SOLICITATION NOTICE
R -- On-Site Badging Operations
- Notice Date
- 9/12/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, Real Estate and Facilities Contracting Office, Remote Delivery Facility - Room RDF1K711B 1155 Defense Pentagon, Washington, DC, 20301-1155
- ZIP Code
- 20301-1155
- Solicitation Number
- Reference-Number-SSD-04-001
- Response Due
- 9/16/2003
- Archive Date
- 10/1/2003
- Point of Contact
- Elena-Margarita Dutterer, Contract Specialist, Phone 703 614 6354, Fax 703 692 0811,
- E-Mail Address
-
edutterer@ref.whs.mil
- Small Business Set-Aside
- Total Small Business
- Description
- CBD COMBINED/SYNOPSIS SOLICTATION This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Solicitation (Reference Number SSD-04-001) is for On Site-Badging Operations. This Solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2001-15, effective July 24, 2003. The associated North American Industry Classification System (NAICS) code is 514210 and the corresponding dollar standard is $25.0 million. The Small Business Competitiveness Demonstration Program is not applicable. The Government intends to award a contract for the base year beginning October 01, 2003 and ending on September 30, 2004, and four (4) additional option years. The contract will be for the following: CLIN 0001 - Visitor Control. The contractor shall perform the following tasks: 1. The contractor shall be responsible for the accountability, control, verification and issuance of visitor identification (ID) badges for active duty military, reserve and National Guard members, military retirees, family members/dependents, civilian employees and others as directed by the Pentagon Access Control Division. 2. The contractor shall register, process, the visitor control computerized database management system, in accordance with Pentagon Access Control Division guidance. 3. The contractor shall perform all visitor identification ID badge issuance related tasks to include researching and reviewing source documents and verifying eligibility as directed by the Pentagon Access Control Division. 4. The contractor shall, as required, furnish related applications forms and provide assistance to visitors. 5. The contractor shall receive individual requests for enrollments and updates of visitor control records in accordance with regulatory requirements. 6. The contractor shall issue the correct type of visitor ID badge in accordance with the Pentagon Access Control Division guidelines. 7. The contractor shall report system failures and downtime to the appropriate assistance centers, as needed. 8. The contractor shall collect and turn in expired ID badges to the Pentagon Access Control Division. 9. The contractor shall man independently, the visitor ID Card entrances, at five (5) locations from 0600 to 1800 hours, Monday through Friday, five days a week. CLIN 0002 Common Access Card (CAC) Issuance Support, Public Key Infrastructure (PKI) and Information Assurance Support, Technical Services Required - The objective of this project is to provide Public Key Infrastructure support, which specifically involves Common Access Card Liaison and Support tasks and subtasks. Under the guidance of the Director, the Pentagon Force Protection Agency?s Common Access Card Services will provide the Department of Defense with Common Access Card (CAC) mass issuance support to military and civilian employees with ?smart? ID cards. Common Access Card Services have also been tasked to provide the following: 1. Primary and Alternate PKI Registration Authority (RA) 2. Training and certifying organizational PKI Local Registration Authority (LRA) 3. Issuing, revoking and recovering ID certificates, e-mail certificates, and e-mail encryption keys for personnel 4. Public Key Enabling (PKE) support to ensure the successful implementation of the DOD PKI program 5. Site management and Verifying Official (VO) support for the Common Access Card issuance and implementation effort. The contractor will provide Common Access Card (CAC) issuance support and services to all OSD Principal Staff Agencies, Washington Headquarters Services, and other DOD Activities as required. In support of this task, the contractor will provide at least the following: 1. CAC Issuance Site Security Manager a. Provide overall management for the CAC Mass Issuance Site b. Monitor the performance of the Verifying Officials (VOs) and manage site workflow c. Train and certify new VOs as required d. Monitor DEERS/RAPIDS workstation performance and resolve operational problems 1) Manage the Pentagon Mass Issuance Site portion of the Navy?s CAC Issuance Scheduling Tool 2) Maintain production records and provide reports containing at least the following a) Number of cards issued per day b) Number of missed appointments c) Average card issuance time d) DEERS/RAPIDS system downtime i. Manage inventory of all controlled consumables and materials ii. Ensure site compliance with all Access Card Office (ACO) and Defense Manpower Data Center (DMDC) requirements iii. Site Security Manager must be certified Verifying Official with six months experience 2. Verifying Official (VO) a. Review customer status (e.g. military, government civilian or contractor) and physically verify customer identification b. Review customer?s existing DEERS record or request a DD Form 1172-2 CAC application for database entry c. Verify the validity of the DD Form 1172-2 d. Enter DD Form 1172-2 data in to DEERS database e. Produce and issue CAC to customer f. Perform post-issuance CAC functions g. Generates PKI e-mail certificates h. Re-PIN or unlock existing CAC i. VOs must possess current VO credentials and have six months experience. Clin 0003 Badge System Operation - The Contractor shall provide seven personnel to work on-site at the Pentagon and three associated subordinate satellite offices under the Pentagon Access Control Division, Renovation Security Office, and other areas as needed. The personnel assigned to this tasking shall process handwritten or typed information sheets provided by the Government and enter resulting data into the database of the badging system utilized by the Pentagon. This process shall consist of the following steps: 1. Operator will process and input rough data read from the Government provided information sheets 2. Operator will initially proofread entered data 3. Capture a video image using the badging system video camera 4. Create and issue appropriate badge to the individual named on the information sheet 5. Enter additional information provided by the Government 6. This process will continue until the proper badge type is produced and accepted by the badge holder 7. Personnel shall participate in status and planning meetings, as required 8. Require customer to present appropriate identification credentials 9. Compare identification to request documents 10. Compare identification to data entered into computer 11. Operator will be required to refer to Government provided authorized official lists. 