security - restricted access publication AFI 31-501 November 29, 2012 Personnel Security Program Management. AFI 31-601 June 29, 2005 Industrial Security Program Management AFI 33-115 September 16, 2014 Communications and Information AFI 33-200 October 15, 2010 Information Assurance Management AFI 91-204 April 14, 2015 Safety Investigations and Reports AFMCI 90-104 November 16, 2011 Implementing AFSO21 Initiatives AFSSI 5027 - Network Security Policy AFSSI 8522 June 9, 2008 Access to Information Systems DFARS 237.76 November 24, 2010 Continuation Of Essential Contractor Services DoD 5200.2R February 23, 1996 Personnel Security Program DoD 5200.40 December 30, 1997 DoD Information Technology Security Certification and Accreditation Process DoD 5220.22 March 18, 2011 National Industrial Security Program DoD 5220.22-M February 28, 2006 National Industrial Security Program Operating Manual DoDI 1100.22 April 12, 2010 Policy and Procedures for Determining Workforce Mix WR-ALC OI 90-201 August 22, 2014 Self-Assessment Program PL-91-596 Nov 1990 Public Law 91-596 Attachment 3: Table 4, third-party software applications excluded from SSA Excluded from a standard Seller SSA is any 3rd party software update or bug fix, including but not limited to the following software applications: Table 4, third-party software applications excluded from SSA Item System Entity Vendor 1 Power ware 5125 Invensys 2 Internet Explorer Microsoft 3 HP L2100 Printer HP 4 Adobe Acrobat Adobe 5 Pc Anywhere Symantic 6 WinZip WinZip 7 National Instruments MAX National Instruments 8 National Instruments CVI IDE National Instruments 9 Norton Anti-Virus Norton Utilities 10 Weird Solutions TFTP Turbo Server Weird Solutions 11 Weird Solutions BOOTP Server NT Weird Solutions 12 Shaffer Solutions Disk Share for Windows Shaffer Solutions 13 ATI Display ADEK 14 Microsoft Windows 2000 Microsoft 15 Adaptec Direct CD Adaptec 16 Adaptec Easy CD Creator Adaptec 17 Roxio Direct CD Adaptec 18 CD Copier 19 Norton Ghost Symantic CONTRACTOR CAPABILITY SURVEY C-17 Spectrum 9100 Hardware and Software Maintenance Support Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: 811219. Based on the above NAICS Code, state whether your company is: • Small Business (Yes / No) • Woman Owned Small Business (Yes / No) • Small Disadvantaged Business (Yes / No) • 8(a) Certified (Yes / No) • HUBZone Certified (Yes / No) • Veteran Owned Small Business (Yes / No) • Service Disabled Veteran Small Business (Yes / No) • Central Contractor Registration (CCR). (Yes / No) •A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). RFIs are to be posted for 30 days for efforts greater than $3.0M, 45 days for foreign place of performance, otherwise, 15 days. Responses must be received no later than close of business 27 November 2015. Please email your response to: Nancy E. Cox at nancy.cox@us.af.mil. Part II Capability Survey Questions A. General Capability Questions: 1. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 2. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 3. How will you handle the requirement for the contractor to arrive on site for unscheduled maintenance request within three (3) working days from notification B. Repair Questions 1. Describe your capabilities and experience in repairing existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment. 2. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Include associated upgrade of technical orders and preparation of new technical orders. a. State the types of diagnostic and troubleshooting tools utilized for efforts such as this. 3. Demonstrate your ability and experience in repair of the same or similar components, which are currently in use on commercial or military helicopters by providing the following information on the same or similar items: a) Contract Number b) Procuring Agency c) Contract Value d) Number of assets shipped 4. Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the depot level repair and functional check of these or similar assets for Government Engineer review. 5. Describe your capabilities and experience in test, evaluation, repair or maintenance procedures. 6. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? 7. Discuss your process for addressing any fit, form, and or function issues that may arise out of this effort. 8. Describe your process for maintaining inventory records and reporting on hand/work-in-process balances and repair status to your customer. 9. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. a. Provide an outline of the proposed process, including inspections. i. State the type of test procedures are anticipated for this effort. ii. State the type of inspection processes anticipated for this effort. 1. NDI/T. 2. Destructive testing/inspection. 10. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. 11. If the item cannot be repaired in total, state what your organization can repair. 12. State any technology insertion ideas for the item that would be suitable for this effort. 