SPECIAL NOTICE
70 -- Intent To Sole Source - Honeywell GoDirect SaaS
- Notice Date
- 5/9/2020 11:25:38 AM
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
- ZIP Code
- 22060-5116
- Solicitation Number
- MICC-FB-USAPAT-GD20
- Response Due
- 5/24/2020 12:00:00 PM
- Archive Date
- 06/08/2020
- Point of Contact
- David Lee Gecewicz, Phone: 7038068205, joseph E. Graffeo, Phone: (248) 705-4331
- E-Mail Address
-
david.l.gecewicz2.civ@mail.mil, joseph.e.graffeo.mil@mail.mil
(david.l.gecewicz2.civ@mail.mil, joseph.e.graffeo.mil@mail.mil)
- Description
- � � � � � � � � � � � � � � � � � � � � � � �Performance Work Statement (PWS) � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � For � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Honeywell Forge � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � GoDirect Flight Services PART 1 GENERAL INFORMATION 1. Background: The United States Army Priority Air Transport (USAPAT) battalion provides executive airlift support to the Secretary of the Army, Chief Staff of the Army, other Army Leadership, and Congressional Delegates (CODELs) throughout the world. USAPAT Command�s fleet consists of three Citation Encores (UC-35B), two Gulfstream GV (C-37A), and one Gulfstream G550 (C-37B). USAPAT requires the ability to have datalink communications, flight planning and filing functions, aviation and passenger digital weather, runway analysis and aircraft specific weight and balance information, and air traffic services with the aircraft at all times. 1.1 Objectives: United States Army Priority Air Transportation Battalion (USAPAT) is seeking to obtain integrated flight planning and performance planning software to support for 7 airframes (2 x C-37A, 1 x C-37B, and 3 x UC35B) in support of Tier Two and Tier Three personnel (Secretaries of the Military Departments, Chiefs of the Military Services, Commanders of Combatant Commands, Commander, International Security Assistance Force, Under Secretary of Defense for Intelligence, Under Secretary of Defense for Policy, etc.) as depicted IAW DODI 4500.56 in addition to United States Heads & Foreign Heads of State. Additionally, USAPAT is seeking datalink services that are compatible with the current hardware, Honeywell GNS-XLS, installed on the aircraft. 1.2� �Description of Services/Introduction:� The contractor shall provide all personnel, equipment, tools, materials, supervision, and non-personal services necessary to provide flight operations system as defined in this performance work statement (PWS) except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.3 Scope: Datalink Communications, Flight Planning and Filing, Aviation and Passenger Weather, and Air Traffic Services. Services include Datalink Networks Supported VHF Networks: SITA, ARINC, other regional networks; Satellite Constellations: Inmarsat Aero C, H, H+, I, Iridium; web based flight planning and filing services for each aircraft assigned to USAPAT; Datalink Graphical Weather. 1.4 Period of Performance:� The period of performance shall be for one (1) Base Year of seven (7) months and four (4) 12-month option years.� The Period of Performance reads as follows: Base Year: 7 Months������������������������� Option Year I: 12 Months�������������������������������� Option Year II: 12 Months��������������� Option year III: 12 Months�������������� Option year IV: 12 Months�������������� 1.5 General Information 1.5.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor�s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. As a minimum, the contractor shall develop quality control procedures that address the areas identified in �Performance Requirements Summary�. After acceptance of the quality control plan the contractor shall receive the contracting officer�s acceptance in writing of any proposed change to his QC system. 1.5.2 Quality Assurance:� The government shall evaluate the contractor�s p performance under this contract in accordance with the Quality Assurance Surveillance Plan.� This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards.� It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.5.3 Recognized Holidays:� The contractor is required to provide services on all holidays and service is required during the entire period of performance (24 hours a day/365 days a year). Service support must be provided all times except federally recognized holidays: New Year�s Day� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Labor Day Martin Luther King Jr.�s Birthday����������������������������������� Columbus Day President�s Day� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Veteran�s Day Memorial Day� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Thanksgiving Day Independence Day���������������� �������������������������������������������� Christmas Day 1.5.4 Hours of Operation/Place of Performance:� The contractor is responsible for conducting business, 24 hours a day, Monday through Sunday and on all Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential.��� 1.5.5 Type of Contract:� The government anticipates award of a FIRM FIXED PRICE for services.� 1.6.6 Security Requirements:� Not Applicable. 1.6.6.1 PhysiCAL Security. The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. 