Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2012 FBO #3932
SOLICITATION NOTICE

D -- Software package including licenses, maintenance, training and support

Notice Date
8/28/2012
 
Notice Type
Presolicitation
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F12T0155
 
Response Due
9/13/2012
 
Archive Date
11/12/2012
 
Point of Contact
sara edwards, 4029952484
 
E-Mail Address
USACE District, Omaha
(sara.edwards@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PERFORMANCE WORK STATEMENT (PWS) Environmental Software Data Management and Display System Tool US Army Corps of Engineers Omaha District Geotechnical Engineering and Sciences Branch PART 1 GENERAL INFORMATION 1. GENERAL: This is a non-personal services contract to provide software and support for a data management and display system tool for use on environmental cleanup projects executed by the US Army Corps of Engineers (USACE). The purpose of this contract action is to support Omaha District's work in planning, processing, management, archival/retrieval, and display needs for environmental data generated at Department of Defense (DOD) Formerly Used Defense Sites (FUDS) and other contracted or in-house projects. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Product and Services/Introduction: The contractor shall provide all materials, personnel, equipment, supplies, tools, transportation, supervision and any other items necessary for an appropriate software package, licenses, one training session for USACE personnel, one-year of software maintenance and technical assistance. The contractor shall perform to the standards in this contract. 1.2 Background & General Project Information: The U. S. Army Corps of Engineers (USACE) Omaha District performs environmental restoration support for primarily Department of Defense (DOD) and various other federal programs, including the FUDS, Air Force (AF), Army, Base, Realignment and Closure (BRAC), Defense Logistics Agency (DLA), Department of Energy (DOE), Air and Army National Guard Bureau, US Environmental Protection Agency (EPA), etc. Typical projects require the sampling of onsite media and the generation of environmental data for geotechnical, chemical, biological or hydrogeological purposes. Features of the data management tool must allow project staff to work with the various types of project data; interactively allowing data selection, manipulations, filtering, display, and analyses to support project decision-making on cleanup and closure. The data input shall accommodate receipt and integration of laboratory electronic data deliverables, or other datasets electronically, in varying formats. These include Excel, Access, ADR (A1, A3 tables), SEDD 2A, and SEDD 2B (optional). Preference is for a system that is an open source and can run in one or more of the following: Microsoft Access, ESRI, ArcGIS. The data output must interface with DOD repositories, including ERPIMS, ERIS, and (FUDSCHEM); as well as commercial products in use at the Omaha District, including GINT, ArcGIS, ArcMap, Access, etc. The data system is required to provide a user friendly format that enables project staff access, mapping and display of all data types as well as the ability to automatically calculate statistics, compare to regulatory limits, and manipulate the data for use in graphs, tables or for GIS purposes. 1.3 Objectives: The overall objective is to provide a software package including licenses, one-year maintenance, training and support. Software system requirements include: Accept sample locations as coordinates provided in a standard format, such as State Plane or UTM Ability to reproject coordinate systems of GIS layers on the fly into a common projection Load and manipulate georeferenced imagery and/or orthophotography System must be designed for project delivery team (PDT) member's use; to enhance their ability to work with the project data, to understand and communicate or interpret data, allowing them to quickly answer project questions. The system must be scalable from small projects (in Access) to very large projects with multiple media, years, and other complexities (in Oracle or on a SQL server). The system should have the capability to disconnect from the server and work remotely on a laptop with little to no connectivity to the internet or network. The data management system tool must be secure and be able to become approved software by ACE-IT representatives. The data management system tool must accept and manage various environmental data, including: oGeotechnical data, oChemical data, oBiological and microbiological data, oHydrogeological data, oRadiological data, oQC data, oComposite or Incremental Sampling Methodology (ISM) data, oRegulatory limits or screening levels, oWell bore construction details, oOperation and maintenance data. System must be designed with complete functionality for efficient support to Omaha District multi-disciplinary teams to oPlan and prepare for sampling events oInput project data from appropriate formats oData evaluation and display must allow customization; so as to focus, simplify, communicate specific data or details, and help the PDT evaluate particular site cleanup aspects or overall progress. oAutomatically calculates statistics including 95% UCLs. oManages QC data results and issues. oCompare data to regulatory levels and filter data to display or manage decisions. oArchive and export project data in appropriate formats (FUDSCHEM, ERPIMS, ERIS, etc.) The system must be menu driven, and require only a minimal amount of training prior to use. oNo data management or GIS personnel, or knowledge of SQL or programming language is needed for its use. oTutorials must be made available for data users, so as to bring new staff members up to speed quickly with minor online training. 1.4 Scope: Work generally consists of providing a data management software system for up to 12 individuals. There is the potential for up to 3 concurrent users. Deliverables from this work include submission of a training manual for general operation and use of the software as well as a written protocol for obtaining technical support. The contractor shall perform these services as noted in this PWS. All work shall be conducted in accordance with current professional standards, Corps of Engineers policies, regulations, and procedures. The Contractor is responsible for supplying all equipment, supplies, materials and personnel necessary for the completion of this work. 1.5 Period of Performance: The period of performance for the PWS shall be for one (1) Base Year of 12 months and two (2) 12-month option years for software support and maintenance. Upon receipt of NTP, the Contractor shall submit a draft baseline schedule for completion of the tasks in this PWS for approval to meet the milestones as indicated below. The baseline schedule shall be based on calendar days and shall include milestones for completion of each task provided herein. Schedule Milestones ITEMDuration (Calendar Days) Download of Software7 days after NTP Training of USACE staffWithin 1 month of NTP Software Maintenance and Technical support From software download up to one year after installation. The Period of Performance reads as follows: Base Year Option Year I Option Year II 1.6 General Information 1.6.1 Contractor Proposals: The Contractor proposals shall highlight the capabilities and amenities of their product and service. Proposals shall be limited to 10 pages in length and focus on the system components, security features, functional capabilities, and adaptable features, the firms' past experience with the product and service, and recommended software package(s), licenses, applicable format(s) of operation, user training, system maintenance and technical assistance features for the Omaha District PDT use. Clearly list all support/compatible programs and features in the proposal. 