SOLICITATION NOTICE
D -- Close Quarters Combat Recording System Software
- Notice Date
- 7/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-10-T-0216
- Archive Date
- 7/30/2010
- Point of Contact
- Craig A. Swanson, Phone: 7578932721
- E-Mail Address
-
craig.swanson@vb.socom.mil
(craig.swanson@vb.socom.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-10-T-0216, and a firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 effective 08 July 2010. The North American Industrial Classification Code (NAICS) 541519 applies with an annual gross revenue of $25M. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-S10. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN 0001: Network and software modification Option CLIN 1001: Network and software modification Option CLIN 1002: Network and software modification Delivery: Anticipated Contract Award is 20 July; delivery is required not later than 30 July. Deliver to: NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. FOB Point is Destination. Inspection is at Destination Acceptance is at Destination Section C Description A.1 INTRODUCTION A.1.1 This requirement is for modifications to the Close Quarters Combat Recording (CQCR) System software and ballistic door control module. The software is a Wonder Ware based custom application. A.2 BACKGROUND A.2.1 The Multi-Story Trainer (MST) is an indoor Close Quarter Battle (CQB) live fire and explosives range. The facility design allows and its CQCR system allows for simultaneous training events that can be divided into two parts (Side "A" and Side "B"). The CQCR system, located throughout the MST, provides control of video recording, magnetic door locks, emergency panic buttons, lighting, public address system, and special effects for audio, lighting, targets, and smoke generators. The MST is scheduled for extensive renovations over the next 24 months. All CQCR components must be removed and reinstalled in a phased approach throughout the renovation process. The MST consists of Side "A" and Side "B". Each side has multiple levels. Side "A" is considered the East side of the building and Side "B" is the West side of the building. Side "B" will be renovated first. A.3 SCOPE OF WORK A.3.1 The Contractor shall complete this effort in a phased approach. During the MST renovation only one side of the building will be under construction, the other side will remain available for live fire evolutions. Government provided drawings can be provided upon request. The three large phases of this effort are: Phase I (CLIN 0001) • The Government shall perform the following: o Remove designated CQCR hardware such as audio boxes, speakers, microphones, wireless access points, and associated network cabling from Side B. • The Contractor shall perform the following: o Make network and software corrections to ensure Side "A" is functional to support live fire CQB training evolutions. o Bypass (19) doors and (8) panic buttons from side B to ensure they do not send false information to the control room console & operators. o Make system modifications to eliminate program alarms/equipment faults associated with door locks, panic buttons, audio boxes, lighting and other network components that were removed from Side "B". o Remove secondary Door Control Panel from the Control Room and have the original manufacturer update the facility layout and re-wire the panel to reflect the new configuration (CAD drawings available upon request). o Perform functional test and conduct acceptance testing of Side "A". Phase II (Option CLIN 1001) • The Government shall perform the following: o Reinstall Side "B" CQCR hardware such as audio boxes, speakers, microphones, wireless access points, and associated network cabling in Side "B" and connect Government installed smoke generators to the CQCR network. o Remove all CQCR hardware from Side A such as audio boxes, speakers, microphones, wireless access points, and associated network cabling. • The Contractor shall perform the following: o Make network and software corrections to ensure Side "B" is functional to support live fire CQB training evolutions. o Bypass (18) doors and (6) panic buttons from side "A" to ensure they do not send false information to the control room console & operators. o Make system modifications to eliminate program alarms/equipment faults associated with door locks, panic buttons, audio boxes, lighting and other network components from Side "A". o Perform functional test and conduct acceptance testing of Side "B". Phase III (Option CLIN 1002) • The Government shall perform the following: o Reinstall Side "A" CQCR hardware such as audio boxes, speakers, microphones, wireless access points, and associated network cabling in Side "A" and connect Government installed smoke generators to the CQCR network. • The Contractor shall perform the following: o Re-establish original network and software configurations. o Make modifications as required. o Perform functional test and conduct acceptance testing of entire MST CQCR system (Side "A" and "B"). A.3.2 Phase I will be awarded as the initial contract, Phase II and III will be options on the contract that the Government can award when required within 24 months of Phase I award.. SOW PART B-WORK REQUIREMENTS B.1 PHASE I (CLIN 0001) B.1.1 Contractor shall make network and software modifications: • Install required cabling to bypass the removed audio boxes to ensure Side "A" is operational. • Update Allen-Bradley PLC logic for the magnetic door locks to ensure the remaining Door Membrane panel functions correctly. • Update the CQCR program to prevent alarms from being generated due to missing and modified hardware in Side "B". • Update appropriate screens and menu options so that the removed equipment is not available (i.e. audio boxes on the Maintenance screen, microphone options and availability of cameras). • Update the Room Selection menu so that the Basement, Room 111, Room 204 and the North Stairs are not available for selection by the CQCR operator. • Ensure the Digigram