SPECIAL NOTICE
D -- eExam Software Maintenance
- Notice Date
- 7/30/2012
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2XHC22145A001
- Archive Date
- 8/23/2012
- Point of Contact
- Ronald L. Hirsch, Phone: 334-953-1549, Jacqueline A. Threat-Tellis, Phone: 334-953-3526
- E-Mail Address
-
ronald.hirsch@us.af.mil, jacqueline.threat-tellis@us.af.mil
(ronald.hirsch@us.af.mil, jacqueline.threat-tellis@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE TO OFFERORS: FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS NOTICE UNTIL FUNDS BECOME AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS NOTICE, EITHER BEFORE OR AFTER THE CLOSING DATE WITH NO OBLIGATION TO INTERESTED PARTIES. THE CLAUSE AT FAR PART 52.232-18, AVAILABILITY OF FUNDS (APR 1984), WILL BE INCORPORATED INTO ANY RESULTING SOLICITATION. The 42d Contracting Squadron at Maxwell AFB, AL, intends to award a firm-fixed price, sole source, contract to PowerTrain, Inc, Landover, MD, in accordance with FAR 13.106-1(b)(1), Soliciting from a single source, "For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g. urgency, exclusive licensing agreements, brand name or industrial mobilization). The contractor shall provide software maintenance for ‘eExam' software by PowerTrain, Inc, for a period of 12 months, from 1 October 2012 to 30 September 2013 in accordance with the attached Performance Work Statement. If any interested parties can fulfill this requirement, please provide a statement of interest to this office NLT 12:00, noon, CDST on 8 August 2012. Electronic submissions are acceptable. Direct any correspondence to: ATTN: A1C Hirsch, Ronald AND Dr. Jacqueline Threat-Tellis 50 LeMay Plaza South, Bldg 804 Maxwell AFB, AL 36112 Fax: (334)953-3341 E-mail: ronald.hirsch@us.af.mil jacqueline.threat-tellis@us.af.mil If no responses are received by the above referenced date/time, a sole source contract will be awarded to PowerTrain, Inc, pending availability of funds. ATTACHMENTS: SOLE SOURCE JUSTIFICATION, PURCHASE REQUEST # F2XHC22145A001 PERFORMANCE WORK STATEMENT 1. Description of services or commodities to be acquired: a. Brief non-technical description of requirement(s): This annual software maintenance requirement is to continue providing troubleshooting and support maintenance for the mission-critical "E-Exam" software by PowerTrain which is used DoD-wide to electronically deliver and score end of course exams for completion of Career Development Courses (CDCs), Professional Military Education (PME) Courses, and other specialized courses. The troubleshooting and maintenance support that PowerTrain, the developer of this software, provides is as follows: • telephone call-in support from our Educational Support Services Branch • e-Mail queries and feedback from our Educational Support Services Branch • forwarding entire files to PowerTrain that require patches or, other fixes 2. Facts justifying sole source: a. Explain why no other contractor has or can obtain the capabilities to provide this product or service: Our relationship with PowerTrain began on 30 June 2003 when we forwarded a MIPR to the Air Force Civil Engineer Support Agency AFCESA to update, enhance, and field a new version of the CerTest Computer-based testing program for the then Air Force Institute of Advanced Distributed Learning (AFIADL). The first contract awarded by 42nd CONS was contract #FA3300-07-P-0087, dated 12 March 2007. Air University has used the PowerTrain software for eight years at a cost of $384K. However, well over $1M has been invested in the development of this product by the Air Force Chief of Staff, Air University, and AFCESA. To change over to another type of software would cost at least $1.2 M with subsequent maintenance cost of $230K per year. Also, additional cost will be incurred to significantly customize a new system to meet Air Force testing and security requirements. The certification and accreditation process for software to operate on the Air Force network has been completed for E-Exam. It will cost approximately $100K to complete the process for a replacement system. b. Explain the unique salient characteristics of this product or service that make it critical to your mission: This software allows Air University to serve over 125 thousand students at over 600 Test Control Facilities DoD-wide to complete testing requirements for their CDCs, PMEs, and other specialized courses. It is essential that the testing software be non-web based to enable each Test Control Facility to operate independantly. c. Include a statement that the proposed sole source is the only known source that can satisfy the Government's requirement, supported by recently conducted market research that substantiates the sole source claim. Statements such as "No other sources are considered qualified" are not considered an adequate basis for sole source justification: Air University has conducted market research into the ability of other vendors to provide software maintenance support for the E-exam software. No other vendor has been identified that can provide the necessary technical support, software updates, patches, and additional capabilities required to ensure the software remains operational for Air University. PERFORMANCE WORK STATEMENT FOR E-EXAM SOFTWARE MAINTENANCE AND SUPPORT Background The Air University Education Logistics and Communications (A4/6) Organization, formerly the Air Force Institute for Advanced Distributed Learning (AFIADL), has been administering the distance education program for Air Forces upgrade training/skill level progression program since 1950. The primary vehicle for upgrade training is the Career Development Course (CDC), which requires a proctored, end-of-course exam for completion and certification. Exams developed by Air University Schools use the 4-option multiple-choice question