Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2011 FBO #3546
SOLICITATION NOTICE

R -- CONTRACT FOR ENHANCEMENTS AND UPGRADES TO THE WESTERN RIVERS NAVIGATIONAL AID DATA COLLECTION AND MANAGMENT SYSTEM AND ALDEBERAN ii ELECTRONIC CHARTING SYSTEMS

Notice Date
8/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-11-Q-PC8204
 
Archive Date
8/27/2011
 
Point of Contact
James A Lassiter, Phone: (757)686-2149
 
E-Mail Address
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplement with additional information in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request For Quote number RFQ HSCG44-11-Q-PC8204. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 541511. The SBA size standard is $ 25.0 Million. Due to this Acquisition being considered to be a Sole Source Procurement it is not anticipated that the Contracting Officer will receive 2 or more Offers from qualified Small Business Concerns; therefore IAW FAR 19.502-2(a), This IS NOT A Small Business Set-A-Side. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, VA. 23703, intends to purchase on a non-competitive basis by awarding a Firm Fixed Purchase Order Contract to: ICAN Inc. The proposed contract action resulting from this synopsis/solicitation for commercial services is the Government's intention to solicit and negotiate with only one source under the authority of FAR 6.302.1 and 13.106-1(b). Interested persons/parties may indentify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 5 days after date of publication of this synopsis/solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, and for informational purposes. The contractor for this proposed Sole Source contract is: ICAN Inc.. A current CCR Data Search and EPLS Data Search were conducted on this Contractor by the Contracting Officer. This Contractor is current/active in CCR and does not appear on the EPLS List. Data Search date: Aug/08/2011. This is a Sole Source Procurement. See attached JOTFOC Document below. The Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. FIRM FIXED Price Proposals may be submitted on company letterhead and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is AUG/12/2011@7:00AM EST. Facsimile and Email quotes are acceptable and may be faxed to (757) 686-4018 or Emailed to the POC James A. Lassiter, Contracting Officer, james.a.lassiter@uscg.mil Anticipated Award Date for the PO Contract is AUG/12/2011, this date is approximate and not exact. Schedule B: Line Item 1: 1 each Job to provide Enhancements to the Western Rivers Navigation Aid Data Collection and Management System(NADMS) and Aldeberan II Electronic Charting System. The Offeror shall provide a Proposal that describes how they plan on meeting the Criteria and Objectives in the below PWS. Line Item 2: Travel (as required) All Travel expenses will be paid IAW the JFTR.. The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items (a) Overall Best Value to the Government FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, Offerors should be registered in CCR The Following FAR Clauses apply to this Acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder/offeror quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999); award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2011) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions -Commercial Items (JUNE 2010) with the following addendas: FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR) (Jul 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (AUG 2011) The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O. 12722, 12724, 13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) The above/following clauses are incorporated by reference. Entire clause(s) are available at http://www.arnet.gov/far. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. CONTRACT FOR ENHANCEMENTS TO THE WESTERN RIVERS NAVIGATIONAL AID DATA COLLECTION AND MANAGEMENT SYSTEM (NADMS) AND ALDEBERAN II ELECTRONIC CHARTING SYSTEM (ECS) PERFORMANCE WORK STATEMENT(PWS) 1.0 GENERAL. 1.1 SCOPE. Purpose- The purpose of this Contract is to have ICAN Marine perform an Analysis, Data Cleaning and Enhancements to the Western Rivers Navigational Aid Data Collection and Management System (NADMS) and the Aldeberan II Electronic Charting System (ECS). Desired Outcome- Upon completion of this Contract the desired outcome of this effort is for the above Systems to have the most up-to-date Upgrades and Software Enhancements, thus providing more accurate data for Navigational & Operational Purposes. This Contract is Performance Based 1.2 BACKGROUND. The Core Technologies, Electronic Navigation Section (CT-N1) of the U.S. Coast Guard Command, Control and Communications Engineering Center (C3CEN) is responsible for software, hardware and engineering support of a wide variety of ECINS and ECS installed and operated on Coast Guard Cutters in support of cutter missions. This performance work statement provides for analysis and cleaning of the data residing on the NADMS server. Additionally enhancements will be made to the Aldeberan II ECS based on the results of the analysis and to provide increased efficiency for the operators. 