software reflects the temporary audio layout. Eleven audio boxes will be removed from Side "B" • Ensure the Cubase software reflects the temporary microphone layout. Eleven audio boxes will be removed from Side "B" • Modify CQCR software Side "B" doors and panic buttons to prevent erroneous data from being sent to the program. B.1.2 Contractor shall test the CQCR system to ensure ongoing work in Side "B" does not impact live fire training evolutions on Side "A" and all safety features remain in place. Contractor shall perform functional test and conduct acceptance testing of Side "A". B.2 PHASE II (OPTION CLIN 1001) B.2.1 Contractor shall make network and software modifications: • Update the CQCR program for Side "B" to reflect the new wall grid pattern in room 216. The Government will supply AutoCAD drawings of the new layout. • Update the CQCR program to reflect the new camera locations as shown in Government furnished AutoCAD drawings. Add an additional exterior camera location as shown on the Government supplied drawings and ensure that the Pelco Endura system reflects the new camera. The new camera shall maintain the same functionality as the existing exterior cameras. • Install required cabling to bypass the removed audio boxes (Side "A") to ensure Side "B" is operational. • Update Allen-Bradley PLC logic for the magnetic door locks to ensure the remaining Door Membrane panel functions correctly. • Update the CQCR program to prevent alarms from being generated due to missing and modified hardware in Side "A". • Update appropriate screens and menu options so that the removed equipment is not available (i.e. audio boxes on the Maintenance screen, microphone options and availability of cameras). • Update the Room Selection so that the West Stairs, Room 216, and Room 116 are not available for selection by the CQCR operator. • Ensure the Digigram software reflects the temporary audio layout. Thirteen audio boxes will be removed from Side "A". • Ensure the Cubase software reflects the temporary microphone layout. Thirteen audio boxes will be removed from Side "A". • Modify CQCR software Side "A" doors and panic buttons to prevent erroneous data from being sent to the program • Verify lighting zones, make software corrections as required based upon Government furnished drawings. • Re-install the wiring harness from the Government provided Door Control Panel and ensure proper operation as a stand-alone system and via the CQCR software. B.2.2 Contractor shall test Side "B" for functionality. Contractor shall test Side "B" for functionality the CQCR system to ensure ongoing work in Side "B" does not impact live fire training evolutions on Side "A" and all safety features remain in place. B.3 PHASE III (OPTION CLIN 1002) B.3.1 Contractor shall make network and software modifications: • Update the CQCR program for Side "A" to reflect the new wall grid pattern in rooms 111 and 204. The Government will supply AutoCAD drawings of the new layout. • Update the CQCR program to reflect the new camera locations as shown in Government furnished AutoCAD drawings. Note: Cameras 49 and 50 in the Elevator Shaft/North Stairs will be removed and installed in room 204. Update the Pelco Endura Wonderware CQCR system to reflect this new configuration • Re-install the wiring harnesses from the second Government provided Door Control Panel and ensure proper operation as a stand-alone system and via the CQCR software. • Update Allen-Bradley PLC logic for the magnetic door locks to ensure both Door Membrane panel functions correctly. • Ensure the Digigram software reflects the permanent audio layout. • Ensure the Cubase software reflects the permanent microphone layout. • Verify lighting zones, make software corrections as required based upon Government furnished drawings. At a minimum, the VIP room will be on its own circuit if possible. Other lighting zones will be determined during the upgrade based on the construction. • Verify audio zones and update the CQCR program to reflect the changes. • Add an additional, Government installed, exterior camera to the CQCR program per Government furnished AutoCAD drawings. The new camera shall maintain the same functionality as the existing exterior cameras. • Contractor shall update the Pelco system to reflect any camera changes and groupings • Contractor shall update the CQCR laptop to reflect changes from the renovation. • The CQCR program needs to communicate with the fire alarm system. It is undetermined at this time what type of system will be installed. The fire alarm activation shall perform the same functions as the existing panic buttons. B.3.2 Contractor shall establish original Network and Software configurations for doors, panic buttons, audio boxes, speakers, and microphones. DELIVERABLES B.4 DELIVERABLE ITEMS B.4.1 Contractor shall provide updated AutoCAD drawings; Source Code for the CQCR Software, PLC Software, and configuration files for Digigram and Cubase. B.4.2 The Contractor shall provide status as requested; tracked to contractor's proposed schedule. SOW PART C-SUPPORTING INFORMATION C.1 PLACE OF PERFORMANCE C.1.1 Software development and engineering shall be conducted at the contractor's facility. Final installation and software acceptance shall be at the Governments facility in Virginia Beach, VA. The final Government Acceptance shall be a five day test with Government personnel operating the system with a minimum of one contractor personnel on hand to note any discrepancies. The contractor shall correct any problems noted prior to final acceptance by the Government C.2 PERIOD OF PERFORMANCE C.2.1 The initial Phase shall be completed NLT 30 July 2010. Other phases will be scheduled options on the contract for award as required over a 24 month timeframe. POP for each is anticipated to be 30 calendar days. C.3 SPECIAL CONSIDERATIONS C.3.1 Contractor-Furnished Materials • The contractor shall furnish all materials necessary for installing and testing equipment and software, except those noted in C.3.2 C.3.2 