format with the inclusion of graphics as required. Since 2005, A4/6 has integrated the E-exam computer-based testing software into the CDC and Professional Military Education (PME) testing programs. The E-exam program is used in all Air University Registrar certified test facilities to administer tests for CDCs and (PME) courses for both officers and noncommissioned officers. PowerTrain is the developer and maintainer of this software program. Requirements The Contractor will provide the annual maintenance and support as follows: • Maintenance and troubleshooting of the E-exam and Answer Sheet Manager software as required to continue optimum performance. • Maintenance and troubleshooting of the E-exam and Answer Sheet Manager software program as required to continue generation of required statistical reports and provide for interfacing with the Course Development and Student Administration System (CDSAR) and the Air University Student Information System (SIS), in order to continue distribution of student data to Air Force and Air University systems of record. • Maintenance, and troubleshooting for the E-exam and Answer Sheet Manager software program as required to ensure continued compatibility with current Air Force standard computer operating systems (Windows XP, Vista, 7, and subsequent systems) and Federal Desktop Core Configuration-Air Force (FDCC-AF) requirements. This requirement also pertains to all future changes and/or upgrades to Air Force standard computer operating systems. • Other covered maintenance includes: making needed "tweaks" or required software modifications to take care of changes in response to error messages generated during operation on AF systems or changes required to meet revised security policies. Also covered, is the as required repair of corrupted databases at locations experiencing problems that require action on the part of the contractor. • The primary areas covered by this Performance Work Statement includes: E-exam, Answer Sheet Manager, and the E-exam Data Manager that is used locally to generate item analysis reports and other related functionalities. • Resolve any of the above maintenance and support troubleshooting needs which may arise at any of the Air Force testing facilities either via telephone "talk through the problem," via E-mail correspondence or hands on required fixes are made, and the files are returned. SECURITY REQUIREMENTS FOR UNCLASSIFIED SERVICES 1. 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: a. Name, address, and telephone number of contractor representatives. b. The contract number and contracting agency. c. The reason for the service (i.e., work to be performed). d. The location(s) of service performance and future performance, if known. e. The date service performance begins. f. Any change to information previously provided under this paragraph. 2. 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. 3. Visit Request: Contractors 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. However, some agencies may still require VALs to be submitted for access to their facilities. 4. 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. 5. Pass and Identification Items: The service shall ensure the following pass and identification items required for service performance are obtained for employees: a. 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). b. AF Form 1199, USAF Restricted Area Badge, or locally developed badge, if required. c. DoD Common Access Card (CAC), (AFI 36-3026). 6. Computer and Network Access Requirements: Contractor personnel that required access to unclassified government computers and operations systems (Automated Information Systems - AIS) will be designated as AIS-III - Nonsensitive Positions. Contractor personnel must submit a National Agency Check with Inquiries (NACI) and the NACI be favorability adjudicated 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. 7. Unescorted Entry to Restricted Areas: Contractor personnel requiring unescorted entry to restricted areas designated by the installation commander shall comply with base access requirements; 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 adjudicated National Agency Check with Inquiries (NACI) investigation to qualify for unescorted entry to a restricted area. The Air Force shall submit NACI investigations for contractor employees at no additional cost to the contractor. Contractor personnel must contact the unit security manager to obtain the required paperwork for NACI and restricted area badges. 8. 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. 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 at https://www.my.af.mil/gcss-af61a/afrims/afrims/. 10. 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. 11. 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. 12. 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. 13. 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. 14. 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. 15. 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. 16. 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. 17. Traffic Laws: The contractor and their employees shall comply with base traffic regulations. 18. Cellular 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-Gunter AFB. 19. 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. 20. Healthcare: Healthcare provided at the local military treatment facility on an emergency reimbursable basis only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XHC22145A001/listing.html)
- Place of Performance
- Address: 50 South Turner Blvd, Bldg 832, Maxwell AFB-Gunter Annex, Alabama, 36118-5643, United States
- Zip Code: 36118-5643
- Zip Code: 36118-5643
- Record
- SN02819577-W 20120801/120730235011-4993f25f018418c1cb28222c9db47251 (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 |