13. Discuss any reverse engineering or item replacement opportunities that may be present. C. Commerciality Questions: 1. Is there established catalog or market prices for our requirement? 2. If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? 3. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 4. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Performance Work Statement C-17 S9100 Test Station Maintenance and Repair May 5, 2015 1.0 DESCRIPTION OF SERVICES. 1.1 The contractor shall provide all equipment, materials, parts, tools, labor and transportation (including travel and per diem) for the hardware and software listed in 5.0 Attachments in support of the Spectrum S9100 Test Station Serial number 0415551 located in building 645, Robins AFB, Ga.. The test station is utilized in the repair process of Line Replaceable Units (LRU) and Shop Replaceable Units (SRU). Contractor support of this test station includes hardware assistance, preventive maintenance, component replacement, repair and software maintenance for the station listed in Attachment 1. Contractor shall furnish all material and parts necessary for the repair of the end item.The period of performance is a basic year and four option years. 1.2 Repair, Scheduled, Unscheduled 1.2.1 Hardware: 1.2.1.1 Telephone Assistance: Contractor shall provide on-call telephone assistance for user problems and software problems between the hours of 0700 and 1700 hours Eastern Standard Time. Response time shall be within the next business day after notification. 1.2.1.2 Replacement Parts. The contractor shall provide replacement identical parts or those approved as Original Equipment Manufacturer (OEM) substitutes per OEM specification item within the time specified by the service type ordered. Parts will be shipped by common carrier. If replacement times cannot be met due to obsolescent parts issues, the contractor shall provide written notification to the Subject Matter Expert (SME) to identify the issue and provide estimated time for repair. Service times are defined as follows: • Basic Parts Service (BPS) - 5 business days after receipt of defective part. BPS service includes low-cost replenishment with on-site inventory • Mature Parts Service (MPS) - 20 business days after receipt of defective part. MPS includes replacement part shipped after the defective part is returned for mature and end-of-life product. • Exact Swap Service (ESWP) - 60 business days after receipt of defective part. ESWP includes repair services for end-of-life product or where exact part return is required. Any difference shall be approved by the Government technical representative. 1.2.1.3 Government Logbook. The contractor shall enter data into a Government maintained logbook upon each visit. The Contractor shall make counter entries in the log when on-site, notating name, date and time of arrival/departure with a description of the repair or work done to the system. 1.2.1.4 On-site Unscheduled Maintenance Assistance: Shall be provided by the Contractor upon request by the Government. 1.2.1.4.1 Unscheduled Maintenance. The contractor shall arrive on site for unscheduled maintenance request within three (3) working days from notification. 1.2.1.4.2 Downtime: Down time when performing emergency response repairs shall not exceed four (4) work days after contractor arrival. Prior to the end of the four (4) work days parts replacement time extension shall be coordinated with the SME where the four (4) work days cannot be met. 1.2.1.5 Scheduled Preventive Maintenance: Scheduled preventive maintenance will be as defined by the OEM. Contractor shall respond and schedule with the SME the site visit semi-annually for routine maintenance. 1.2.2 Software: 1.2.2.1 Licenses and updates: Contractor shall provide software licenses and updates as required for software in 5.0 Attachment 1. Contractor shall correct defects and errors in software and shall ensure system performance in accordance with the OEM's published specifications. The contractor will provide the comprehensive documentation required for installation and utilization of these software /updates for each set of software supplied under this contract. This documentation is to include all standard commercial documentation, including system manuals, user's manuals and desktop reference material. 2.0 SERVICES SUMMARY (SS). Performance Objective Reference Para Performance Threshold Perform Unscheduled Maintenance/Repair of ATS 1.2.1.1 1.2.1.4.1 Contractor shall provide on-call telephone assistance for user problems and software problems Response time shall be within the next business day after notification. The contractor shall arrive on site for unscheduled maintenance request within three (3) working days from notification. Perform Scheduled Preventative Maintenance 1.2.1.5 Contractor shall respond and schedule with the SME the site visit semi-annually for routine maintenance. 3.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES. The Government will furnish access to telephones. a.) GFM/GFE is not authorized. 4.0 GENERAL INFORMATION. 4.1 Security Requirements: The contractor shall require access to classified information in performance of the contract. 4.1.1 Government Security Regulations: The Contractor shall ensure personnel, information, system, facility, and international security requirements are met in accordance with DoD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM), Air Force Instruction (AFI) 31-101, Integrated Defense, and Robins Air Force Base Instruction (RAFBI) 31-101, Installation Security. 4.1.2 Security Clearance: The Contractor shall ensure Contractor personnel have a valid security clearance appropriate to the access required for proper accomplishment of contract/order requirements. The level of security clearance required for this contract is Secret. Contractor personnel shall not be authorized access to classified and/or sensitive, but unclassified, information and/or materials or be permitted to work on classified and/or sensitive, but unclassified, projects and/or programs without a proper security clearance and a need-to-know. Contractor personnel whose clearances have been suspended or revoked shall immediately be denied access to classified and/or sensitive, but unclassified, information. 4.1.3 Communications Security (COMSEC): The Contractor shall use only secure communications methods and/or equipment to transmit or otherwise transfer classified and/or sensitive, but unclassified, information in accordance with DoD 5220.22-M. 4.1.4 Access to Government System: The Government will provide Contractor personnel access to systems required to perform tasks under the contract/order. The Contractor shall ensure Contractor personnel who require access to a Government AIS have a DNACI conducted in accordance with DoD 5220.2. The Government will provide system access subject to approval of the DD Form 2875. Upon completion/termination of the contract/order or transfer/termination of Contractor personnel, the system account will be closed. 4.1.5 Access to Government Facilities 4.1.5.1 The Contractor shall ensure Contractor personnel who require access to Robins AFB or other Government facilities comply with the security procedures of the facility. 4.1.5.2 If Contractor personnel require repeated access to Robins AFB or another Government facility over the life of the contract/order, the Contractor shall ensure they complete, as applicable, a DD Form 1172-2 (Application for Department of Defense Common Access Card - DEERS Enrollment) to obtain a Common Access Card (CAC), an Air Force Materiel Command (AFMC) Form 496 (Application for AFMC Identification Card) to obtain an AFMC Identification Card, or an AFMC Form 387 (Contractor ID Card/Badge) to obtain a Contractor Identification (ID) Card/Badge. 4.1.5.3 All visitation requests will be submitted through the Joint Personnel Adjunction System (JPAS) to the contract security manager Security Management Office (SMO) code RX1MFN826. Visitations will be made available for review by the Group Security Manager (GSM) of the area where the task will be performed. Contractors who do not have access to JPAS will submit a written Visitor Authorization Request (VAR) on company letterhead stationery to the 402 EMXG/Visitor Control Center specifying: contract number; location of work site; date entry to the base must begin and contemplated termination date of entry; names of contractor and subcontractor, social security number, date of birth, citizenship and security clearance of all employees requiring access to the Avionics Complex. 4.1.6 Operations Security (OPSEC): The Contractor shall ensure compliance with OPSEC requirements including procedures to protect classified and/or sensitive, but unclassified, Government projects and/or programs. The Contractor shall ensure Contractor personnel who perform work at Robins AFB or another Government facility comply with the OPSEC procedures of the facility. 4.1.7 Security Incident or Violation: The Contractor shall immediately notify the Government Security Office of any potential or actual security incidents or violations including potential or actual unauthorized disclosure or compromise of classified and/or sensitive, but unclassified, information. 4.2 Place of Performance: Services shall be performed in Building 645, 402 EMXG, Robins AFB, GA. 4.3 Schedule: The Contractor shall schedule performance during normal government working hours Monday through Friday, excluding Federal holidays. In addition, the Contractor shall observe all energy days and/or other down days as directed by WR-ALC Center Commander and/or AFMC. The Contractor shall ensure Contractor personnel are available for on-site support during the hours of 0700 through 1700 hours Monday through Friday; for urgent repairs the hours will be 0700 through 2100 hours for 402 EMXG. Contractor personnel shall adhere to Government holiday and family day schedules. The following days are Federal holidays: New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day. The Contractor shall observe Air Force Materiel Command (AFMC) Family days, Energy Conservation days, and/or other observances whereby the majority of the government work force is excused from normal duty and shall not report to work. There are also occasions when government facilities may not be available due to unforeseen circumstances such as weather or other emergencies. During such periods, the use of government facilities, or portions thereof, may be curtailed. 