Government-Furnished Materials and Services Upon Contractor request, the Government will furnish the following: • Access to 110VAC for power tools. • AutoCAD drawings required by the contractor to complete software modifications. C.3.3 Contractor Qualifications and Experience • Contractors shall have sustained experience with the installation of CQB after Action Review and special effect systems in live fire/explosive training sites. Contractor shall provide documentation in its proposal. • Contractor shall have experience with and/or be certified in (as applicable) the use and installation of Wonderware, PELCO Endura, PELCO X Portal, CuBase, Allen Bradley PLCs, UNISON Lighting, Digigram, Ethernet, CISCO network configurations, and wireless systems. C.3.4 OPTIONS • Contract options for Phase II and III shall be executable for 24 months after the award of Phase I. CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (Sep 2006) - Alternate I (OCT 1995) FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (SEP 2007) FAR 52.204-4 Printed or Copied Double Sided on Recycled Paper (AUG 2000) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.209-5 Certification Regarding Responsibility Matters (DEC 2008) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (SEP 2006) FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2000) FAR 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2008) FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) (JAN 2009) FAR 52.216-27 Single or Multiple Awards (OCT 1995) FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.217-7 Option for Increased Quantity Separately Priced Line Item (MAR 1989) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.219-14 Limitations on Subcontracting (DEC 1996) FAR 52.219-28 Post-Award Small Business Program Representation (JUN 2007) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Alt I Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) Alternate I (DEC 2001) FAR 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) Alternate I (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-41 Service Contract Act of 1965 (NOV 2007) FAR 52.222-50 Combating Trafficking in Persons (AUG 2007) FAR 52.232-17 Interest (OCT 2008) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) FAR 52.233-1 Disputes (JUL 2002) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.237-1 Site Visit (APR 1984) FAR 52.249-8 Default (Fixed Price Supply & Service) (APR 1984) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-3 Alterations in Solicitation (APR 1984) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (SEP 2007) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by The Government of a Terrorist Country (DEC 2006) DFARS 252.211-7003 Item Identification and Valuation (AUG 2008) DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) (JAN 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2005) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability, past performance, and price. Technical capability and past performance, when combined, are significantly more important than price. Technical approach should include a detailed plan to address performance of tasks in the description of requirements, aligned to a schedule. Past performance should include demonstration of work performed on same and similar software packages under previous contracts. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (JUN 2008) Alternate I (APR 2002) DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (JUN 2005) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Leigh Walker, telephone (757) 893-2713, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) SOFARS 5652.232-9003 Paying Office Instructions (2005) As prescribed in 5632.7004(b), insert the following clause, Editable & Fill-ins (a) The Primary Contracting Office Point of Contact is: Craig Swanson, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, craig.swanson@vb.socom.mil, 757-893-2721. (b) The Administrative Contracting Office Point of Contact is: Craig Swanson, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, craig.swanson@vb.socom.mil, 757-893-2716. (c) The Contracting Officer's Technical Expert is: David Hooks, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, david.hooks@vb.socom.mil, 757-893-2778. (d) Invoice(s) should be forwarded directly to the following designated billing office: Located in block 9 of the SF1449. (e) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, or Block 15 on DD form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office. (f) Payment to the contractor shall be mailed to the following address To be determined before contract award. (g) Special Payment Instructions: None. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) As prescribe in 5615.209(l), insert the following provision, Editable and Fill-ins All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Craig Swanson - Contract Specialist craig.swanson@vb.socom.mil PH - 757-893-2721 1636 Regulus Ave. Virginia Beach, VA 23461-2299 SOFARS 5652.233-9000 Independent Review of Agency Protests (2005) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N72), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 893-2957. All questions concerning this procurement, either technical or contractual must be submitted to craig.swanson@vb.socom.mil. Questions will be accepted until Wednesday, July 14th, 2010 @ 8:00 AM EST and posted later that day. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Craig Swanson at phone number: (757-893-2721)or email at craig.swanson@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Craig Swanson by email at craig.swanson@vb.socom.mil, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Craig Swanson(Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 12:00 p.m. Eastern Standard Time (EST) on 15 July 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-10-T-0216/listing.html)
- Record
- SN02199271-W 20100710/100708234846-51fcb997c393eb5b0e0f9843e8dec630 (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 |