Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 10, 2001 PSA #2889
SOLICITATIONS

R -- ENGINEERING AND TECHNICAL SUPPORT SERVICES

Notice Date
July 6, 2001
Contracting Office
Bid Office, SPAWARSYSCEN, Code D21B, 53570 Silvergate Avenue, Bldg. A33, Room 0061, San Diego, CA 92152-5112
ZIP Code
92152-5112
Solicitation Number
N66001-01-Q-3279
Response Due
July 20, 2001
Point of Contact
Purchasing Agent, Ms. Gina Bennett, Code 2212, (619) 553-5208. Contracting Officer, Ms. Sylvia Proffit, Code 2211, (619) 553-3292.
Description
This is a combined synopsis/solicitation prepared in accordance with FAR Part 13. No RFQ will be prepared or made available. The Government intends to award, on a Sole Source Basis, an order to Garrison Technology, Inc. in accordance with the below statement of work. Facsimile quotations may be sent to (619) 553-1062. Numbered Note 22 applies, however, all offers received within 15 days (in lieu of 45 days) after date of publication of this synopsis will be considered by the government. See numbered notes from any Monday edition of the CBD. The applicable North American Industry Classification System (NAICS) is 541330. Note: The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/. Offerors must complete and submit with their quote, a copy of FAR 52.219-1 Alt I/II, Small Business Program Representation. Central Contractor Registration is required for resulting award. Information may be found at http://www.ccr2000.com/. STATEMENT OF WORK (SOW) FOR ENGINEERING AND TECHNICAL SUPPORT SERVICES AT SPAWARSYSCEN SAN DIEGO. 1.0. SCOPE. 1.1. GENERAL. This Statement of Work (SOW) is a level of effort SOW that establishes and defines the tasks, services and products to be provided to SPAWARSYSCEN San Diego, Code D337 by the contractor. This task encompasses the DoD Information Technology Security Certification and Accreditation Process (DITSCAP) security accreditation of the Enhanced Position Location Reporting System (EPLRS) External Network Manager (ENM). 1.2. SCOPE. The contractor shall provide engineering services to develop System Security Authorization Agreement (SSAA) DITSCAP documentation and testing, for the Marine Corps. The documentation will be provided in the DITSCAP format. 2.0. REFERENCES. None. 3.0. REQUIREMENTS. The Contractor shall: A. Generate a Security Policy Appendix E, based on the Army's efforts, for the SSAA DITSCAP document. The Security Policy shall contain a detailed listing of ENM system security policies with associated reference authority (CDRL A007). B. Generate a Requirements Traceability Matrix (RTM) Appendix F, based on the Army's efforts. The RTM shall contain a detailed listing of ENM system security requirements with associated reference authority (CDRL A007). C. Generate Security Test and Evaluation (ST&E) Plan and Procedures Appendix G and H, based on the Army's efforts. (CDRL A004, A005). D. Perform and Document Test Performance and Generate a Test Report Appendix P of the results from the Plan and Procedures. (CDRL A006). E. Attend technical meetings and participate in technical discussions with representatives from Marine Corps Systems Command (MARCORSYSCOM) Quantico, VA. and Raytheon Services Company regarding security accreditation requirements for ENM as a technical representative supporting the Government TA (CDRL A003). F. Analyze ENM security documents as scheduled by the Technical Assist and provide comments/recommendations (CDRL A002). 4.0. REPORTS. The contractor shall provide status reports. (CDRL A001). 5.0. QUALITY ASSURANCE PROGRAM. 5.1. Quality Assurance. It is the contractor's responsibility to ensure the quality of all deliverables. 5.2. Inspection. The Technical Assistant (T. A.) will perform inspections. The performance of the contractor shall be subject to in-process review and inspection. 5.3. Acceptance. The T. A. shall perform the final inspection and acceptance of deliverable products. Inspection or examination by the Government of all services and products does not relieve the contractor from responsibility regarding defects or failure of products to meet contract requirements, which may be disclosed prior to final acceptance of the completed products. 6.0. PLACE/PERIOD OF PERFORMANCE AND PLACE OF DELIVERY. 6.1 Place of Performance. These tasks will be performed primarily at the government facilities at SSC, San Diego, CA (Old Town Campus). A portion of the effort will also be performed at locations identified in paragraph 7.3. 6.2. Period of Performance. Estimated to be twelve (12) months from date of award. 6.3. Place of Delivery. Delivery of all data products shall be made to: SPAWARSYSCEN San Diego, 53560 Hull Street, San Diego, CA 92152-5001, Attn: Bob Fannin (Code D337). 7.0. NOTES. 7.1. Contracting Officer's Representative (COR). The COR for this SOW is: Mr. Larry Beel, SSC Code D337, (619) 524-2159, facsimile (619) 524-2401. 7.2. Technical Assistant (TA). The TA for this SOW is: Mr. Bob Fannin, SSC, Code D337, (619) 524-3444, fax 524-2401. 7.3. Travel. The following travel is anticipated for this task: A. Three (3) round trips, one (1) person, three (3) days each to Fullerton, CA. B. Two (2) round trips, one (1) person, four (4) days each to Fort Huachuca, AZ. C. One (1) round trip, one (1) person, five (5) days, to Quantico, VA. 7.4. Material. None. 7.5. Government Furnished Material/Equipment/Information (GFM/GFE/GFI). The government will provide the contractor with the necessary documentation to complete the task as requested by the contractor. Additionally, the government will furnish the contractor with office space, computer equipment, office furniture, use of office equipment such as the telephone, fax machine, copier, etc, for official/project related use. At the conclusion of this task order, all GFM/GFE shall be returned to the government. The contractor shall be responsible for any damage caused by the contractor. Specific items provided by the Government: 1. Work space to include desk, chair, file cabinets, trash can. 2. Computer (IBM compatible, model 486 or better, with accessories). 3. Telephone. 4. Access to work space (combinations/keys to work space locks). Specific services available to the Contractor: 1.Use of copying machine. 2. Use of telephone, not including long distance phone calls (contractor must use calling card for long distance phone calls). 3. Use of Fax machine. 7.6. Security. Security clearances and classified information requirements for this SOW are as follows: 7.6.1. Personal Security Clearances. Personal security clearances are required during the review of classified material and may require access to classified material through the SECRET level. 7.6.2. Classified Information. The contractor will require access to information classified SECRET in performance of this task order at government facilities listed in paragraph 6.1 above .
Record
Loren Data Corp. 20010710/RSOL007.HTM (W-187 SN50R0P8)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on July 6, 2001 by Loren Data Corp. -- info@ld.com