1.6.6.2 Base Access. Not Applicable. 1.6.7. Badges. Not Applicable. 1.6.8. Key Control. Not Applicable. 1.6.9. Lock Combinations. Not Applicable. 1.6.10� �Special Qualifications:� Not Applicable. 1.6.11�� Post Award Conference/Periodic Progress Meetings:� The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance.� At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced.� Appropriate action shall be taken to resolve outstanding issues.� These meetings shall be at no additional cost to the government.� 1.6.12� �Primary Point of Contact (POC). The Contractor shall provide United States Army Priority Air Transport Command, Commander, Deputy Commander, Contract Officer Representative (COR) shall be responsible for the performance of the provided service or work. The name of this person and an alternate(s) shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The POC and alternate shall be designated in writing to the contracting officer at least 24 hours after contract award. 1.6.13 Key Personnel:� Projected replacement of key personnel designated by the Contractor in charge of executing this contract and in charge of overseeing International Flight Dispatch Services Support must be submitted in writing to the COR and Contracting Officer for approval 15 (fifteen)� days prior to a replacement. All key personnel must be able to communicate fluently in English both verbally and in writing. 1.6.14 Identification of Contractor Employees:�� Not Applicable. 1.6.14.1. The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. 1.6.15 Contractor Travel:� Not Applicable. 1.6.16 Organizational Conflict of Interests:� Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5.� The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI.� The Contractor�s mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.6.17 Contracting Officer�s Representative (COR):� The COR will be nominated by the requiring activity and appointed by the contracting officer by separate letter. A copy of the COR�s appointment letter will be sent to the awarded Contractor, identifying the designated duties and limitations of the COR. The COR is authorized to conduct oversight on any and all tasks or requirements and report observations to the Contracting Officer. The COR is not authorized to change any terms or conditions in the contract that pertain to cost, schedule, performance, quality, quantity, or other legal aspects of the resulting order. 1.6.18 Contract Manpower Reporting:� :� ""The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for FOS via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mill. 1.6.19 Phase In/Phase Out Period. Not Applicable. PART 2 DEFINITIONS & ACRONYMS NCR � National Capital Region DOD � Department of Defense IAW � In accordance with PWS � Performance Work Statement Contracting Officer�s Representative (COR): A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor Defective Service.� A service output that does not meet the standard of performance associated with it in the Performance Work Statement. Quality Assurance Surveillance Plan (QASP).� An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. Quality Control.� Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PWS. Quality Assurance.� Those actions taken by the government to assure services meet the requirements of the Performance Work Statement. PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3.� GOVERNMENT FURNISHED ITEMS AND SERVICES:� 3.1. Services:� Not Applicable 3.2 Facilities:� Not Applicable 3.3 Utilities:� Not Applicable 3.4 Equipment:� Not Applicable 3.5 Materials:� Not Applicable PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.� CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:� 4.1 General:� Not Applicable 4.2 Secret Facility Clearance:� Not Applicable 4.3. Materials:� The contractor will provide any training material needed for reference for utilizing the services rendered and for learning the capabilities of the service provided. 4.4. Equipment:� Not Applicable PART 5 SPECIFIC TASKS 5.� Specific Tasks: 5.1. Basic Services: The contractor shall provide services for Datalink Communications for three Cessna Citation (UC-35B), two Gulfstream GV and one Gulfstream G550 aircraft, Flight Planning and Filing for USAPAT pilots and planners, Aviation and Passenger Weather to three UC-35B, two GV, and one G550 aircraft, and Air Traffic Services for all aircraft in USAPAT�s fleet. Additionally, provide runway analysis and weight and balance computation capability specific to each aircraft in the USAPAT fleet. Finally, provide graphical weather to one G550 in the USAPAT fleet. All services must be available 24 hours a day/7 days a week with customer service available during the same timeframe. Datalink Services: � Service to all datalink avionics � Uplink flight plans to Flight Management System (FMS) � Terminal Weather and SIGMETs � Winds and temperatures aloft � Digital ATIS (D-ATIS) and TWIP reports � Pre-Departure Clearances (PDC) and Datalink Oceanic Clearances � North Atlantic (NAT) Track routes and other ATC oceanic routes � Air-to-ground/ground-to-air/air-to-air messages � Assisted message delivery Datalink Networks Supported: VHF Networks: � SITA � ARINC � Other regional networks