1.6.2 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. 1.6.3 Quality Assurance: The government shall evaluate the contractor's performance under this contract. At any time during the period of performance, representatives of the Contracting Officer may review: work progress; adherence to this PWS and work quality and adequacy. Such review shall not relieve the Contractor from performing all contract requirements. 1.6.4 Recognized Holidays: Contractors shall not be required to work on Federal Holidays as listed below. New Year's DayLabor Day Martin Luther King Jr.'s BirthdayColumbus Day President's DayVeteran's Day Memorial DayThanksgiving Day Independence DayChristmas Day 1.6.5 Hours of Operation: The contractor is responsible for conducting business or having a representative available, between the hours of 0700-1700, Monday thru Friday Central time except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. 1.6.6 Type of Contract: The government will award a Firm Fixed Price Contract. 1.6.7 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's product and technical assistance performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.8 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary: maintain written or oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. Government Points-of-Contact for the work are provided in the table below. USACE Points-of-Contact FunctionNameOffice PhoneE-Mail Primary District Technical POCMolly Maxwell(402) 995-2288molly.c.maxwell@usace.army.mil Backup District Technical POCCheryl Groenjes(402) 995-2285Cheryl.a.groenjes@usace.army.mil 1.6.9 Key Personnel: The Contractor shall identify a Point-of-Contact for USACE-Omaha to communicate technical issues of the contract, expectations, any problems, acceptability of deliverables, and payment. The following personnel are considered key personnel by the government: Contract Manager and Alternate Contract Manager. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of the contract manager and alternate contract manager shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 0800 to 1630, Monday thru Friday, except Federal holidays or when the government facility is closed for administrative reasons. Contact information shall include office phone, cell phone, and e-mail address for each individual. The Contractor will provide the updated contact lists anytime there is a change in personnel or contact information. All employees shall possess required licenses/certificates/insurance as required by federal, state, and local authorities. 1.6.10 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.6.11 Public Affairs: The Contractor shall not make available to the news media or publicly disclose any data generated in the performance of this work. If approached by the news media or general public, the Contractor shall refer them to the Omaha District Public Affairs Office for a response. 1.6.12 Contractor Travel: Contractor shall anticipate travel to be conducted to support a software training session for up to 12 USACE employees on the operation of the software and its features. Virtual presentation of the training will also be considered. 1.6.13 Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents, manuals and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership /copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.10. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.11. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. WORK WEEK. Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: AFARSArmy Federal Acquisition Regulation Supplement ARArmy Regulation CFRCode of Federal Regulations CORContracting Officer Representative COTRContracting Officer's Technical Representative COTSCommercial-Off-the-Shelf DADepartment of the Army DODDepartment of Defense EMEngineer Manual FARFederal Acquisition Regulation KOContracting Officer NTPNotice to Proceed OCIOrganizational Conflict of Interest OCONUSOutside Continental United States (includes Alaska and Hawaii) POCPoint of Contact PRSPerformance Requirements Summary PWSPerformance Work Statement QAQuality Assurance QCQuality Control GISGeographic Information Systems ESRIEnvironmental Systems Research Institute PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Facilities: Facility requirements for the training session will be furnished by the Government. 3.2 Equipment: Computers that the software will be loaded on will be furnished by the Government. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2 Secret Facility Clearance: N/A. 4.3. Supplies and Materials: The Contractor shall provide all supplies and materials to meet the requirements under this PWS. 4.4. Equipment: The Contractor shall provide all equipment necessary to meet the requirements under this PWS. PART 5 SPECIFIC TASKS 5. SPECIFIC TASKS: 5.1 Basic Services: The contractor shall provide data management software and display tools that will specifically: a)Upload Excel, Access, ADR.a1 and.a3 files, SEDD 5.0 and 5.2 files, EquIS, CLP and/or ERPIMS file formats. b)Output into SEDD 5.2 files independent of input format. c)Ability to link all data to one geographical location (matrix specific analytical results, geotechnical, geophysical, date, time, field conditions during sample event, GIS coordinates, etc.) d)Able to create tables where data can be easily manipulated for end user product. e)Able to create displays using data base information including interfacing with GINT, ArcMAP, Arc GIS, Ground Water Modelling System and Surfer software. f)Displays should be customizable and have the ability to show designable call out tables, cross tabs, stiff diagrams, and time sequence graphs. Data should be able to be highlighted, text bolded or italicized or colored as necessary by user. 5.2 Training - on-site training shall be provided for a minimum of 12 people that covers software applications and use. This will include using and manipulating historic site specific data from a FUDS site. Training and instruction manuals will be provided for reference during and after the training event 5.3 Support - Software maintenance and technical support will be provided for up to one year after software installation. A contact protocol will be provided. The protocol will include who to contact, and any limitations on help that will be provided 5.4 Software package must be user friendly and able to interface with USACE IT systems. ACE - IT approval must be obtained prior to software installation. The contractor will provide all required support for ACE-IT approval. PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS): https://aceit.usace.army.mil/Pages/default.aspx http://140.194.76.129/publications/eng-regs/ER_1110-1-8156/ER_1110-1-8156.pdf http://140.194.76.129/publications/eng-manuals/EM_1110-1-2909_sec/EM_1110-1-2909.pdf
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F12T0155/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN02858242-W 20120830/120828235958-9ffc34644752986fb547b6ff65a3ee6d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.