1.3 CONTRACTOR PERSONNEL. 1.3.1 Project Manager. The Contractor shall provide a Project Manager(PM) who shall be responsible for all Contractor work performed under this task order. The Project Manager is further designated as Key by the Government (see PWS 1.4). The Project Manager shall be a single point of contact for the Contracting Officer and the Contracting Officer's Technical Representative (COTR). The name of the Project Manager, and the name(s) of any alternate(s) who shall act for the Contractor in the absence of the Project Manager, shall be provided to the Government as part of the Contractor's proposal. During any absence of the Project Manager, only one alternate shall have full authority to act for the Contractor on all matters relating to work performed under this task order. The Project Manager and all designated alternates shall be able to read, write speak and understand English. Additionally, the Contractor shall not replace the Project Manager without prior written acknowledgement from the Contracting Officer. 1.3.1.2 The Project Manager shall be available to the COTR via telephone between the hours of 0800 and 1630 EST, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within 30 minutes of notification. 1.3.2 Qualified Personnel. The Contractor shall provide qualified personnel to perform all requirements specified in this task order and are further designated as Key by the Government. All Contractor employees supporting this task order shall also be citizens or legal residents of the United States. 1.3.3 Employee Identification. Contractor employees visiting Government facilities shall wear an identification badge that, at minimum, displays the Contractor name, the employee's photo, name, clearance-level and badge expiration date. Visiting Contractor employees shall comply with all Government escort rules and requirements. All Contractor employees shall identify themselves as Contractors (including in emails) when their status is not readily apparent and display all identification and visitor badges in plain view above the waist at all times. 1.3.3.1 Contractor employees working on-site at Government facilities shall wear a Government issued identification badge. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display the Government issued badge in plain view above the waist at all times. 1.3.4 Employee Conduct. Contractor's employees shall comply with all applicable Government regulations, policies and procedures (e.g., fire, safety, sanitation, environmental protection, security, "off limits" areas, wearing of parts of military uniforms, and possession of weapons) when visiting or working at Government facilities. The Contractor shall ensure contractor employees present a professional appearance at all times and that their conduct shall not reflect discredit on the United States, the Department of Homeland Security or the U.S. Coast Guard. 1.3.5 Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from U. S. Coast Guard facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under this task order. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. 1.3.6 Conflict of Interest. The Contractor shall not employee any person who is an employee of the United States Government if that employment would, or would appear to cause a conflict of interest. 1.4 KEY PERSONNEL. Before replacing any individual designated as Key by the Government, the Contractor shall notify the Contracting Officer no less than 15 business days in advance, submit written justification for replacement, and provide the name and qualifications of any proposed substitute(s). All proposed substitutes shall possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not replace Key Contractor personnel without written acknowledgement from the Contracting Officer. The Government may designate additional Contractor personnel as Key in this task order. 1.5 SECURITY. All hardware, software, and services provided must be compliant in accordance with 140-01 Information Technology Systems Security and the DHS Sensitive Systems Handbook 4300A. The assurance of the security of unclassified facilities, Information Technology (IT) resources, and sensitive information during the acquisition process and contract performance are essential to the DHS mission. DHS Management Directive (MD) 11042.1 Safeguarding Sensitive But Unclassified (For Official Use Only) Information, describes how contractors must handle sensitive but unclassified information. DHS MD 4300.1 Information Technology Systems Security and the DHS Sensitive Systems Handbook prescribe policies and procedures on security for IT resources. Contractors shall comply with these policies and procedures, any replacement publications, or any other current or future DHS policies and procedures covering contractors specifically for all Task Orders that require access to DHS facilities, IT resources or sensitive information. Contractors shall not use or redistribute any DHS information processed, stored, or transmitted by the contractor except as specified in the task order. FIPS 140-2 and FIPS 197 Advanced Encryption Standard (AES) 256 encryption compliance: All hardware and software interfaces shall meet FIPS 140-2 and FIPS 197 Advanced Encryption Standard (AES) 256 encryption compliance. Contractor access to classified information is not currently required under this task order. However, the Government may require later, all Contractor personnel to have Secret clearances. Accordingly, all Contractor employees provided for this requirement must be eligible for a Secret Clearance. The details will be provided in a future Department of Defense Form 254 if this policy goes into effect. SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (JUN 2006) The Coast Guard Electronic Charting System (CGECS) has been designated as a Platform Information Technology (PIT). Designation letter is attached. (a) The Contractor shall be responsible for Information Technology (IT) security for all systems connected to a DHS network or operated by the Contractor for DHS, regardless of location. This clause applies to all or any part of the contract that includes information technology resources or services for which the Contractor must have physical or electronic access to sensitive information contained in DHS unclassified systems that directly support the agency's mission. (b) The Contractor shall provide, implement, and maintain an IT Security Plan. This plan shall describe the processes and procedures that will be followed to ensure appropriate security of IT resources that are developed, processed, or used under this contract. (1) Within 30 days after contract award, the contractor shall submit for approval its IT Security Plan, which shall be consistent with and further detail the approach contained in the offeror's proposal. The plan, as approved by the Contracting Officer, shall be incorporated into the contract as a compliance document. (2) The Contractor's IT Security Plan shall comply with Federal laws that include, but are not limited to, the Computer Security Act of 1987 (40 U.S.C. 1441 et seq.); the Government Information Security Reform Act of 2000; and the Federal Information Security Management Act of 2002; and with Federal policies and procedures that include, but are not limited to, OMB Circular A-130. (3) The security plan shall specifically include instructions regarding handling and protecting sensitive information at the Contractor's site (including any information stored, processed, or transmitted using the Contractor's computer systems), and the secure management, operation, maintenance, programming, and system administration of computer systems, networks, and telecommunications systems. (c) Examples of tasks that require security provisions include-- (1) Acquisition, transmission or analysis of data owned by DHS with significant replacement cost should the contractor's copy be corrupted; and (2) Access to DHS networks or computers at a level beyond that granted the general public (e.g., such as bypassing a firewall). (d) At the expiration of the contract, the contractor shall return all sensitive DHS information and IT resources provided to the contractor during the contract, and certify that all non-public DHS information has been purged from any contractor-owned system. Components shall conduct reviews to ensure that the security requirements in the contract are implemented and enforced. (e) Within 6 months after contract award, the contractor shall submit written proof of IT Security accreditation to DHS for approval by the DHS Contracting Officer. Accreditation will proceed according to the criteria of the DHS Sensitive System Policy Publication, 4300A (Version 5.5, September 30, 2007) or any replacement publication, which the Contracting Officer will provide upon request. This accreditation will include a final security plan, risk assessment, security test and evaluation, and disaster recovery plan/continuity of operations plan. This accreditation, when accepted by the Contracting Officer, shall be incorporated into the contract as a compliance document. The contractor shall comply with the approved accreditation documentation. CONTRACTOR EMPLOYEE ACCESS (JUN 2006) (a) Sensitive Information, as used in this Chapter, means any information, the loss, misuse, disclosure, or unauthorized access to or modification of which could adversely affect the national or homeland security interest, or the conduct of Federal programs, or the privacy to which individuals are entitled under section 552a of title 5, United States Code (the Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense, homeland security or foreign policy. This definition includes the following categories of information: (1) Protected Critical Infrastructure Information (PCII) as set out in the Critical Infrastructure Information Act of 2002 (Title II, Subtitle B, of the Homeland Security Act, Public Law 107-296, 196 Stat. 2135), as amended, the implementing regulations thereto (Title 6, Code of Federal Regulations, Part 29) as amended, the applicable PCII Procedures Manual, as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the PCII Program Manager or his/her designee); (2) Sensitive Security Information (SSI), as defined in Title 49, Code of Federal Regulations, Part 1520, as amended, "Policies and Procedures of Safeguarding and Control of SSI," as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the Assistant Secretary for the Transportation Security Administration or his/her designee); (3) Information designated as "For Official Use Only," which is unclassified information of a sensitive nature and the unauthorized disclosure of which could adversely impact a person's privacy or welfare, the conduct of Federal programs, or other programs or operations essential to the national or homeland security interest; and (4) Any information that is designated "sensitive" or subject to other controls, safeguards or protections in accordance with subsequently adopted homeland security information handling procedures. (b) "Information Technology Resources" include, but are not limited to, computer equipment, networking equipment, telecommunications equipment, cabling, network drives, computer drives, network software, computer software, software programs, intranet sites, and internet sites. (c) Contractor employees working on this contract must complete such forms as may be necessary for security or other reasons, including the conduct of background investigations to determine suitability. Completed forms shall be submitted as directed by the Contracting Officer. Upon the Contracting Officer's request, the Contractor's employees shall be fingerprinted, or subject to other investigations as required. All contractor employees requiring recurring access to Government facilities or access to sensitive information or IT resources are required to have a favorably adjudicated background investigation prior to commencing work on this contract unless this requirement is waived under Departmental procedures. (d) The Contracting Officer may require the contractor to prohibit individuals from working on the contract if the government deems their initial or continued employment contrary to the public interest for any reason, including, but not limited to, carelessness, insubordination, incompetence, or security concerns. (e) Work under this contract may involve access to sensitive information. Therefore, the Contractor shall not disclose, orally or in writing, any sensitive information to any person unless authorized in writing by the Contracting Officer. For those contractor employees authorized access to sensitive information, the contractor shall ensure that these persons receive training concerning the protection and disclosure of sensitive information both during and after contract performance. (f) The Contractor shall include the substance of this clause in all subcontracts at any tier where the subcontractor may have access to Government facilities, sensitive information, or resources. (g) Before receiving access to IT resources under this contract the individual must receive a security briefing, which the Contracting Officer's Technical Representative (COTR) will arrange, and complete any nondisclosure agreement furnished by DHS. (h) The contractor shall have access only to those areas of DHS information technology resources explicitly stated in this contract or approved by the COTR in writing as necessary for performance of the work under this contract. Any attempts by contractor personnel to gain access to any information technology resources not expressly authorized by the statement of work, other terms and conditions in this contract, or as approved in writing by the COTR, is strictly prohibited. In the event of violation of this provision, DHS will take appropriate actions with regard to the contract and the individual(s) involved. (i) Contractor access to DHS networks from a remote location is a temporary privilege for mutual convenience while the contractor performs business for the DHS Component. It is not a right, a guarantee of access, a condition of the contract, or Government Furnished Equipment (GFE). (j) Contractor access will be terminated for unauthorized use. The contractor agrees to hold and save DHS harmless from any unauthorized use and agrees not to request additional time or money under the contract for any delays resulting from unauthorized use or access. (k) Non-U.S. citizens shall not be authorized to access or assist in the development, operation, management or maintenance of Department IT systems under the contract, unless a waiver has been granted by the Head of the Component or designee, with the concurrence of both the Department's Chief Security Officer (CSO) and the Chief Information Officer (CIO) or their designees. Within DHS Headquarters, the waiver may be granted only with the approval of both the CSO and the CIO or their designees. In order for a waiver to be granted: (1) The individual must be a legal permanent resident of the U.S. or a citizen of Ireland, Israel, the Republic of the Philippines, or any nation on the Allied Nations List maintained by the Department of State; (2) There must be a compelling reason for using this individual as opposed to a U.S. citizen; and (3) The waiver must be in the best interest of the Government. (l) Contractors shall identify in their proposals the names and citizenship of all non-U.S. citizens proposed to work under the contract. Any additions or deletions of non-U.S. citizens after contract award shall also be reported to the contracting officer. 1.6 PERIOD OF PERFORMANCE. The Estimated Period of Performance for this Contract is Three (3) months from the Date of Award. 1.7 PLACE OF PERFORMANCE. The primary place of performance will be at the contractor facility in Huntsville, Alabama. Additional work may be required aboard the 20 U.S. Coast Guard Cutters and Boats listed below. 65' and 75' WLR River Tenders: WLR KANKAKEE 75500 Memphis, TN WLR GREENBRIER 75501 Natchez, MS WLR WEDGE 75307 Demopolis, AL WLR GASCONADE 75401 Omaha, NE WLR MUSKINGUM 75402 Sallisaw, OK WLR WYACONDA 75403 Dubuque, IA WLR CHIPPEWA 75404 Buchanan, TN WLR CHEYENNE 75405 St. Louis, MO WLR KICKAPOO 75406 Vicksburg, MS WLR KANAWHA 75407 Pine Bluff, AR WLR PATOKA 75408 Greenville, MS WLR CHENA 75409 Hickman, KY WLR OUACHITA 65501 Chattanooga, TN WLR CIMARRON 65502 Buchanan, TN WLR OBION 65503 Owensboro, KY WLR SCIOTO 65504 Keokuk, IA WLR OSAGE 65505 Sewickley, PA WLR SANGAMON 65506 Peoria, IL 64ANB ANT COLFAX Colfax, LA 64ANB ANT EUFAULA Eufaula, AL 1.8 HOURS OF OPERATION. Contractor employee shall generally perform all work between the hours of 0800 and 1630 EST, Monday through Friday (except Federal Holidays). 1.9 TRAVEL. Contractor travel may be required under this task order. Destination vary based on cutter homeports or reason for travel. Possible destination include: Continental United States. Contractor is responsible for ensuring they comply with all travel requirements. All Travel Expenses will be paid IAW the JFTR. 1.10 KICK-OFF MEETING. No Kick-Off Meeting required under this contract. 1.11 PROJECT PLAN. No project plan required under this Contract. 1.12 PROGRESS REPORTS. The Project Manager shall provide a weekly progress reports to the COTR via electronic mail. This report shall include a summary of all Contractor work performed, an assessment of technical progress, schedule status, any travel conducted and any Contractor concerns or recommendations for the previous weekly period. 1.13 PROGRESS MEETINGS. The Project Manager shall be available to meet with the COTR upon request to present deliverables, discuss progress, exchange information and resolve emergent technical problems and issues. These meetings shall take place at the Government's facility or via telephone. 1.14 GENERAL REPORT REQUIREMENTS. The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with United States Coast Guard Standard Workstation III (Windows XP and Microsoft Office Applications). 1.15 PERFORMANCE REQUIREMENTS SUMMARY. This Contract includes a Performance Requirements Summary (PRS). In general, the PRS sets forth the expected outcomes (objectives) of the Contract, the service(s) required of the Contractor to achieve the objectives, a performance standard per outcome, and a plan for a reduction in payment in the event the Contractor does not meet the performance standard. The PRS is not an exclusive remedy and inclusion of the PRS does not preclude the Government from using any other remedy available by law or contract terms, including reductions in payment in accordance with any clause for inspection of services. 1.16 Reserved. DHS Enterprise Architecture Compliance All solutions and services shall meet DHS and USCG Enterprise Architecture policies, standards, and procedures. Specifically, the contractor shall comply with the following Homeland Security Enterprise Architecture (HLS EA) and Coast Guard Enterprise Architecture (CGEA) requirements: • All developed solutions and requirements shall be compliant with the HLS EA and CGEA. • All IT hardware or software shall be compliant with the HLS EA Technical Reference Model (TRM) Standards and Products Profile. • Description information for all data assets, information exchanges and data standards, whether adopted or developed, shall be submitted to the DHS Enterprise Data Management Office (EDMO) for review and insertion into the DHS Data Reference Model and Enterprise Architecture Information Repository. • In compliance with Office of Management and Budget (OMB) mandates, all network hardware shall be IPv6 compatible without modification, upgrade, or replacement. • All Information Technology assets being developed, procured, or acquired shall be IPv6 capable. 1.17 INTELLECTUAL PROPERTY. Contractor will be providing installation and support functions only under this taskorder. No development of software or hardware is anticipated under this task order. All Contractor developed processes and procedures and other forms of intellectual property developed under this task order shall become Government property. FAR 52.227-14 Rights in Data - General is applicable to this task order. 1.18 SECTION 508 COMPLIANCE. Section 508 of the Rehabilitation Act as amended by the Workforce Investment Act of 1998 (P.L. 105-220), requires Federal agencies to ensure that Electronic and Information Technology (EIT) they develop, procure, maintain or use is accessible to and usable by employees and consumers with disabilities. The referenced EIT acquisition has been determined to be applicable to Section 508. In accordance with DHS Management Directive 4010.2 - Electronic and Information Technology Accessibility, claims for National Security Exception require a review and approval by the DHS Office of Accessible Systems & Technology (OAST). DHS OAST has reviewed this acquisition request and has determined that a Back-Office Exception for the purposes of Section 508 applies and is thereby authorized. A memorandum identifying OAST's approval has been attached and included in the contract file. 2.0 GOVERNMENT TERMS & DEFINITIONS. 2.1 NADMS Navigational Aid Data Collection and Management System 2.2 USACE U.S. Army Corps of Engineers 2.2 ECHART Electronic Chart 2.3 CAC Common Access Card 2.4 C3CEN Command, Control and Communications Engineering Center 2.5 COR/COTR Contracting Officer's Representative 2.6 COTS Commercial Off the Shelf 2.7 DGPS Differential Global Positioning Service 2.8 ECINS Electronic Charting and Integrated Navigation System 2.9 ECS Electronic Charting Systems 2.10 ENC Electronic Navigational Chart produced by NOAA 2.11 NMEA National Marine Electronics Association 2.12 UPS Uninterruptible Power Supply 3.0 GOVERNMENT FURNISHED RESOURCES. The Government will provide access to the equipment, manuals, and documentation necessary for the performance of this PWS. The Contractor shall only use the Government Furnished Property in the performance of this Contract. The equipment will be for Official Use Only. 3.1 The Contractor shall repair, at its own cost any damage caused by employee negligence or abuse. 3.2 The Contractor shall use Government furnished property only for the performance of work under this Contract, and shall be responsible for returning all Government furnished property in good working condition, subject to normal wear and tear. 3.3 Access to other ECINS and ECS hardware and peripherals (spare CPU cases, development computer platforms, etc.) will be available on as needed basis at the discretion of the Contracting Officers Representative (COTR). Hardware not available and requiring procurement shall be brought to the COTR's attention and purchased by the Coast Guard at the COTR's discretion. 4.0 CONTRACTOR FURNISHED PROPERTY. The Contractor shall furnish all facilities, materials, equipment and services necessary to fulfill the requirements of this task order, except for the Government Furnished Resources specified in PWS 3.0 or 5.0 of this work statement. 5.0 TASK/REQUIREMENTS. The Contractor shall perform an analysis of the existing NADMS Data, the processes used by the Western River Tenders and USACE to upload/download data and the software tools that are used in Aldeberan II ECS to perform these operations. 5.1 The Contractor shall identify problem areas and create a software modification proposal to correct those problems. 5.2 Following approval of the software modification proposal from the COTR, the Contractor will make the necessary modifications to the Aldeberan II ECS and NADMS software. 5.3 The Contractor shall clean and upload the databases from each of the 20 cutters and boats that use the Aldeberan II ECS. The export functions within NADMS shall be fully tested to ensure consistent output of data, regardless of output format. 5.4 The contractor shall update and distribute any new operational process documentation, to the 20 cutter and boats, and support personnel. 5.5 The contractor shall provide telephone and online support during the deployment of the updated software and clean NADMS database. 5.6 The contractor shall develop enhancements to the Aldeberan II ECS software to provide increased efficiency for the operators. The eight features/enhancements to be developed are listed below. 5.6.1 Add capability to export an.mdf file based on selected records generated from a filter in the buoy manager. 5.6.2 Add a graphic indicator showing progress/status of the import process. 5.6.3 Add the ability for a Tender to develop high and low water buoy marks and "swap" between them. 5.6.4 Add the ability to "select all" from a single button push to select the visible records created by a filter selection. 5.6.5 Resize the Buoy Manager window for use on smaller screens. 5.6.6 Create an import/export tool for the NavAid service database, to allow the backup and restoration of data. 5.6.7 Modify the Survey Manager to increase the efficiency of loading survey data provided by USACE. 5.6.8 Modify the NavAids Data Exchange to ensure that each operator only downloads the appropriate data for their AOR from the NADMS server. 6.0 REFERENCES. None. 7.0 DELIVERABLES. The Contractor shall consider items in BOLD as having mandatory due dates. Items noted as "COTR Checkpoints" are deliverables or events that must be reviewed and approved by the COTR prior to proceeding to the next deliverable or event in this PWS. ITEM PWS DELIVERABLE / EVENT DUE BY 1 1.12 Weekly Progress Reports NLT Thursday of each week for the duration of the contract. 2 5.1 Software Modification Proposal Post analysis and prior to software modification. 3 5.2 Modified Aldeberan II ECS and NADMS software. End of contract period. 4 5.3 Clean buoy databases for each of the 20 cutters and boats using Aldeberan II ECS. End of contract period. 5 5.4 Update and distribute new process documentation. End of contract period. 6 5.6 Eight features/enhancements to Aldeberan II ECS and NADMS. End of contract period. 8.0 PERFORMANCE REQUIREMENTS SUMMARY (PRS). The PRS table below reflects the deliverables considered by the United States Coast Guard to be most important for the successful performance of this task order. This includes the expected standards of performance and planned reductions for not meeting those standards. The Government will establish a Quality Assurance Surveillance Plan that is not part of this task order in order to monitor performance requirements summary items described in the table below. CONTRACTOR ENGINEERING AND MAINTENANCE SUPPORT SERVICES FOR U.S. COAST GUARD INTEGRATED NAVIGATION SYSTEM (ECINS) AND ELECTRONIC CHART SYSTEMS (ECS) Objectives Required Service Performance Standard Reductions 1. On-Time Weekly Reports. The Contractor shall provide weekly reports (PWS 1.12, 7.0) No report is delayed more than three (3) business days (unless Government causes delay) A $200 reduction will be assessed for each business day a report is overdue (as verified by the COTR). 2. Highest Quality of Service The Contractor shall provide the highest quality of services listed under section 5.0 of this PWS. No internal or external customer complaints that can per attributed directly to the Contractor or its technician. A $200 reduction will be assessed for each business day the Contractor fails to resolve recurring customer service complaints to the satisfaction of the Government. 3. Accurate and Timely Data-Entry All data entered into or updated in databases shall accurately reflect the source information (PWS 5.0) Database reports are error free and updated within 48 hours of receipt of information (unless Government causes delay) Base upon COTR random sampling of Contractor work, if more than one inspection reveals material errors in separate samples, the results may be reflected in the Contractor's past performance evaluation. 4. Comprehensive, Recommendations, and other deliverables. The Contractor shall provide comprehensive deliverables that provide best alternative solution. (PWS 5.0) The Recommendations shall: • Meet all requirements set forth in the PWS • Be written in a clear and logical manner • Identify source searched • Provide recommended strategies for USCG If the deliverable is determined to be unacceptable to the COTR and cannot be resolved to the satisfaction of the Government, results will be reflected in the Contractor's past performance evaluation. Justification for Other Than Full and Open Competition(JOTFOC) (a) Each justification shall contain sufficient facts and rationale to justify the use of the specific authority cited. As a minimum, each justification shall include the following information: (1) Identification of the agency and the contracting activity, and specific identification of the document as a "Justification for other than full and open competition." USCG Command and Control Engineering Center, Core Technologies, Electronic Navigation (CT-N1) (2) Nature and/or description of the action being approved. ICAN Marine Aldeberan II Electronic Charting System (ECS) Analysis, Data Cleaning and Enhancements to Western Rivers Navigational Aid Data Collection and Management System (NADMS). (3) A description of the supplies or services required to meet the agency's needs (including the estimated value). Phase 1: Analysis of the NADMS database. To include analysis of the validity and integrity of the existing buoy data, the processes used to collect, upload, download and export buoy data, and analysis of the Aldeberan II software tools. Deliver a report outlining the findings and a software modification proposal. Phase 2: Aldeberan buoy databases on 18 WLR cutters and 2 64 ANB boats cleaned and uploaded to an empty set of tables in NADMS (Unit Listing Attached). Modify Aldeberan II ECS Software to address issues uncovered during the analysis phase. Download cleaned buoy data to each of the 18 WLRs and 2 Boats using Aldeberan II ECS. Document the operational processes necessary to correctly upload/download buoy data. Provide technical support during phase 2 software deployment and cleaned data distribution. Phase 3: Develop Software Improvements to Aldeberan II ECS for eight development items to improve efficiency for the operators and assist in maintaining the integrity of the NADMS database. (Total estimated cost: $120,000.00) (4) An identification of the statutory authority permitting other than full and open competition. 6.302-1 (2)(i)(A) Demonstrates a unique capability of the source to provide the services. (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. ICAN is the manufacturer of, and only service provider for Aldeberan II ECS Proprietary Software. Aldeberan II Software is installed on twenty Coast Guard Cutters and at nine Land/Support Facilities. (6) A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. No other source for Aldeberan II tech support or development exist. ICAN is the sole proprietor of Software Licenses and Technical Support. (7) A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. The price of this service is comparable to other tech assist services. However, no other service providers exist to support Aldeberan II ECS software. (8) A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. A search for similar services that would meet the needs conducted. ICAN was found to be the sole provider for Aldeberan II ECS software and technical support. (9) Any other facts supporting the use of other than full and open competition, such as: (i) Explanation of why technical data packages, specifications, engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed or are not available. (ii) When 6.302-1 is cited for follow-on acquisitions as described in 6.302-1(a)(2)(ii), an estimate of the cost to the Government that would be duplicated and how the estimate was derived. (iii) When 6.302-2 is cited, data, estimated cost, or other rationale as to the extent and nature of the harm to the Government. None. (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. None. (11) A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. No method exists to create competition for the Aldeberan II ECS software. Future replacement of Aldeberan II with the Vega ECDIS system will eliminate the need for ICAN support. (12) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. (b) Each justification shall include evidence that any supporting data that is the responsibility of technical or requirements personnel (e.g., verifying the Government's minimum needs or schedule requirements or other rationale for other than full and open competition) and which form a basis for the justification have been certified as complete and accurate by the technical or requirements personnel. LTJG Duff Technical (signature) James A. Lassiter Contracting Officer(signature)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-11-Q-PC8204/listing.html)
 
Record
SN02525631-W 20110810/110808235400-f2cb60e8e30cd2033013c781d9ea71e8 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.