Satellite Constellations: � Inmarsat Aero C, H, H+, I � Iridium Datalink Graphical Weather (includes, but not limited to): � Worldwide significant weather charts � U.S. Categorical METAR (CATMET) charts � U.S. National and Regional Radar (NEXRAD) charts � Worldwide winds and temperatures aloft charts � Worldwide clear air turbulence charts � Worldwide convective charts � Satellite (cloud height) charts Flight Planning Service: � Powerful and flexible online flight planning system � Runway analysis that accommodates custom weight and balance calculations for USAPAT fleet aircraft � Provide non-standard, aircraft specific single-engine climb procedures for airports worldwide � Quickly generate and file flight plans for destinations worldwide � Intuitive point-and-click menus � Advanced route selection tools � OEM aircraft performance data 5.2. Task Heading:� Not Applicable 5.3. CONTRACTOR MANAGEMENT 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 shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract.� The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil.� The required information includes:� (1) Contracting Office, Contracting Officer, Contracting Officer�s Technical Representative (COTR) or also known as the Contracting Officer�s Representative (COR); (2)� Contract number, including task and delivery order number; (3)� Beginning and ending dates covered by reporting period; (4)� Contractor's 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 standardized nomenclature provided on website); (12)� Presence of deployment or contingency contract language; and (13)� Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country).� As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement.� Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year.� Contractors 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 system to the secure website without the need for separate data entries for each required data element at the website.� The specific formats for the XML direct transfer may be downloaded from the website. PART 6 APPLICABLE PUBLICATIONS 6.� Applicable Publications (Current Editions) 6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures.� AR 95-1������������������������������������������������ Flight Regulations (Dated 22 Mar 2018) Airplane Flight Manual��������������������� Citation Encore (REV 5, Dated 24 Sep 2008) Cessna Citation Encore��������������������� Operating Manual (Dated Mar 2009) TC 1-C35��������������������������������������������� Utility / Cargo Airplane UC-35 (Dated Oct 2007) USAPAT SOP�������������������������������������� Standard Operating Procedures (Dated Dec 2019) TECHNICAL EXHIBIT 1 Performance Requirements Summary 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. Required Services Performance Standard Acceptable Quality Level (AQL) Method of Surveillance Incentive PRS # 1. The contractor shall provide Datalink Services to the three UC-35B aircraft in USAPATs fleet (i.e. PWS 5.1). The contractor shall provide this service without interruption 24 hours/day, 365 days per year. Service interruption shall be zero deviation from standard. Validated Customer Complaint received by COR. N/A PRS # 2 The contractor shall provide Datalink Graphical Weather services to Gulfstream G550 aircraft in USAPATs fleet (i.e. PWS 5.1). The contractor shall provide this service without interruption 24 hours/day, 365 days per year. Service interruption shall be zero deviation from standard. Validated Customer Complaint received by COR. N/A PRS # 3 The contractor shall provide Flight Planning Service, which includes those items listed in PWS 5.1 to the pilots of USAPAT and for the three UC-35B in the USAPAT fleet (i.e. PWS 5.1) The contractor shall provide this service without interruption 24 hours/day, 365 days per year. Service interruption shall be zero deviation from standard. Validated Customer Complaint received by COR. N/A PRS # 4 The contractor shall provide customer service support. The contractor shall provide this service without interruption 24 hours/day, 365 days per year. The contractor shall provide this service without interruption 24 hours/day, 365 days per year. Service interruption shall be zero deviation from standard. Validated Customer Complaint received by COR. N/A PRS #5 The contractor shall provide runway analysis and non-standard single-engine procedures for airports around the world. The contractor shall provide this service without interruption 24 hours/day, 365 days per year. The contractor shall provide this service without interruption 24 hours/day, 365 days per year. Service interruption shall be zero deviation from standard. Validated Customer Complaint received by COR. N/A ALL VENDORS WHO CAN PROVIDE A SIMILAR CAPABILITY THAT MIRRORS THE SALIENT CHARACHTERISTICS OF THIS REQUIREMENT (GoDirect) and the specific requirements identified in this PWS are encouraged to respond with your capability.��
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b9b6966e877b4393b20541cc8f141a98/view)
- Place of Performance
- Address: Andrews AFB, MD 20762, USA
- Zip Code: 20762
- Country: USA
- Zip Code: 20762
- Record
- SN05652223-F 20200511/200509230134 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |