SOLICITATION NOTICE
70 -- CMOS RFI v7.6
- Notice Date
- 2/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- FA8771-12-R-1009
- Archive Date
- 3/9/2012
- Point of Contact
- John E. Crowell, Phone: 3344164737
- E-Mail Address
-
john.crowell@gunter.af.mil
(john.crowell@gunter.af.mil)
- Small Business Set-Aside
- N/A
- Description
- (1) REQUEST for INFORMATION (RFI). The Government is seeking small disadvantaged businesses (8As) as part of conducting market research that have the ability to provide Oracle Forms and Database software development to add new functional capabilities by modifying the CMOS baseline software. This includes all CMOS baselines (regional and deployable versions). Respondents to this RFI should provide capability statements as qualified prospective vendors capable of providing the services that support the objectives identified in the RFI. The Transportation Branch (ESC/HGGJ), for the CMOS Program Management Office (PMO), is conducting this RFI to determine sources with core competencies and demonstrated experience in Oracle Forms and Database software development with the complexity of the Air Force CMOS legacy system. The Contractor shall manage and organize resources and personnel to efficiently meet each requirement/task. The contractor shall provide Level III help desk support for all fielded versions of CMOS. The contractor shall, on an as required basis, provide deficiency report (DR) maintenance for customer requirements and enhancements, requirements or enhancements a result of DoD security or policy mandates and Defense Transportation Regulation (DTR) mandates, technical refresh or requirement due to system sustainment efforts (hardware, software or architectural changes). The contractor shall provide Oracle Forms and Database software development to add new functional capabilities for the seven functional requirement identified in the draft PWS. All modified and/or developed software under this task shall follow basic requirements as compliance with the Systems Engineering Process (SEP), testing support, and project insight. (2) THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled in accordance with applicable regulations and statutes. Responses to the RFI will not be returned. Information provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for CMOS contracts. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is a request for interested parties to describe their technical capabilities and demonstrated experience with software development, integration, deployment, accreditation and technical support. All interested contractors are requested to provide written response to the questions below. A response to this RFI is necessary in order to assist the CMOS PMO in determining the potential levels of interest, adequate competition, and technical capability to provide the required services. TARGET AUDIENCE : All 8A businesses are requested to respond to this RFI to assist the CMOS PMO in formulating an acquisition strategy that fairly considers business ability to participate in the acquisition, either as prime contractors or as subcontractors. All 8A businesses must submit responses that demonstrate their qualifications to make a determination for a small business set-aside. Please note that personnel with DoD Secret clearances (minimum) will be required at contract award. Interested businesses are requested to submit a response to the Contracting Officer no later than close of business (COB) 5:00 p.m Central Standard Time (CST) 10 February 2012. Late responses will not be considered. Respondents shall also include in their response to this RFI the following information: •a. Business size •b. DUNS number •c. CAGE Code •d. The North American Industry Classification System Code (NAICS) for this effort is 541512 All interested vendors shall request a copy of the CD that has the supporting documents that have the CMOS Baseline Requirements for this effort. This CD will be overnight-expressed to each interested vendor by way of Federal Express. Please email either John E. Crowell ( john.crowell@gunter.af.mil ) (Contract Administrator) or Ms. Sharon F. Stallings ( sharon.stallings@gunter.af.mil ) (Contracting Officer) to request a copy of the CD. When submitting your request for the CD, please include the following: Vendor Name Contact Person Information (c/o) Vendor Address Contact Person Telephone Number Additionally, responses should include recent (within the past five years or work that is on-going) and relevant (work similar in type, scope, and complexity) experience, to include contract numbers, project titles, dollar amounts, a clear description of the work performed, and points of contact with telephone numbers where the responder performed the relevant work. Provide a list of the current contract vehicles your services may be procured from, to include the General Service Administration (GSA), Federal Supply Schedule (FSS), NETCENTS, Information Technology Enterprise Solutions (ITES) and any other government contract vehicle. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the respondent is not capable of performing the objectives. (3) Requested Information: In addition to the information to be included from the above paragraph, interested vendors are requested to submit a statement of their knowledge and capabilities to perform the following: 1. What type of transportation functional experience does your team have? Explain. 2. Does your team have experience with using government transportation applications (such as GATES, CMOS, and GFM)? If so, explain. 3. Does your team have experience working with DISA Montgomery and/or DLA-TS (Defense Logistics Agency - Transaction Services)? If so, explain. 4. Describe your development team. List the skill sets of key personnel. 5. Explain how you incorporate Functional subject matter expertise (SME) as part of your development team to provide business process flow for developers. 6. Explain your development approach and your ability to provide a fully integrated web application environment. 7. What experience does your team have with Oracle Forms 11g, VMware Environment with Microsoft 2008 server and Oracle WebLogic 11g and Oracle Database 11g? Explain. 8. Describe your management approach for providing the Government insight into project progress and status. 9. Identify risks you see in the current PWS. Provide comments on areas where you see concerns. 10. Describe your process for including Information Assurance into your software development process. 11. Describe your Configuration Management (CM) process for maintaining and tracking application software version control. 12. Identify and describe other similar efforts your company has been involved in. 13. What experience does your team have developing applications using Perl and Procedural Language/Structured Query Language (PL/SQL)? Explain. 14. Does your team have experience working with Defense Information Systems Agency (DISA) and/or Defense Logistics Agency Transaction Services (DLA-TS)? If so, explain. Responses: Responses should be no more than 25 pages (this does not include the cove page). Interested vendors should forward their capabilities and other information to be considered to ESC/HGGK, Mr. John E. Crowell, john.crowell@gunter.af.mil or Ms. Sharon F. Stallings, sharon.stallings@gunter.af.mil. Responses to this RFI are to be submitted by and RECEIVED by close of business ( COB) 5:00 p.m. Central Standard Time (CST) 23 February 2012. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003, or later, and no more than 25 pages in length. Note: Late responses will not be accepted or considered. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled in accordance with applicable regulations and statues. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. All interested vendors shall request a copy of the CD that has the supporting documents that have the CMOS Baseline Requirements for this effort. This CD will be overnight-expressed to each interested vendor by way of Federal Express. Please email either John E. Crowell ( john.crowell@gunter.af.mil ) (Contract Administrator) or Ms. Sharon F. Stallings ( sharon.stallings@gunter.af.mil ) (Contracting Officer) to request a copy of the CD. When submitting your request for the CD, please include the following: Vendor Name Contact Person Information (c/o) Vendor Address Contact Person Telephone Number Points of Contact: Contracting Officer: Ms. Sharon F. Stallings Phone: 334-416-1659 E-Mail: sharon.stallings@gunter.af.mil Contract Administrator: Mr. John E. Crowell Phone: 334-416-4737 E-Mail: john.crowell@gunter.af.mil PERFORMANCE WORK STATEMENT (PWS) FOr CARGO MOVEMENT OPERATIONS SYSTEM (cmos) LEVEL III HELP DESK (HD), DEFICIENCY REPORT (DR) MAINTENTANCE (Mnx) and vERSION 7.6 (v7.6) 9 JANUARY 2011 •1.0 INTRODUCTION The Electronic Systems Center (ESC), Program Executive Office (PEO) Business Enterprise Systems (ELS), Logistics Legacy Systems Division, Transportation Branch (ESC/HGGJ) is responsible for performing and managing the acquisition, development, implementation, sustainment and life cycle management in support of the Air Force Cargo Movement Operations System (CMOS). The ESC/HGGJ carries out these responsibilities in accordance with the guidance provided by the Systems Engineering Process (SEP) for Non-5000 information systems (i.e. non-Defense Acquisition System acquisitions). The SEP processes can be found at http://public.gunter.af.mil/applications/sep/menus/Main.aspx. •2.0 BACKGROUND Air Force, Army, Navy, and Marine Corps transportation activities use CMOS to automate and streamline base level cargo movement processes and support rapid movement of joint military capability anywhere in the world under any conditions. The specific functional areas supported are receipt of cargo (inbound and outbound), preparation and movement of cargo, reporting of cargo movement to command and control elements for in-transit visibility, and unit-move passenger travel. The receipt function covers originating cargo destined for outbound shipment, and inbound cargo destined for local consignment or onward movement. The preparation function covers shipment planning, packing, packaging, and preservation of material generated from the installation supply account or other units for outbound movement. CMOS incorporates handheld Automatic Identification Technology (AIT) devices to in-check and consolidate freight on the warehouse floor. The electronic reporting of cargo movement makes CMOS a vital component of the logistics community's effort to provide in-transit asset visibility. •3.0 Scope The Contractor shall provide needed resources to perform Level III Help Desk (HD), Deficiency Report (DR) Maintenance (Mnx) and Functional/Technical Enhancements for the CMOS system to support this PWS during each of the periods of performance. A more detailed description of requirements is provided in paragraph 6.0. The PWS provides the vehicle to support the following objectives: 3.1 LEVEL III HELP DESK (HD) CMOS Level III HD The first requirement is to acquire technical and functional Level III help desk customer support, to solve operational problems from the field users as referred from the Field Assistance Service (FAS), Defense Information Services Agency (DISA), or the Program Management Office (PMO). Level III help desk customer support will be for all fielded versions of CMOS. 3.2 DEFICIENCY REPORT (DR) MAINTENANCE (Mnx) CMOS DR Mnx The contractor is required to perform software maintenance and sustainment activities for deficiency reports generated from problem reports and requirements provided by the program office. 3.3 FUNCTIONAL/TECHNICAL ENHANCEMENT CMOS Version 7.6 (v7.6) Functional/Technical Enhancement The CMOS v7.6 functional/technical enhancement will add functional/technical capability to the CMOS Version 7.5 (v7.5) baseline system. This functional/technical capability will require modifying the CMOS v7.5 application and database server software. 4.0 OVERALL PERIOD OF PERFORMANCE Period of Performance (PoP): 23 September 2012 - 24 September 2013 The Period of Performance (PoP) will consist of all tasks outlined in paragraph 6.0 Requirements Section and for paragraphs: 6.1 Level III Help Desk, 6.2 Deficiency Report (DR) Maintenance, 6.3 Technical/Functional Enhancements of CMOS (Base Period) and 6.3.1 New Capability as exercised by the Government at time of contract award. 5.0 SERVICE DELIVERY SUMMARY (SDS) The items in the SDS table below, Table 5.1, provide specific expectations of the contractor in The performance of the requirements articulated in paragraphs 6.0 and 12.0 and subordinate paragraphs in this PWS. 5.1 TABLE Performance Objectives PWS Para Performance Threshold Method of Assessment Remedy Program Documentation 11, 12 100% of Program documents are compliant with SEP procedures, processes, checklists and templates or as defined by CDRLs within PWS. Contracting Officer's Representative (COR) & PM shall validate compliance of document by comparison with SEP and CDRLs. Failure to achieve the performance threshold shall result in a rework that will be required at no additional cost to the government. A second occurrence in which the contractor fails to meet the threshold during any contract period of performance shall result in an adjustment to the CPAR rating. Level III Help Desk Technical/ Functional Support 6.1 Expectations are the contractor shall provide 90% notification to government of all technical and functional issues open for more than 3 days and 100% notification within 5 days. Notification shall include the steps taken to resolve the problem, way-ahead actions to be taken and estimated time to resolve outstanding issues. COR & PM shall review weekly, contractor notifications to ensure 3 and 5 day compliance. Review to include steps taken to resolve, way-ahead and estimated time to resolution. Failure to achieve the performance threshold within any thirty (30) day period shall result in the contractor providing a get-well plan to meet performance threshold at no additional cost to the government. A second occurrence in which the contractor fails to meet the threshold during any contract period of performance shall result in an adjustment to the CPAR rating. Level III Help Desk Remedy Database Incident Ticket Updates 6.1 Expectations are the contractor shall provide Remedy Database incident ticket updates to all trouble calls assigned on a daily basis 100% of the time. However, for the purposes of performance evaluation, the benchmark Remedy Database incident ticket updates shall be made within 24 hours of call assignment during standard duty hours and within 48 hours during non-standard duty hours/weekends and 72 hours during non-standard duty hours/Federal holidays. COR & PM shall conduct peer review of Monthly Status Report. Failure to achieve the performance threshold within any thirty (30) day period shall result in the contractor providing a get-well plan to meet performance threshold at no additional cost to the government. A second occurrence in which the contractor fails to meet the threshold during any contract period of performance shall result in an adjustment to the CPAR rating. Deficiency Report Maintenance 6.2 The Contractor shall provide software that corrects 100% of deficiencies Identified for inclusions in patch/release. COR &PM shall conduct review of government tests results to ensure 100% correction of deficiencies Identified. Failure to achieve the performance threshold shall result in a rework that will be required at no additional cost to the government. A second occurrence in which the contractor fails to meet the threshold during any contract period of performance shall result in an adjustment to the CPAR rating. 6.0 Requirements 6.1 LEVEL III HELP DESK The contractor shall provide technical and functional expertise and resources to perform Level III HD support. The contractor shall isolate, troubleshoot, and resolve customer calls referred from the Field Assistance Service (FAS) office, the Level II Help Desk and/or the Program Management Office (PMO). The contractor shall coordinate and resolve technical and functional issues with Defense Information Systems Agency (DISA) (the CMOS hosting agency) and Defense Logistics Agency Transaction Services (DLA-TS) (the CMOS interface support agency) as required. Support will be provided over the phone or by electronic mail (e-mail) as the situation dictates. The contractor shall provide support personnel with access to the CMOS production servers located at DISA Montgomery. The contractor shall provide customer support for any version of CMOS application and/or hardware platform the PMO has in production supporting CMOS customers. This support will be directly available during the standard duty hours of 7:00 AM through 5:00 PM Monday through Friday, excluding Federal holidays. The contractor shall have qualified staff telephonically available during non-standard duty hours to respond to all trouble calls within one hour. Historically, the number of all calls referred to the contractor from the FAS, the Level II Help Desk and PMO has been less than 50 per month, with a mix of 80% technical and 20% functional calls, and approximately 10 calls occurring after normal duty hours. The Contractor shall provide responses within 30 minutes of call assignment during standard duty hours and within 1 hour during non-standard duty hours/Federal holidays. The Contractor shall provide notification via e-mail to the PMO of any trouble calls which remains open for more than 3 days. The notification shall include documentation of the steps taken to resolve the problem, way-ahead actions to be taken and estimated time to resolve outstanding issues. The Contractor shall provide support for evaluating security discrepancies and Time Critical Network Orders (TCNO). This will include analysis to determine the impact to the CMOS system and any recommended action. This analysis and recommended action will be documented in the form of a technical summary in the Monthly Status Report Contract Data Requirements List (CDRL) A004. The contractor shall provide written problem reports of all software deficiencies, trouble reports, and FAS calls, updated with the actions taken to analyze and resolve problems, in a monthly Contractor's Progress Status and Management Report, CDRL A004. Trouble calls are required to be updated in the ESC/HGG remedy system. Access to the remedy system will be discussed at the Kick off Meeting. 6.2 DEFICIENCY REPORT (DR) MAINTENANCE (Mnx) OF CMOS This requirement will be exercised on an as needed basis by the Government. The contractor shall provide technical and functional expertise and resources to correct deficiencies in the fielded software. The contractor shall deliver software to the government for government testing and acceptance. The contractor shall support the government as required through government testing of the corrected software. The contractor shall support all recycles of the delivered software until software passes government testing and is fielded. The contractor shall support implementation of software on the CMOS production system at DISA. Historically, one deficiency per quarter has required maintenance work. Any deficiency requiring maintenance will be authorized by the government. The contractor shall obtain at a minimum; an e-mail approval from the Contracting Officer before initiating expenditures. The contractor shall update all documentation effected by the modifying the CMOS baseline software. The contractor shall ensure that system help files, the Training Workbook and/or Training Database stay up-to-date with modifications to the CMOS baseline software. The contractor shall provide special functional and/or technical analysis for the CMOS program as tasked by the Government. Functional and/or technical analysis support include, but is not limited to, customer requirements and enhancements, requirements or enhancements a result of DoD security or policy mandates and Defense Transportation Regulation (DTR) mandates, technical refresh or requirement due to system sustainment efforts (hardware, software or architectural changes). All software developed under this task shall follow the basic requirements as identified in paragraph 6.4 and its subparagraphs which describe compliance with the SEP, testing support, and project insight. Software media containing software patches and/or fixes will be delivered as CDRL A036 CMOS Software (SW). 6.3 TECHNICAL/ FUNCTIONAL ENHANCEMENTS The contractor shall add new capability by modifying the CMOS baseline software. This includes all CMOS baselines (regional and deployable versions). The Contractor shall manage and organize resources and personnel to efficiently meet each requirement/task. The contractor shall produce and maintain software products supporting, but not limited to, customer requirements and enhancements, requirements or enhancements a result of DoD security or policy mandates and DTR mandates, technical refresh or requirement due to system sustainment efforts (hardware, software or architectural changes). All software modified and/or developed under this task shall follow the basic requirements as identified in paragraph 6.4 and its subparagraphs which describe compliance with the SEP, testing support, and project insight. 6.3.1 CMOS VERSION 7.6 (V7.6) REQUIREMENTS •1. CONSOLIDATE PICKUP (RID 1109/JRO 1587) •2. INTERFACE CMOS AND GFM SPOT BID (RID 0595) •3. ENHANCE TAV FILE FOR TIPS IMPORT (RID 1262) •4. EXPORT TRAFFIC RELEASE - PHASE 2 XML FORMAT (RID 1243) •5. DATA MAINTENANCE (DM) UPDATES FOR ALL ELECTRONIC DATA INTERCHANGE (EDI) TRANSACTIONS (RID 1259) •6. CHANGE AF FORM 2279 TO DD FORM 2775 (RID 0941) •7. PASSENGER MANIFEST - EMERGENCY POINT CONTACT (EPC) (RID 1261) •1. CONSOLIDATE PICKUP (RID 1109/JRO 1587) The contractor shall allow the user to produce a document (e.g. tally sheet, turnover record) from the CMOS inbound cargo backlog to transfer accountability for all or some cargo (TCN) to a customer (DoDAAC/UIC). The user shall be able to search for the TCNs to apply to the document based on user selected criteria of customer/destination UIC, DoDAAC and/or TCN. This document shall be identified by a unique number (e.g. PICKUP800001). That document shall have the TCN, transportation priority, pieces, weight, cube, location, date received, and RDD for each item listed and be listed in order by TCN. This document shall include the customer's in the clear address. The document shall also have a signature block for Name, Rank, and Date received. •· The Contractor shall develop a capability to upload the turnover document data to a CMOS compatible HHT via a docking station or wireless or by scanning a 2D barcode. The HHT display and the printed document shall have a statement certifying the customer accepts receipt of the TCNs listed. •· The printed document shall have a 2D bar code that shall include all information listed on the turnover document. The contractor shall develop an HHT process to allow the user to choose a receipt confirmation method; the user shall be able to scan the 2D on a CAC with an HHT and to associate the scanned CAC individual to the turnover cargo document; or the HHT process shall allow the receiving individual to sign the turnover document by signing with a stylus on the HHT. The HHT user shall also have the capability to edit information on the HHT. The contractor shall also develop the capability to allow the HHT user to de-select one or more TCNs on the turnover document to signify that the recipient/customer did NOT receive those TCNs. Unaccepted cargo will be placed into the backlog to be re-manifested. The contractor shall provide the HHT user a close and cancel option. The close option will update turnover actions in CMOS when HHT information is transferred into CMOS. The information that is entered on the HHT will be transferred to the CMOS DB for processing. Contractor shall provide the capability to display and reprint document. •· The contractor shall make the MULTIPACK (MP) process from the Outbound Surface Freight work area available and usable in the Inbound Surface Freight and Packaging and Planning work areas. The HHT MP process shall be modified to transfer the data to the Inbound Surface Freight, Outbound Surface Freight and Packaging and Planning MP work areas based on the LEAD TCN status in the database. The MP process shall be available for both in transit and terminating cargo and be identified by placing the code MULTI in the LOC field in the Incheck Surface Cargo window. Shipments misidentified as a MP shall be removed from the MP area and have its status updated to reflect the change. These Misidentified shipments shall be removed from the MP area by removing the MULTI code from the LOC field in the Incheck Surface Cargo window when the Movement Document is OPEN. Processed MP shipments that terminate shall be available for assignment to tally sheet identified above immediately after creating the LEAD TCN. Processed MP shipments that require onward movement in the DTS shall be transferred to the Outbound Surface Freight section. A DUE IN MP button shall be available and active on the Incheck Surface Cargo window when any TCN is assigned with the LOC code of MULTI. NOTE: This item does not comply with DTR. The Contractor Shall: •· Provide user capability to assign a consignee pickup location to a shipment using a PC. •· Provide user capability to assign a consignee pickup location to a shipment using a hand held terminal. •· Provide user capability to create list of cargo received by customer from pickup location with date/time of pickup. •· Provide user capability to print list of cargo received by customer from pickup location with date/time of pickup. •· Provide user capability to save list of cargo received by customer from pickup location with date/time of pickup to a file. •· Provide user capability to create list of cargo awaiting pickup by customer in pickup location. •· Provide user capability to print list of cargo awaiting pickup by customer in pickup location. •· Provide user capability to save to a file list of cargo awaiting pickup by customer in pickup location. •· Provide user capability to mass turnover all items on a specific list to a customer. •· Provide user capability to scan CAC card and capture HHT signature. (Last 4 of SSAN, Signature files, & Last Name, First Name/Grade) 2D Bar code (Batch & RF). •2. INTERFACE CMOS AND GFM SPOT BID (RID 0595) The contractor shall modify the Routing interface with Global Freight Management (GFM) to support the Spot Bid process. The contractor shall design, build, test, and deliver a Web Service capability to support GFM Spot Bid Rating. The contractor shall develop the GFM Spot Bid Rating interface as a Web Service and subscribe to GFM's Web publication. The contractor shall collaborate with the GFM program office and program technical staff to establish data requirements to be sent and received. The contractor shall develop the proper XLM transaction formats and schemas to perform an effective Web service approach. The contractor shall hold one or more TIMs to review and capture procedures for handling information obtained from Spot Bid Web Service. Contractor shall ensure that information received from the GFM Web Service is complete and sufficient to produce a proper BOL. The contractor shall modify client forms and database structures to fully utilize the Spot Bid service. The contractor shall modify CMOS to take advantage of all the capabilities associated with the GFM Spot Bid Web service. •3. ENHANCE TAV FILE FOR TIPS IMPORT (RID 1262) Developer shall modify the process in which a CMOS user creates a TAV file. When the user selects the TAV radio button and clicks the CREATE button, a pop-up similar to the Select Device pop-up (when writing RF Tags) should appear and contain the following fields: TAG NUMBER, CONTAINER NUMBER, OPERATION and SHIPMENT NOTES (otherwise known as Free Text). The tag number will be entered by the user by scanning the barcode on the tag or typing it in the field. The tag number will be written to the SHP_ITEM record when the user creates the file. The container number shall be auto populated when a container number or pallet ID is associated with the TCN in Shipment Planning otherwise it should be populated with N/A *(not applicable). The Operation and Shipment Notes fields will be populated by the user as needed and may be left blank. When the user clicks on the CREATE button they shall have the ability to select the destination directory. •4. EXPORT TRAFFIC RELEASE - PHASE 2 XML FORMAT (RID 1243) The contractor shall develop a two-way interface between CMOS and the Integrated Booking System (IBS) Sustainment (SUS) module. Transaction formats shall be defined during Technical Interface Meetings with IBS Program office representatives. The contractor shall modify CMOS to be able to generate an ETRR using the XML agreed upon format between CMOS and IBS via DAASC. The contractor shall add the functionality to receive a functional acknowledgement from IBS via DAASC into CMOS and allow the CMOS user to update/fix any incorrect data and resend the request. Contractor shall allow CMOS the ability to make modifications (increase cargo list, decrease cargo list and cancel) to an ETRR already sent to IBS SUS and send those changes back to IBS SUS via DAASC. CMOS shall not allow updates to the ETRR once the Export Traffic Release (ETR) has been received (See next para). CMOS shall generate, assign and store a unique identifier for each ETRR, the identifier shall be unique between CMOS sites and used by DAASC for mapping of CMOS ETRR to IBS and return mapping of the ETR to the originating site. The contractor shall update CMOS to electronically receive and store the ETR from IBS SUS in response to an ETRR, the ETR will contain a Port Call File Number (PCFN) that must be stored in CMOS. The contractor shall modify CMOS to be able to update the shipment information with information from the ETR. The contractor shall modify CMOS to provide the user a view, save to file and print capability for the ETRR and the ETR. The contractor shall modify CMOS to generate and send all necessary in/out messages that shall be identified during design Technical Interchange Meetings. •5. DATA MAINTENANCE (DM) UPDATES FOR ALL ELECTRONIC DATA INTERCHANGE (EDI) TRANSACTIONS (RID 1259) Developer shall implement all Data Management (DM) changes to the EDI transactions dated on/after Sep 2011 and dated up to and not later than six months after award date of contract for this funded requirement. DM numbers shall be provided by the Cargo Movement Operations System Program Management Office during Technical Interchange Meetings with developer. •6. CHANGE AF FORM 2279 TO DD FORM 2775 (RID 0941) The contractor shall modify/change the AF Form 2279 to be DD Form 2775. (See NSN 8105-00-837-7757 - regulatory change). The contractor shall ensure the placard is produced in accordance with the attached example - NSN 8105-00-837-7757. (NOTE; besides the form number changing; there are two additional changes, (1) Block 2, Air Configuration is now on the right side of the form above the destination station block, and (2) the form number at the bottom, see attached form.). •7. PASSENGER MANIFEST - EMERGENCY POINT CONTACT (EPC) (RID 1261) Developer shall modify the system to comply DTR Part I, Chap 103, N.1.b.(6) 'The name and telephone number of a person designated an emergency contact not traveling with the passenger. Emergency contact information will be solicited/collected by the passenger manifesting agency or the flight crew when the passengers go direct to the aircraft, unless the passenger is incapable of providing the information, or an emergency precludes its collection'. Passenger Manifesting window, help, training workbook and printed products shall update 'NOK' to stated 'EPC' (Emergency Point of Contact), and delete collecting the physical address from the product as well. 6.4 BASIC REQUIREMENTS The contractor shall accomplish all of the processes related to the definition, design, build, test, and release of CMOS software in compliance with the SEP utilized at ESC/HGG to ensure a quality software product. The contractor shall use processes that comply with Level 3 or higher of the Software Engineering Institute's (SEI's) Capability Maturity Model (CMM) and complies with DoD standards as identified throughout the SEP and Defense System Software Quality Program. This paragraph and all its subparagraphs are the basic requirements that apply to the entire PWS and are to be considered part of the delivery of any specific tasks outlined in this PWS. 6.4.1 COMPLIANCE WITH THE ESC/HGG SEP 6.4.1.1 COMPLIANCE DEFINITION The contractor shall produce software using documented processes that comply with the definition, design, build, test, and release procedures of SEP for Non-5000 information systems, Level 3 or higher of the SEI's CMM and complies with DoD standards as identified throughout the SEP and Defense System Software Quality Program. The Contractor shall ensure requirements are captured in Use-Case diagrams compliant with the Unified Modeling Language (UML) specification described by the Object Management Group, accomplish business process engineering to the maximum extent possible, and provide detailed use case specifications. These specifications shall include structural diagrams, behavior diagrams, and model management diagrams. In accordance with ESC/HGG Policy Letter, 03-01, Standard Tool Policy, Proforma ProVision Workbench must be utilized or the architectural data produced must be exportable in a format to be reused with this tool if this tool is not used. 6.4.1.2 DOCUMENTATION The contractor shall comply with the documentation requirements of the SEP. The Contractor shall document all changes made to CMOS during the period of performance, and option period if exercised. The Contractor shall recommend how each change shall be documented and clarify the nature and magnitude of the action (e.g., new, no change, change pages only, re-issue of document, etc.). All documentation shall be delivered to the Government in Microsoft Office-based Microsoft Word, Excel, or PowerPoint products. Documents required are listed in paragraph 12, Deliverables. 6.4.1.3. SOFTWARE AND GOVERNMENT DATA RIGHTS The contractor shall provide software in format as specified by the government. The Government shall retain all data rights to all software produced by this contract. The Government shall retain unlimited data rights for all Contractor items produced under this contract, including but not limited to computer software and documentation. The Government's unlimited rights include right to use, modify, reproduce, release, perform, display or disclose, reproduce, prepare derivative works, distribute copies to the public, and perform and display publicly, in whole or in part, in any manner and for any purpose whatsoever, and to have or authorize others to do so. Computer software is defined as computer programs, source code, source code listings, object code listings, design details, algorithms, processes, flow charts, formulae, and related material that would enable the software to be reproduced, recreated, or recompiled. 6.4.1.4 PROJECT INSIGHT The Contractor shall report on the following areas: •· Configuration Management •· Project Monitoring and Control •· Project Planning •· Process and Product Quality Assurance •· Product Integration •· Requirements Management •· Requirements Development •· Risk Management •· Validation •· Verification •· Technical Solution •· Help Desk Metrics •· Software Deficiency Matrices, Reports and Analyses •· Software Development Evaluations •· Software Development Documentation •· Contract Cost and Funding Status The contractor shall provide the Government insight into project progress and status via Ad-hoc and Monthly Project Reviews. The contractor shall submit to the Government the Monthly Program Status Report (CDRL A0004) by the 10th business day of the month subsequent to the month being reported on (i.e., January's Status Report would be conducted on or before the 15th of February). The Government and/or Contractor can request to hold an Ad-hoc Project Review any time during the period of performance. Ad-hoc project review shall be held within 5 business days of request. The contractor shall execute a project review which at a minimum shall include: •· Schedule review which shall review all events that occurred during the review period and review all events and deliverable projected in the next couple of review periods. •· Interchange Meeting review with discussion of progress on all action items. •· Requirement review which shall report status on the progress and actions being accomplished under this task. •· Cost and resource utilization report through DD Form 1586. •· Risk identification and discussion associated with all tasks assigned. The contractor shall produce and maintain a project schedule that includes all life cycle events and includes events to meet the Systems Engineering Process. The schedule shall identify all critical-path activities and reported in the Monthly Program Status Report. Interchange Meetings shall be held throughout the design and build cycles to discuss functional and technical aspects of requirements. The contractor shall provide minutes of all interchange meetings (Technical Interchange Meetings (TIMs), Functional Interchange Meetings (FIMs) and Interface Interchange Meetings) within 5 business days after every meeting takes place. The contractor shall provide minutes for all System Engineering Process reviews within 5 business days after every review takes place. The minutes shall include a list of attendee's discussion items and content and identify any action items with point(s) of contact (POC)/office of primary responsibility (OPR) information. The Contractor shall provide analysis of all priority one and two software problems reported, to include a matrix that maps these problem reports to the software version where they are fixed and an analysis and listing of test descriptions that should have prevented the problems if executed properly. The government will have the final determination on category of priority. The following definitions apply to priorities of Deficiency Reports: •· Priority 1 This priority denotes a problem that prevents accomplishment of essential capability or jeopardizes safety, or other requirement designated at 'Critical'. •· Priority 2 This priority denotes a problem that adversely affects the accomplishment of an essential capability or adversely affects costs, technical or scheduled risks to the project or to the life cycle support of the system and no work around solution is known. •· Priority 3 This priority denotes a problem that adversely affects the accomplishment of an essential capability or adversely affects costs, technical or scheduled risks to the project or to the life cycle support of the system and a work around solution is known. •· Priority 4 This priority denotes a problem that results in operator inconvenience or annoyance but does not affect a required operational or mission essential capability or results in inconvenience or annoyance for development or maintenance personnel but does not prevent the accomplishment of the responsibilities of those personnel. •· Priority 5 This priority denotes any other condition. The Contractor shall participate in regular risk meetings with the government. Risks shall be documented and reported in the Monthly Program Status Report. The contractor shall use the Risk Radar or template agreed to by the Government for risk identification, analysis, mitigation planning & implementation, and tracking. The Contractor shall conduct on-going evaluations of the processes used in software development and the resulting software documentation shall be available for Government inspection. These evaluations shall include a final evaluation of all software and associated documentation to ensure that all contract requirements have been met and that the internal coordination has been conducted in accordance with the software plans. The Contractor shall prepare a software evaluation record for each evaluation required by the contract. These records shall be in the Contractor's format and shall contain the following items as a minimum: evaluation date, evaluation participants, and evaluation criteria, evaluation results including detected problems, with reference to the appropriate software problem reports, and recommended corrective action. The Contractor shall propose metrics that provide the Government insight into software analysis, design, code, and testing, to include any recycled software. 6.4.1.5 TECHNICAL CONFIGURATION DESCRIPTIONS. The Contractor shall provide technical configuration descriptions for all hardware and software supported in each release. This shall include all servers, PCs, laptops, laser printers, label printers, AIT hardware to include all radio frequency (RF) and batch handheld terminals (HHTs), mini CDs, RF Identification (RFID) interrogators, Active and Passive RFID tags, tag docking stations, SAVI/TIPS software, and any other hardware or software necessary to run CMOS. 6.4.1.6 TEST SUPPORT The Contractor shall demonstrate through unit/system testing that all software meets established requirements and is successfully integrated per SEI CMMI Level 3 processes. The Contractor shall document all phases of testing to include integration and system test procedures that reflect changes in system requirements and design compliance. The Contractor shall ensure that its test schedules and testing-related activities are identified and integrated into the CMOS Test Plan. The Contractor shall perform Component Validation & Integration (CV&I) Testing to demonstrate the capabilities defined for this task. Test support is required for all Government testing. The Contractor shall provide test support for all requirements covered in this task order. The Contractor shall identify, in collaboration with the government, those Test Descriptions (TDs) directly affected by each Requirement Identification Document (RID) as identified in the PWS, to include TDs which test all active interfaces and each I2P carrier modules. The contractor shall provide/modify the CMOS Test Descriptions to reflect the tasks assigned in this PWS. New scripts shall be generated as required and maintained using HP Quality Center application. The contractor shall produce, maintain, and update the test database to ensure valid and accurate test results through CV&I and Government testing. The contractor shall produce, maintain and update documentation (e.g., installation scripts, TDs) through CV&I Test and Government testing. 6.4.1.6.2 COMPONENT VALIDATION & INTEGRATION (CV&I) TESTING CV&I testing is a Contractor-run, Government witnessed test, at the government's test lab facility. The contractor shall hold a Technical Interchange Meeting no later than ten (10) days prior to the start of testing to detail the CV&I test schedule and procedures and equipment required for testing. The Contractor shall conduct a CV&I test that fully demonstrates that each individual component and the assembled components are developed in accordance with the approved design and function properly to meet the specified requirements of this task. CV&I include the following subordinate tests: •· Individual Component Validation (ICV). ICV validates each individual component is developed in accordance with approved designs, as documented in the Integrated Test Plan (ITP). •· Component Integration Testing (CIT). CIT validates completed components can be integrated into a complete system in accordance with approved designs, as documented in the ITP. •· Requirements Operability Testing (ROT). ROT validates, from a functional perspective, the integrated system functions properly and meets specified requirements, as documented in the ITP. •· Performance Evaluation Testing (PET). PET evaluates the performance of the integrated system by employing techniques which may include bandwidth analysis, load testing, and stress testing, as documented in the ITP. •· System Integration Testing (SIT). SIT validates the integration of a system into an operationally-relevant environment (installation, removal, and back-up and recovery procedures). Successful demonstration of CV&I to the government will include the passing of all Test Descriptions identified by the contractor and agreed upon by the government as fully testing the developed capability. In addition, the contractor must fully demonstrate that the load instructions are adequate and achieve a successful load of a primary and alternate test server as well as a test database. The contractor shall demonstrate that both the client and deployable versions of CMOS are compatible with Windows 7 both 32 byte and 64 byte operating systems and is compliant with Subpart B - Technical Standards of the Section 508 Resource Document. On conclusion of CV&I testing, the modified software shall be ready for Government testing in deployed (D-CMOS) and Client/Server computing environments. CV&I testing shall include live testing with the interfaces listed in Appendix One (1). 6.4.1.6.3 GOVERNMENT TESTING The contractor shall provide software and documentation to the Government for testing. Government testing consists of tests run by the Government to determine compliance with requirements and demonstrate the operational capabilities of the system. Government testing shall consist of Qualification Test and Evaluation (QT&E) which validates that the product integrates into its intended environment, meets both functional and nonfunctional requirements, meets performance standards, and validates the information assurance controls employed by the system in order to meet DoD standards and policies and is conducted in accordance with the SEP. QT&E is accomplished using the Combined Test Force philosophy and can include some or all of the following subordinate test segments: •· System Integration Testing (SIT). SIT validates the integration of a system into an operationally-relevant environment (installation, removal, and back-up and recovery procedures). QT&E SIT is conducted by the government in an operationally-relevant environment used for the remainder of QT&E testing, as documented in the ITP. •· Data Conversion - Data conversion is the process of transforming data from one system for use in another, usually for the purpose of application interoperability or system modernization. Tests conducted during data conversion typically consist of checking the data conversion design (validating the conversion method or routine) and validating data converted correctly, as documented in the ITP. •· Security Readiness Review (SRR) Scans. SRR consists of automated and manual verification of Security Technical Implementation Guide (STIG) configurations that are applied to the QT&E test environment, as documented in the ITP. •· Regression Testing. Regression testing validates existing capabilities/functionality are not diminished or damaged by changes or enhancements introduced to a system, as documented in the ITP. •· System Operability Evaluation (SOE). SOE is traceable scenario and/or script driven end-to-end qualification testing of a system and validates the integrated system functions properly and meets specified functional and technical requirements, as documented in the ITP. •· Performance Evaluation Testing (PET). PET evaluates the performance of the integrated system by employing techniques which may include bandwidth analysis, load testing, and stress testing, as documented in the ITP. PET during QT&E may be tailored based on the results of similar tests conducted during CV&I. •· Information Assurance Evaluation (IAE). IAE evaluates information-related risks to include assessment of network security policies, identification and authentication, access controls, auditing, and the confidentiality, integrity, and availability of data and their delivery systems, as documented in the ITP. •· User Evaluation Testing (UET). UET is typically ad-hoc testing conducted by end users of the system in a fielded, live environment and evaluates how well the usability and functionality of the system meets mission requirements, as documented in the ITP. The duration of each test depends on the number of problems found with the software and the completeness of the software when provided to the Government. The Contractor shall support QT&E and its subordinate test segments by providing software and documentation, as well as assistance to resolve problems found during testing, analysis of reported problems to determine causes and solutions, and development and delivery of corrective software as required or requested by the Government. The Contractor shall deliver new software versions and applicable documentation at the conclusion of each test to incorporate software fixes as necessary to proceed to the next test. These software fixes or patches and documentation shall be provided at no additional cost to the Government. When required during QT&E testing, the Contractor shall come to the QT&E location to investigate reported problems. The Contractor shall ensure that the software is fully tested and that all software deliveries shall load the first time on Government hardware. 6.4.1.2.4 CONFIGURATION MANAGEMENT AND RELEASE CONTROL MANAGEMENT The Contractor shall c omply with ESC/HGG Configuration Management (CM) policy for maintaining and tracking application software version control. The Contractor shall document all software change requests to provide a clear audit trail of all required software modifications and/or additions; this shall include creating and managing all required SEP documentation, managing the SEP process and providing CM guidance. The Contractor shall put into place a CM Plan that must be approved by the Government. The Contractor shall support Government scheduled software builds and releases. 6.5 TRANSITION PLAN (TP) The transition procedures and documentation listed below will be implemented as required pending contract award and disposition of incumbent contractor. 6.5.1 TRANSITION DEFINITION Transition is defined as the tasks required for transferring maintenance and management support of the CMOS from the incumbent contractor to the new contractor in a collaborative and supportive manner. The intent of the startup transition is to minimize the risk associated with and potential disruption of service resulting from transferring responsibility from an incumbent to a new successor contractor. 6.5.2 TRANSITION STARTUP During the startup period the new contractor shall shadow the incumbent contractor staff, observing all system maintenance, sustainment, and surveillance activities for a period up to 30 days; during the transition, the incumbent shall retain complete responsibility for CMOS maintenance and sustainment. At the conclusion of the shadowing and mentoring period, the new contractor shall assume complete responsibility for the performance of the work detailed within this PWS. As a part of the new contractor's proposal, a Transition Plan shall be submitted for initial evaluation and finalized within 10 days after contract award. This transition plan, shall, at a minimum, address the topics discussed below. 6.5.3 STAFFING PLAN The contractor shall outline and discuss the plan for staffing the transition period, to include brief narrative of each key participant and cross-reference to Roles and Responsibilities. Also, discuss the detailed plan for incrementally increasing staff over the transition period until fully staffed. 6.5.4 KNOWLEDGE TRANSFER AND INTERNAL TRAINING The contractor shall outline and discuss the plan for transferring knowledge from the incumbent staff to a small group of new contractor staff, who, in turn will pass this knowledge on to the entire new team. 6.5.5 PERFORMANCE MEASUREMENT AND CRITICAL SUCCESS FACTORS The contractor shall outline and discuss the performance metrics and key success factors that will be used to measure performance, knowledge transfer, training, staffing progress, and reporting status to the PMO. 6.5.6 RISK MANAGEMENT ASSESSMENT The contractor shall identify and discuss any programmatic risk related to the transition. For each risk, describe the mitigation strategy, how it will be accomplished and how it will be reported. 6.5.7 END OF CONTRACT TRANSITION The contractor shall identify in the transition plan support for transition to a new contractor. This support shall include turnover/transition of GFE, and access allowed to new contractor to include observing all system maintenance, sustainment, and surveillance activities for a period up to 30 days. During the transition, the incumbent shall retain complete responsibility for CMOS maintenance and sustainment. The incumbent contractor will cooperate to the maximum extent required to permit an orderly change over to the successor contractor. 7.0 SPECIFIC SKILLS/KNOWLEDGE The contractor shall provide personnel with experience and knowledge appropriate for the tasks identified and necessary to satisfactorily complete all requirements identified in this performance work statement. Specifically, contractor personnel shall possess the skills and knowledge noted in the following subparagraphs: 7.1 KNOWLEDGE AND PRACTICAL EXPERIENCE OF: •· DoD Passenger Movement •· Cargo Movement and Unit Move processes •· Military Standard Requisitioning and Issue Procedures (MILSTRIP) •· Defense Transportation Regulation DoD 4500.9-R, Parts I (Passenger Movement), II (Cargo Movement), & III (Unit Move), etc. •· Electronic Data Interchange (EDI) •7.2 EXTENSIVE KNOWLEDGE OF : •· Current DoD communications and security standards, policies, and processes •· Transportation-specific DoD and industry standards, policies, and processes 7.3 EXPERTISE IN, BUT NOT LIMITED TO: •· Web Application using Oracle Forms 11g •o Client - Oracle Forms 11g applications. Running on a WebLogic App Server •o Web and App servers - Microsoft Windows Server 2008 R2 operating system •o Server - HP UX operating system •· Relational Database Management System (RDMS) - Oracle 11g Database and communications •· Languages (required to work in this environment) •§ C •§ Java •§ Oracle Forms 11g •§ Pro C •§ Perl •§ PL/SQL •§ HTML 7.4 THE CONTRACTOR SHALL HAVE EXPERTISE IN: •· HP UX 11i •· VMware •· Microsoft Windows Server 2008 R2 •· Microsoft Windows SDC compliant operating systems (XP, Vista and Windows 7) •· Oracle 11g database, Oracle WebLogic application server, Oracle's Apache Web Server and Active Directory •· CAC Security and Infrastructure •· The contractor shall have expertise in Communication Adapters: •o FTP/SFTP Adapter •o SQL*Net Adapter •o LAN Adapter •o Mail Adapter •o SCP Adapter •o HTTPS/Oracle AQ adapter •7.5.1 EXPERTISE IN, BUT NOT LIMITED TO, AIR FORCE INSTRUCTION (AFI) 33 SERIES OF INSTRUCTIONS INCLUDING: •· The implementation of system and application security required by the Department of Defense •· The SEP, the life cycle development process use by ESC/HGG •7.5.2 EXPERTISE IN, BUT NOT LIMITED TO, WORKING WITH THE FOLLOWING TYPES OF AIT DEVICE: •· Hand Held Terminals (Intermec CK61, CN3 or 751) •· Radio Frequency Identification Tags with docking stations •· SAVI Interrogator •· Passive Label RFID Printers 8.0 LOCATION The development work shall be completed at the Contractor's facility. The CV&I shall be completed on Government-owned equipment at a location on MAFB-Gunter Annex, AL, specified by the Government at the time of testing. QT&E shall be conducted at a location on MAFB-Gunter Annex, AL, specified by the Government at the time of testing. UET support shall be provided at the contractor facility via telephone or on site as directed by the Government at the operational sites. 9.0 ADDITIONAL REQUIREMENTS 9.1 TRAVEL Locations, number of trips, number of personnel, and number of days are unknown at this time. The contractor shall make travel arrangements using their own or commercial travel agency resources. Total travel cost shall not exceed the amount allocated on the travel Contract Line Item Number (CLIN). Travel requirements shall be coordinated through the appointed Quality Assurance Personnel (QAP) and submitted to the Contracting Officer (CO) for approval at least five (5) working days prior to departure. The CO must approve, in writing, all travel in advance of its occurrence. No profit or fee shall be added. 9.2 SECURITY REQUIREMENTS 9.2.1 NATIONAL INDUSRIAL SECURITY PROGRAM Security Requirements for Unclassified Services. Regional servers require access via Virtual Private Network (VPN) with DISA Montgomery. Contractor personnel shall successfully complete, as a minimum, a Single Scope Background Investigation (SSBI). (Note: Investigative levels for user with IA Management Access to DoD Unclassified Information Systems Privileged Access - IT-I Requires an SSBI according to DoD Instruction 8500.2). Contractor personnel will require a SSBI security clearance to fill out a DD 2875, System Authorization Access Request (SAAR) Privacy Act Statement Form to acquire Administrator Accounts from DISA to access the CMOS regional servers. Contractor personnel shall successfully complete, as a minimum, a National Agency Check with Inquiries (NACI), before operating government furnished computer workstations or systems that have access to Air Force e-mail systems. The NACI investigation shall be submitted by the government at no additional cost to the contractor. The contractor shall comply with the DoD 5200.2-R, Personnel Security Program, and AFI 33-119, Electronic Mail (E-Mail) Management and Use, requirements. 9.2.2 CONTRACTOR NOTIFICATION RESPONSIBILITIES The contractor shall notify the 42d Air Base Wing Information Protection Office within 30 days before on-base performance of the service. The notification shall include: 9.2.2.1 Name, address, and telephone number of contractor representatives. 9.2.2.2 The contract number and contracting agency. 9.2.2.3 The reason for the service (i.e., work to be performed). 9.2.2.4 The location(s) of service performance and future performance, if known. 9.2.2.5 The date service performance begins. 9.2.2.6 Any change to information previously provided under this paragraph. 9.2.3 SECURITY MANAGER APPOINTMENT The contractor shall appoint a security manager for on-base service performance. The security manager may be a full-time position or an additional duty position. The security manager shall provide employees with training required by DoD 5200.1-R, Information Security Program Regulation, and AFI 31-401, Information Security Program Management. The contractor will provide 42d Air Base Wing Information Protection Office with name and telephone number of the security manager. 9.2.4 VISIT REQUEST Contractor participating in the National Industrial Security Program are authorized to use Joint Personnel Adjudication System (JPAS) in lieu of sending Visitor Authorization Letters (VALs) for classified visit to Department of Defense facilities and military installations. VALs are only required if the contractor isn't using JPAS or if contractor personnel whom access level and affiliation are not accurately reflected in JPAS. 9.2.5 SUITABILITY IVESTIGATIONS Contractor personnel shall successfully complete, as a minimum, a National Agency Check with Inquiries (NACI), before operating government furnished computer workstations or systems that have access to Air Force e-mail systems. These investigations shall be submitted by the government at no additional cost to the contractor. The contractor shall comply with the DoD 5200.2-R, Personnel Security Program, and AFI 33-119, Air Force Messaging, requirements. 9.2.6 OBTAINING AND RETRIEVING IDENTIFICATION MEDIA As prescribed by the AFFAR 5352.242-9000, Contractor access to Air Force installations, the contractor shall comply with the following requirements: •a. The contractor shall obtain base identification for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished identification badges while visiting or performing work on the installation. •b. The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of contractor employees needing access to the base. The letter will also specify the contractor individual(s) authorized to sign requests for base identification credentials. The contracting officer will endorse the request and forward it to the issuing base pass and registration office for processing. When reporting to the base pass and registration office for issue of military identification credentials for access to the installation, contractor individual(s) will need a valid state or federal issued picture identification. To operate a vehicle on base contractor individual(s) will need to provide a valid driver's license, current vehicle registration, and a valid vehicle insurance certificate. •c. During performance of the service, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials for any employee who no longer requires access to the work site. •d. Upon completion or termination of the service or expiration of the identification passes, the contractor shall ensure that all base identification passes issued to contractor employees are returned to the issuing office. The issuing office will verify all base identification passes have been returned and/or accounted for. The issuing office will forward a memorandum to the contractor individual authorized to sign request for base identification credentials indicating the badges have been turned in. The DD Form 577 (signature card) for the contractor authorized requestor will be destroyed and the individual will not long be authorized to sign DD Form 1172 (Application for Uniform Services Identification Cards). •e. Failure to comply with these requirements may result in withholding of final payment. 9.2.7 PASS AND IDENTIFICATION ITEMS. The service shall ensure the following pass and identification items required for service performance are obtained for employees: 9.2.7.1 DD Form 1172, Application for Uniformed Services Identification Card (AFI 36-3026, Identification Cards For Members of The Uniformed Services, Their Family Members, and Other Eligible Personnel, and AETC Instruction 36-3001, Issue and Control of AETC Civilian Identification (ID) Cards ). 9.2.7.2 AF Form 1199, USAF Restricted Area Badge, or locally developed badge, if required. 9.2.7.3 DoD Common Access Card (CAC), (AFI 36-3026). 9.2.8 ENTRY PROCEDURES FOR ESC/HGG FACILITIES Contractor employees require an access badge for unescorted entry into ESC/HGG facilities. To obtain an access badge, contractor personnel must be in JPAS or have a VAL on file with ESC Detachment (Det.) 1/Gunter Security Office. Contractors requiring an access badge will bring a completed AF Form 2586, Unescorted Entry Authorization Certificate to the ESC Det.1 /Gunter Security Office. The AF Form 2586 must include in Section III the task order number, period of performance, facility number and be signed by the Contracting Officer Representative (COR) associated with the assigned contract. Contractor personnel are required to wear their company's identification badge while in ESC/HGG facilities. When the Force Protection Condition (FPCON) level is higher than ALPHA contractors must wear the access badge in addition to wearing their company's badge. 9.2.9 COMPUTER AND NETWORK ACCESS REQUIREMENTS Access to government computers and operations systems (Automated Information Systems - AIS) are based upon three AIS position as identified below. Personnel working on this contract must be designed in one of the below AIS position and meet the security clearance requirements. 9.2.9.1 _ X __ AIS-I POSITION - CRITICAL-SENSITIVE POSITIONS. SECURITY CLEARANCE: TOP SECRET BASED SSBI Responsible for the planning, direction, and implementation of a computer security program; major responsibility for the direction, planning and design of a computer system, including the hardware and software; or, can access a system during the operation or maintenance in such a way, and with a relatively high risk for causing grave damage, or realize a significant personal gain. 9.2.9.2 ____ AIS-II POSITION - NONCRITICAL-SENSITIVE POSITIONS. SECURITY CLEARANCE: SECRET BASED ON A NACLC/ANACI Responsibility for systems design, operation, testing, maintenance, and/or monitoring that is carried out under technical review of higher authority in the AIS-I category, includes, but is not limited to; access to and/or processing of proprietary data, information requiring protection under the Privacy Act of 1974, and Government-developed privileged information involving the award of contracts. 9.2.9.3 _____ AIS-III - NONSENSITIVE POSITIONS. TRUSTED POSITION BASED ON NACI. All other positions involved in U.S. Government computer activities. 9.2.10 UNESCORTED ENTRY TO RESTRICTED AREAS When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, DoD 5200.2-R, and AFI 31-501, Personnel Security Program Management, as applicable. Contractor personnel shall be the subject of a favorably completed NAC investigation to qualify for unescorted entry to a restricted area. In addition, the Air Force shall submit NAC investigations for contractor employees at no additional cost to the contractor. The contractor shall provide initial and follow-on training to contractor personnel who work in Air Force controlled/ restricted areas. Air Force restricted and controlled areas are explained in AFI 31-101. 9.2.11 ENTRY PROCEDURES TO CONTROLLED/RESTRICTED AREAS The contractor shall comply and implement local base procedures for entry to Air Force controlled and restricted areas. 9.2.12 FREEDOM OF INFORMATION ACT PROGRAM (FOIA) The contractor shall comply with DoD Regulation 5400.7-R/Air Force Supplement, DoD Freedom of Information Act Program, requirements. The regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding For Official Use Only (FOUO) material. The contractor shall comply with AFI 33-332, Air Force Privacy Act Program, when collecting and maintaining information protected by the Privacy Act of 1974 authorized by Title 10, United States Code, section 8013. The contractor shall maintain records in accordance Air Force manual (AFMAN) 33-363, Management of Records; and disposed of in accordance with Air Force Records Information Management System (AFRIMS) Records Disposition Schedule (RDS) located https://www.my.af.mil/gcss-af61a/afrims/afrims/. 9.2.13 REPORTING REQUIREMENTS The contractor shall comply with AFI 71-101, Volume-1, Criminal Investigations, and Volume-2, Protective Service Matters, requirements. Contractor personnel shall report to 42d Air Base Wing Information Protection Office, any information or circumstances of which they are aware may pose a threat to the security of DoD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment and as required thereafter. 9.2.14 PERSONNEL SECURITY Contractor personnel requiring unescorted entry to controlled or restricted areas designated by the installation commander shall comply with base access requirements. These requirements are contained in AFI 31-101, for installation access and AFI 31-501, for suitability determinations. 9.2.15 PHYSICAL SECURITY Areas controlled by contractor employees shall comply with base operations plans/instructions for FPCON procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The contractor shall safeguard all government property, including controlled forms, provided for contractor use. At the close of each work period, government training equipment, ground aerospace vehicles, facilities, support equipment, and other valuable materials shall be secured. 9.2.16 INTERNAL OPERATING INSTRUCTIONS The contractor will adhere to the Air Force activity operating instructions (OI) for internal circulation control, protection of resources, and to regulate entry into Air Force controlled areas during normal, simulated, and actual emergency operations. 9.2.17 KEY CONTROL The contractor will adhere to the Air Force activity operating instructions control procedures to ensure keys issued to the contractor by the government are properly safeguarded and not used by unauthorized personnel. The contractor shall not duplicate keys issued by the government. All government issued keys will be turned at the end of employment or contract. Lost keys shall be reported immediately to the Air Force activity that issued the keys. The government replaces lost keys or performs re-keying. The total cost of lost keys, re-keying or lock replacement shall be deducted from the monthly payment due the contractor. 9.2.18 GOVERNMENT AUTHORIZATION The contractor shall ensure its employees do not allow government issued keys to be used by personnel other than current authorized contractor employees. Contractor employees shall not use keys to open work areas for personnel other than contractor employees engaged in performance of their duties, unless authorized by the government functional area chief. 9.2.19 ACCESS LOCK COMBINATIONS Access lock combinations are "For Official Use Only" and will be protected from unauthorized personnel. The contractor will adhere to the Air Force activity operating instruction (OI) for ensuring lock combinations are not revealed to unauthorized persons and ensure the procedures are implemented. The contractor is not authorized to record lock combinations without written approval by the government functional director. 9.2.20 SECURITY ALARM ACCESS CODES Security alarm access codes are "For Official Use Only" and will be protected from unauthorized personnel. Security alarm access codes will be given contractors employees who required entry into areas with security alarms. Contractor employees will adhere to the Air Force activity operating instructions and will properly safeguard alarm access codes to prevent unauthorized disclosure. Contractor will not record alarm access codes without written approval by the government functional director. 9.2.21 TRAFFIC LAWS The contractor and their employees shall comply with base traffic regulations. 9.2.22 CELLUAR PHONE OPERATION POLICY The use of cellular phones while operating a motorized vehicle is prohibited on Maxwell-Gunter. Although discouraged, drivers are authorized to use devices, i.e. ear bud or ear boom, which allows their cellular phone to be operated hands-free. The device must not cover both ears. This policy applies to everyone driving on Maxwell AFB-Gunter Annex, AL. Security Education and Training: The contractor will be required to participate in the government's in-house and web-based security training program under the terms of the contract. The government will provide the contractor with access to the on-line system. 9.2.23 HEALTHCARE Healthcare provided at the local military treatment facility on an emergency reimbursable basis only. 9.2.24 HOURS OF WORK The contractor shall be allowed access to Government facilities during normal business hours, 0700 - 1700, Monday through Friday, excluding Federal Government holidays. Some tasks may require work beyond the normal business hours during contingency situations; nevertheless, no overtime cost will be associated. The contractor shall coordinate any work hours outside of this period with the Government QAP before work is scheduled. 9.3 UNAUTHORIZED DISCLOSURE The contractor shall not publish or disclose in any manner, without the Contracting Officer's written consent, the details of any safeguards either designed or developed by the Contractor under this contract or otherwise provided by the government. To the extent required to carry out a program of inspection to safeguard against threats and hazards to the security, integrity, and confidentiality of Government data, the Contractor shall afford the Government access to the Contractor's facilities, installations, technical capabilities, operations, documentation, records, and databases. If either the Government or the contractor discovers new or unanticipated threats or hazards, or if existing safeguards have ceased to function, the discoverer shall immediately bring the situation to the attention of either party. 9.4 POST AWARD The contractor shall meet with the Government representatives within 10 workdays after the contract award to reach a common understanding of task order requirements, deliverables, and Government expectations. The Performance Plan will also be finalized at the meeting. 9.5 GOVERNMENT FURNISHED EQUIPMENT/INFORMATION The contractor shall identify to the Government any and all GFE required for the completion of the requirements. The contractor shall identify hardware components to such detail as to identify the make and model of equipment required and desired features (such as memory, disk storage, and processor when addressing computer components). The contractor shall identify software components to such detail as to identify the manufacturer's product name, number, and version. The contractor shall provide dates for when GFE equipment is required and shall identify critical schedule impacts related to GFE dates. Upon approval from the CMOS PMO, the government will make every attempt to comply with these dates. The Contractor shall use GFE only on CMOS releases and associated efforts and only for the duration of this award. Use of the identified equipment for any other purpose must be requested in writing by the Contractor prior to the start of the activity. 9.5.1 SOFTWARE BASELINE The Government shall provide to the Contractor the latest CMOS fielded version deployed and client server source code and problem reports and all related documentation to utilize as a baseline for the Level III Help Desk and DR Maintenance. 9.6 SURGE CAPABILITY The contractor shall meet the Government's unanticipated requirements for surge support in a timely manner, if directed by written contract modification by the Procuring Contracting Officer (PCO). If unanticipated requirements become firm requirements, the CO shall determine if it falls within the scope of this contract. If the CO determines the requirements to be within scope, the contractor shall be notified of the need to exercise this option for Surge Capability. This option may be exercised more than once and at any time. Upon written notification (in the form of a fully executed contractual modification signed by the PCO) of the Government intent to exercise this option, the contractor shall provide the qualified personnel within thirty (30) days or less to meet the requirement. This will be a CPFF level of effort. 9.7 CONFLICT OF INTERST Contractor and subcontractor employees shall be subject to meeting conflict of interest standards as appropriate for tasks resulting from the PWS. Such standards shall be approved and issued by the Contracting Officer. 10. QUALITY ASSURANCE The Government appointed COR shall develop the Performance Plan (PP) within ten (10) workdays of contract award. The CO shall provide the PP to the contractor NLT fifteen (15) workdays after contract award. The Government shall evaluate the contractor's performance in accordance with the PP that defines what is to be done to ensure that the contractor has performed in accordance with the PWS. The Government is responsible for the inspection and acceptance of services authorized. Services that do not conform to the Performance Work Statement shall be documented and corrective action shall be taken. The contractor shall respond to written concerns or complaints forwarded by the Contracting Officer. The Contractor shall provide the Contracting Officer a written response within 5 work days from the date the concern or complaint is forwarded to the contractor. 11. INVOICING (INV) AND CONTRACT FUNDS STATUS REPORT (CFSR) All charges made by the contractor on labor status reports, invoices, and/or other financial documents to the Government shall be reported by Contract Line Item Number (CLIN) and Accounting Classification Reference Number. Travel charges shall include traveler name, inclusive travel dates, location of travel, and trip report. Copies of travel vouchers and other supporting documents shall accompany the billing document to identify and support all charges. Contractor invoices are due to the PMO by the twentieth (20th) day of each month for the previous month's business. The invoices shall be provided according to the deliverable A037 - Invoice Submission. The contractor shall prepare CFSR data in electronic format IAW the current EVM policy standards for file format IAW the detailed instructions contained in DI-MGMT-81468/T (or most recent approved version). The CFSR shall be broken out by CLIN on DD Form 1586. Date of first submission of the CFSR shall be NLT than 60 calendar days after contract award. After first submission, CFSR is due NLT the twenty five (25) calendar days after end of contractor's accounting period. Data shall be submitted as directed by COR and as agreed to by the Contractor and Government. The CFSR shall be provided according to the deliverable A038 - Contract Funds Status Report. 12. REQUIRED DOCUMENTATION The contractor shall comply with the documentation requirements of the SEP. The Contractor shall document all changes made to CMOS during the period of performance. The Contractor shall recommend how each change shall be documented and clarify the nature and magnitude of the action (e.g., new, no change, change pages only, re-issue of document, etc.). All documentation shall be delivered to the Government in Microsoft Office-based Microsoft Word, Excel, or PowerPoint products in a timely manner. Documentation shall be delivered in the formats and numbers specified in Table 12.1, Required Documentation Deliverables and in the DD Form 1423-1, Contract Data Requirements List's (CDRLs). Deliverables shall be delivered in the timelines/phases presented in the SEP. The contractor shall be responsible for providing the following CDRLs deliverables to meet the documentation requirements for services performed that are described in this PWS as well as in paragraphs 6.0, 6.0.2, 6.1, 6.2 and their sub-paragraphs. The contractor shall prepare the documents below described as the CDRL dictates in accordance with the following list: 12.1 TABLE CDRL Acronym Description Due Date From Contractor Quantity Due from Contractor A001 CMOS Version 7.6 Schedule Draft schedule at kick-off meeting and NLT 10 days after a final schedule. Final schedule NLT 30 calendar days after contract award 2 Soft Copies A002 CMOS Software (All versions) Deliver CMOS Software as required As agreed to by the Contractor and Government in the Schedule 2 Soft Copies A003 VDD Version Description Document (Including delivery of software patches) As agreed to by the Contractor and Government in the Schedule 1 Hard Copy 2 Soft Copies A004 MPSR Monthly Program Status Report No Later Than (NLT) the 15 th of Each Month 2 Soft Copies A005 TIM Technical Interface Meeting (Minutes) NLT 5 business days after every meeting 2 Soft Copies A006 HF UM/OM HELP FILES - with list of changed files As agreed to by the Contractor and Government in the Schedule 2 Soft Copies A007 RTM Requirements Traceability Matrix As agreed to by the Contractor and Government in the Schedule 2 Soft Copies A008 DLD Deliverable Lifecycle Documents As agreed to by the Contractor and Government in the Schedule 2 Hard Copies 2 Soft Copies (F) A009 Incremental Delivery Incremental delivery of CMOS Software with Source Code As agreed to by the Contractor and Government in the Schedule 2 Soft Copies A010 PDR Preliminary Design Review and Minutes As agreed to by the Contractor and Government in the Schedule for the PDR and NLT 5 business days after every meeting for the minutes 2 Soft Copies A011 CDR Critical Design Review and Minutes As agreed to by the Contractor and Government in the Schedule for the CDR and NLT 5 business days after every meeting for the minutes 2 Soft Copies A012 SSDD System Segment Design Documentation (Draft/Final) As agreed to by the Contractor and Government in the Schedule 2 Soft Copies (D) 2 Soft Copies (F) A013 SDD (Apps/Comm) Software Design Document As agreed to by the Contractor and Government in the Schedule 2 Soft Copies A014 SFR System Functional Review and Minutes As agreed to by the Contractor and Government in the Schedule for the SFR and NLT 5 business days after every meeting for the minutes 2 Soft Copies A015 SRR System Requirements Review and Minutes (Draft/Final) As agreed to by the Contractor and Government in the Schedule for the SRR and NLT 5 business days after every meeting for the minutes 1 Soft Copy (D) 1 Soft Copy (F) A016 SSS System Subsystem Specification (Draft/Final) As agreed to by the Contractor and Government in the Baseline Schedule 2 Soft Copies (D) 2 Soft Copies (F) A017 DS Database Specifications Document and Peer Review Minutes (Draft/Final) As agreed to by the Contractor and Government in the Schedule for the SFR and NLT 5 business days after every meeting for the minutes 2 Soft Copies (D) 2 Soft Copies (F) A018 CONOPS Concept of Operations and Peer Review Minutes As agreed to by the Contractor and Government in the Schedule for the CONOPS and NLT 5 business days after every meeting for the minutes 2 Soft Copies A019 SDF Software Development Files As agreed to by the Contractor and Government in the Schedule 2 Soft Copies A020 ITR Integrated Test Report As agreed to by the Contractor and Government in the Schedule 2 Soft Copies A021 STD Software Test Descriptions As agreed to by the Contractor and Government in the Schedule 1 Hard Copy 2 Soft Copies -Word 1 Soft Copy-Quality Center A022 ITP Integrated Test Plan As agreed to by the Contractor and Government in the Schedule 2 Soft Copies A023 STW Software Training Workbook with update/new training database As agreed to by the Contractor and Government in the Schedule 1 Hard Copy 2 Soft Copies A024 TRR Test Readiness Review (Minutes) As agreed to by the Contractor and Government in the Schedule for the TRR and NLT 5 business days after every meeting for the minutes 2 Soft Copies A025 IP Implementation Plan (IP) and Peer Review Minutes (Draft/Final) As agreed to by the Contractor and Government in the Schedule for the IP and NLT 5 business days after every meeting for the minutes 2 Soft Copies (D) 2 Soft Copies (F) A026 Use Case Diagrams Use Case Diagrams for all RIDs included in this contract. As agreed to by the Contractor and Government in the Schedule 2 Soft Copies A027 SDP Software Development Plan {Update as Needed} As agreed to by the Contractor and Government in the Schedule 2 Soft Copies (F) A028 CMP Configuration Management Plan {update as needed} As agreed to by the Contractor and Government in the Schedule 2 Soft Copies (F) A029 IDD Interface Design Document (Draft/Final) As agreed to by the Contractor and Government in the Baseline Schedule 2 Soft Copies (D) 2 Soft Copies (F) A030 QRR Quality Reviews and Reports Quarterly as agreed to by the Contractor and Government 2 Soft Copies A031 CP Completion Reports As agreed to by the Contractor and Government in the Baseline Schedule 2 Soft Copies A032 Briefs/Agendas Briefings and Conference Agendas As agreed to by the Contractor and Government 2 Soft Copies A033 TV Technical Views/Reports As agreed to by the Contractor and Government in the Baseline Schedule 2 Soft Copies A034 QCP Quality Control Plan NLT 10 days after contract award 2 Soft Copies A035 TP Transition Plan NLT Ten (10) days after contract award (F) 2 Soft Copies A036 CMOS SW Deliver CMOS Software (SW) patches and/or fixes as required As agreed upon by the Contractor and the Government 4 Soft Copies 1 Soft Copy (F) A037 INV Invoice Submission NLT the twentieth (20) workdays after end of previous calendar month 2 Soft Copies A038 CFSR Contract Funds Status Report via use of DD From 1586 IAW DI MGMT 81468 Date of first submission NLT than 60 calendar days after contract award. After first submission, NLT the twenty five (25) calendar days after end of contractor's accounting period. 2 Soft Copies
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8771-12-R-1009/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN02668571-W 20120208/120206234650-6f44baa98fe46be5cca42e2ba94e0989 (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 |