4.4 Quality Control: The Contracting Officer's Representative will inspect contractor performance in accordance with the Quality Assurance Surveillance Plan (QASP) and other technical guidance and regulations. 4.4.1 The contractor will maintain an internal Self-Assessment Program (SAP) to evaluate the effectiveness of existing procedures and internal controls, to determine organizational compliance with regulatory requirements and to complement external inspections and assessments. Additionally, the contractor shall provide support, as required, for contingencies, exercises, and surge operations. The Functional Commander/ Director (FC/FD) will notify the contractor as soon as notification of upcoming event becomes known. (WR-ALC OI 90-201) 4.4.2 The contractor shall support Air Force initiatives and participate in other applicable Quality Control programs and Continuous Process Improvement (CPI) initiatives designed to indicate the appropriate end-state of managed technical orders. The contractor shall comply with resulting changes to existing processes/procedures from these programs/initiatives. (AFMCI 90-104). 4.5 Green Procurement Program (GPP): The contractor shall comply with the Green Procurement Program in accordance with Federal (EO 13423) and DoD and AF (GPP) policy. Green Procurement is the purchase of environmentally preferable products and services. These products are preferred because they conserve resources, create less pollution and waste, or eliminate health and safety risks. The Green Procurement Program (GPP) includes these mandatory components: (1) Recycled content products, also known as Comprehensive Procurement Guideline (CPG) Items http://www.epa.gov/cpg/products.htm (2) Energy Star® and energy-efficient products; energy efficient standby power devices http://www.eere.energy.gov/ (3) Bio-based products http://www.dm.usda.gov/procurement/programs/biobased/awarenessbrochure_may2006.pdf (4) Non-ozone depleting substances http://www.epa.gov/ozone/snap/lists/index.html 4.6 Environmental Management System (EMS): Any contractor employee working on Robins Air Force Base will require EMS training. The prime contractor is responsible for ensuring that all subcontractors comply with this requirement. Computer-based training is provided by the Base Civil Engineering Group Environmental Management Office. https://geobase.robins.af.mil/emstraining/EMSTrainingOptions.aspx. For questions concerning this training, contact 78 CEG/CEVP, 926-1197 ext. 134 for assistance. 4.7 Contractor's Safety Requirement: The Air Force is part of the Occupational Safety and Health Act (OSHA) Voluntary Protection Program (VPP). All shall familiarize themselves with the requirements of VPP. Information on the VPP can be accessed at http://www.osha.gov/dcsp/vpp/index.html. Additionally, the contractor is responsible for the safety and health of all subcontractor employees. 4.7.1 Safety and Health Plan: Within 10 calendar days after contract award, the contractor shall provide a copy of their company Safety Plan that is required to ensure compliance with the Occupational Safety and Health Act (OSHA) (Public Law 91-596). The Safety Plan shall be provided to the WR-ALC Safety Office for review. The WR-ALC Safety Office will provide acceptance or non-acceptance within 5 working days of receipt to the government point-of-contact who will notify the CO. (CDRL A001, Contractor's Standard Operating Procedures, DI-MGMT-81580): 4.7.1.2 The contractor Safety Plan shall address in detail the items listed in the Contract Appendix C, Part II through Part IV as applicable. For task specific procedures identified in the Contract Appendix C, the contractor's internal procedures for those tasks must be identifiable within the submitted Safety Plan or shall be provided in an amendment or addendum to the company's Safety Plan. If task specific procedures identified in the Contract Appendix C, are not submitted with the contractor's Safety Plan, the submitted Safety Plan will be returned as NOT ACCEPTED. The contractor will have 5 working days to resubmit the Safety Plan, amendment or addendum to address or correct issues identified for non-acceptance. The WR-ALC Safety Office will provide acceptance or non-acceptance of the resubmission within 5 workings days of receipt to the government POC who will notify the CO. 4.7.2 Safety Mishap/Incident Reporting: The contractor shall report all mishaps/incidents in accordance with the Contract Appendix C. The contractor shall immediately secure the mishap scene and damaged property and impound pertinent maintenance and training records until released by the Government's Safety Office (WR-ALC/SE). Such release shall be accomplished through the CO. The contractor shall cooperate and assist Government personnel in the investigation of the incident and submit an Accident/Incident Report within 24 hours of the accident/incident. The Contractor shall require all subcontractors to comply with required safety, health and fire standards. (CDRL A002, Accident/Incident Report, DI-SAFT-81563) 4.8 Travel: In the event contractor travel is required in support of these services, it shall be authorized in advance by the Contracting Officer. Costs shall be reimbursed in accordance with the Joint Travel Regulation. Receipts must be presented with the invoice for reimbursement of actual travel costs. 4.9 Essential Services during Crisis: The Functional Commander/Director (FC/FD) has determined, by placing in writing their decision, that this requirement is not Mission Essential (M-E) in accordance with AFI 10-403, para. 1.9.1.33, Deployment Planning and Execution, DoDI 1100.22, Policy and Procedures for Determining Workforce Mix and DFARS 237.76, Continuation of Essential Contractor Services. 4.10 Contractor Manpower Reporting Requirements: Per reference SAF/AQ Memo, 13 Nov 12, "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the USAF via a secure data collection site. The contractor is required to completely fill in all required data fields at http://www.ecmra.mil (select Dept. of the Air Force option if you you're working an AF requirement). Reporting inputs will be for the labor executed during the period of performance for each Government fiscal year (FY), which runs 1 October through 30 September. While inputs may be reported any time during the FY, all data shall be reported no later than 31 October* of each calendar year. Contractors may direct questions to the CMRA help desk." 4.10.1 Reporting Period: Contractors are required to input data by 31 October of each year. 4.10.2 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. 4.10.3 User Manuals: Data for Air Force service requirements must be input at the Air Force CMRA link. However, user manuals for government personnel and contractors are available at the CMRA link at http://www.ecmra.mil (select Dept. of the Air Force option if you you're working an AF requirement). 4.11 Network Access: Network access is a privilege extended to contractor employees. It will be granted only after all criteria have been met and may be suspended for cause as defined in AFI 33-115 Vol 2, Section 5.6. Network access will be approved IAW AFI 31-501, AFI 31-601, AFI 33-115 Vols I and II, AFI 33-200, AFSSI 8530, AFSSI 5027, DoD 5200.40, and DoD 5220.22. Per AFI 33-115V2, "every individual who has access to the Air Force network (af.mil) domain, specialized systems and mission systems is a network user. Before becoming an AF network user, an individual must be trained and licensed. This process of training and licensing ensures that every Air Force network user is trained and aware of the basic principles of network security and their role in Information Assurance (IA)." Every AF network user must possess a current and favorable National Agency Check (NAC) and Local Files Check (LFC). The NAC is a requirement for working on Government installations and any costs associated with obtaining the NAC shall be the responsibility of the contractor. In addition, contractors performing in an IT-I position (DoD 5200.2R, Appendix K, Para 7) require a current and favorable Limited Background Investigation (LBI). Foreign Nationals must meet the requirements of AFI 31-501 prior to access. Access by Foreign Nationals must be processed and approved by the Foreign Disclosure Office (FDO) in accordance with AFSSI 8522 Para 3.2.1 and 3.2.3. 4.12 Contractor Identification Badges: The contractor shall complete all necessary documents for all contractor personnel requiring access to Robins AFB. Common Access Cards (CAC) will be required for all on-site contractor personnel. The Contractor's PM will ensure that each employee contacts Trusted Agent for the 78th Medical Group to be added into Contractor Verification System (CVS) for obtaining CAC. Additional instructions for applications will be sent to the e-mail address provided for the application. Prior to application approval, each individual will be reviewed for eligibility in the JPAS system and checked against the WR-ALC barment roster. During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure all base identification passes issued to employees and subcontractor employees are returned to the issuing office. 4.13 Deliverables: CDRL A001, DI-MGMT-81580/T Contractor's Standard Operating Procedures (PWS para 4.7.1) CDRL A002, DI-SAFT-81563/T, Accident/Incident Report (PWS para 4.7.2)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/C17TestStationS9100MainNRepair_RobinsAFB/listing.html)
- Record
- SN03942758-W 20151112/151110234442-51208849880c734a5db3f3fcf23b7331 (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 |