12. Quality control-attention to detail on finished product prior to presentation to customer 13. Provide high degree of customer service attributes IV. Special Conditions The following special conditions apply: A. Personnel not in uniform must dress professionally B. All personnel must be attuned to customer service C. Privacy Act Acknowledgement As a contractor to this Federal agency performing wok involving use and maintenance of personal information, the following applies: responsibility for compliance with the Privacy Act of 1974 is hereby placed on the contracting company and its employees and thus the contractor and employees shall be held responsible for compliance with the Privacy Act as if they were government employees. V. Security Requirements The contractor is responsible for safeguarding information of a confidential and sensitive nature. Failure to safeguard any classified/privileged information which may involve the contractor or the contractor?s personnel or to which they may have access may subject the contractor and/or contractor?s employees to criminal liability under Title 18, section 793 and 7908 of the United States Code. Provisions of the Privacy Act apply to all records and reports maintained by the contractor. Contractor personnel shall be required to obtain and maintain security badges and adhere to the security requirements of the installation. All programs and materials developed at government expense during the course of this contract are the property of the government. VI. Place of Performance The place of performance is office space within the Pentagon or Washington Capital Area. VII. Hours of Duty The normal hours of duty will be from 0730 through 1600 hours, Monday through Friday, excluding Government holidays; alternative work schedules are permitted as agreed to between the COR and the contractor for all personnel other than Visitor Control. Those personnel assigned to Visitor Control duties will be required to work ?shift work? in order to accommodate 0600-2000 requirements. VIII. Government Furnished Facility and Property A. The Government will provide office space. This office space will be equipped with modular furniture, storage closet, and computer (which will be connected to the Local Area Network). The government will provide the contractor with workspace, phone, computer and printer C. The Visitor Access Control contractor staff shall be required to wear uniform civilian attire prescribed by the government. This attire will consist of dark blue blazers with appropriate insignia (gold metal name plate with ?Visitor Control? imprinted on the badge), gray pants/skirts, white shirts/blouses, and tie/tie tab. Gold metal badges shall be removable. A minimum of three pants/skirts and shirts/blouses will be required for each Data Screener. The cost of this attire shall be included in the contractor?s cost proposal and any other approach in providing quality civilian uniform attire in the technical proposal. All contractor purchased items under this task order shall become the property of the government. Contractors shall retrieve all dark blue blazers when a contractor is no longer performing this function. The contractor shall be required to wear black shoes appropriate for civilian uniform attire. Shoes shall not be included in the contractor?s cost proposal. IX. Deliverables and Schedule A. Public Key Infrastructure and Information Assurance Support Monthly Status and Technical Report; a report will be generated for each task and will contain the following: 1. Monthly Status Section will provide personnel and financial data in the tabular and graphical format provided 2. Monthly Technical Section will be formatted around the three principal tasks; including as a minimum: a. Executive Summary b. Brief Introduction c. Summary of Activities d. Common Access Card (CAC) Issuance Support e. Summary and key activities f. Number of missed appointments g. Average card issuance time h. DEERS/RAPIDS system downtime i. Significant problems encountered B. All contractor produced reports, letters of findings, problem notification reports, and briefings shall be delivered in electronic format using Microsoft Office applications (Office 2000). The provisions set forth in 52.212-1, ?Instructions to Offerors-Commercial?, apply to this acquisition. The following provision is being added as an Addendum: FAR 52.214-31 Facsimile Bids/Quotes. The provisions set forth in 52.212-2, Evaluation-Commercial Items?, do not apply to this acquisition. As prescribed in 12.301(c), Evaluation-Commercial Items (Jan 1999), the Government?s award will be based on the best value to the Government, considering price and other non-price factors. Non-price factors consists of conformance with the Statement of Work (SOW) and the offeror?s past performance history. The offeror must provide a firm fixed price for each of the five (5) performance periods. The offeror shall submit two (2) references (Name/Ttitle /telephone number/agency) for similar services. Offerors must include a completed copy of the provision at 52.212-3, ?Offeror Representations and Certifications-Commercial Items? with its offer. Also if your company is a vendor not registered to do business with the Government, check web address: <http://www.dlis.dla.mil/ccr> and provide company?s CAGE Code with offer. The provisions set forth in 52.212-4, ?Contract Terms and Conditions - Commercial Items?, apply to this acquisition. The provisions set forth in 52.212-5, ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items?, apply to this acquisition. The following FAR Clauses within the aforementioned clause are being selected as applicable: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-16, 52.232.33, 52.222-41, 52.222-42, and 52.222-43. In addition the following clauses apply to this acquisition: DFARS 252.204-7004, Required Central Contractor (CCR) Registration and DFARS 252.212-7001 are applicable to this requirement. Vendors may obtain CCR information by calling 1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. There are no additional contract requirement(s) or terms and conditions necessary for this acquisition that are consistent with customary commercial practices. There is no Defense Priorities and Allocations System (DPAS) number assigned to this acquisition. Submission and delivery of capability statements are to be forwarded by September 17, 2003 by 10:00 A. M. local time, using either method: via facsimile 703-692-0811 or via e-mail to edutterer@ref.whs.mil. The points of contact for this acquisition are: Mrs. Elena Dutterer (703) 614-6354 or Contracting Officer Ms. Larna Palmer (703) 614-9324. ANY FURTHER INQUIRIES SHOULD BE FORWARDED VIA FACSIMILE ON (703) 692-0811. NO TELEPHONE INQUIRIES WILL BE ANSWERED REGARDING THIS SOLICITATION.
- Place of Performance
- Address: Pentagon Reservation/Washington Capitol Region
- Zip Code: 20301
- Country: USA
- Zip Code: 20301
- Record
- SN00433545-W 20030914/030912213506 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |