Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2012 FBO #3935
SOLICITATION NOTICE

70 -- NOAAPort Support

Notice Date
8/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-12-T-0040
 
Response Due
9/6/2012
 
Archive Date
11/5/2012
 
Point of Contact
Sandra Johnson, 435-831-2756
 
E-Mail Address
MICC - Dugway Proving Ground
(sandra.j.johnson90.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation #W911S6-12-T-0040 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. All firms responding must be registered with the Central Contractor Registration (CCR). Description: The Mission & Installation Contracting Command - Dugway Proving Ground office is contemplating the purchase Non-Personal Service Support (all channels) for phone and email software support and software maintenance for weather data stream NOAAPort. The period of performance is anticipated to be October 1, 2012 through September 30, 2013 for the base year with four subsequent option years. Option years are subject to the availability of funding in accordance with FAR 52.232-18. Notice of Intent to Sole Source: This is a notice of intent to negotiate on a sole source basis with Planetary Data, Inc. 1848 County Road 28, Prague, NE 68050. Pursuant to 10 U.S.C. 2304 ( C ) (1) and Federal Acquisition Regulation 6.302-1, supplies, services and / or equipment are available from one responsible source and no other type of supplies, services and / or equipment will satisfy agency requirements. Vendors may identify their interest and capability to respond to the requirement by emailing the points of contact identified below. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Sandra Johnson, Contract Specialist sandra.j.johnson90.civ@mail.mil Paul Frailey, Contracting Officer paul.e.frailey.civ@mail.mil Performance Work Statement (PWS): NOAAPort Software Support Vision Statement Accurate weather forecasts, timely weather warnings, and other weather related support for test events and mission requirements. 1 Introduction The NOAAPort broadcast system provides a one-way broadcast communication of National Oceanic and Atmospheric Administration (NOAA) environmental data and information in near-real time to NOAA and external users. This broadcast is implemented by a commercial provider of satellite communications. It's primary purpose is for providing internal communications within the National Weather Service and for providing forecasts, warnings, and other products to the mass media (newspapers, radio stations, TV, etc.) emergency management agencies, private weather services, and other users. 1.1 Mission U.S. Army Test and Evaluation Command Meteorological Test Teams require access to the NOAAPort data stream in order to provide accurate weather forecasts, real-time test support, range and test-specific weather warnings, and other mission-related support. 1.2 Background - Reserved Reserved 1.3 Scope The Contractor shall provide NOAAPort software support to enable accurate weather forecasts, timely weather warnings, and other weather related support for test events and mission requirements for the following eight U.S. Army Test and Evaluation Command (ATEC) Meteorological Test Teams: 1) Aberdeen Test Center (ATC), Aberdeen Proving Ground, MD; 2) Cold Regions Test Center (CRTC), Ft. Greely, AK; 3) Dugway Proving Ground (DPG), Dugway, UT; 4) Electronic Proving Ground (EPG), Ft. Huachuca, AZ; 5) Night Vision & Electronic Sensors Directorate (NVESD), Ft. Belvoir, VA; 6) Redstone Test Center (RTC), Redstone Arsenal, AL; 7) White Sands Missile Range (WSMR), New Mexico; and 8) Yuma Proving Ground (YPG), Yuma, AZ. 2 General Requirements This section describes the general requirements for this effort. The following sub-sections provide details of various considerations on this effort. 2.1 Non-Personal Services The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Procuring Contracting Officer (PCO) immediately. 2.2 Business Relations The contractor shall successfully integrate and coordinate all activity needed to execute the requirement. The contractor shall manage the timeliness, completeness, and quality of problem identification. The contractor shall provide corrective action plans, proposal submittals, timely identification of issues, and effective management of subcontractors. The contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all contractor personnel. 2.3 Contract Administration and Management The following subsections specify requirements for contract, management, and personnel administration. 2.3.1 Contract Management - Reserved Reserved 2.3.2 Contract Administration The contractor shall establish processes and assign appropriate resources to effectively administer the requirement. The contractor shall respond to Government requests for contractual actions in a timely fashion. The contractor shall have a single point of contact between the Government and Contractor personnel assigned to support the contract. The contractor shall assign work effort and maintain proper and accurate time keeping records of personnel assigned to work on the requirement. 2.3.3 Personnel Administration - Reserved Reserved 2.4 Subcontract Management - Reserved Reserved 2.5 Contractor Personnel, Disciplines, and Specialties The contractor shall accomplish the assigned work by employing and utilizing qualified personnel with appropriate combinations of education, training, and experience. The contractor shall ensure the labor categories as defined in the Labor Categories document (see attachment), labor rates, and man-hours utilized in the performance of this contract will be the minimum necessary to accomplish the tasks. The Contractor shall provide the necessary resources and infrastructure to manage, perform, and administer the contract. 2.6 Location and Hours of Work - Reserved Reserved 2.7 Travel / Temporary Duty (TDY) - Reserved Reserved 3 Performance Requirements The following section specifies the Performance Objectives and Performance Elements for the contract. 3.1 Phone and Email Support Support shall be provided for all channels at the following ATEC Meteorological Team locations: ATC, CRTC, DPG, EPG, NVESD, RTTC, WSMR, YPG. 3.1.1The contractor shall provide phone and email support for NOAAPort software. The Contractor shall provide phone and email support to ensure NOAAPort data stream is available to ATEC Meteorological Teams. The contractor shall provide phone and email support no later than the next-business-day after notification of support need by the Government. Performance Standards a) STD: Respond within 8 business hours of notification of need. AQL: 100% within the required timeframe. b) STD: Provide Deliverable A001: Support Service Request Report AQL: 100% Deliverables A001 Support Service Request Report 3.2 Software Support Support shall be provided for all channels at the following ATEC Meteorological Team locations: ATC, CRTC, DPG, EPG, NVESD, RTTC, WSMR, YPG. 3.2.1The contractor shall provide software upgrades for NOAAPort software. The Contractor shall provide software upgrades to ensure NOAAPort data stream is available to ATEC Meteorological Teams. Software upgrades shall be provided within three business days of publication to ensure software functionality. Performance Standards a) STD: Software is fully upgraded. AQL: 100% 3.2.2The contractor shall provide software feature enhancements for NOAAPort software. The Contractor shall provide software feature enhancements to ensure NOAAPort data stream is available to ATEC Meteorological Teams. Feature enhancements shall be provided within 3 business days of publication. Performance Standards a) STD: Provide software feature enhancements within 3 business days of publication. AQL: 100% 3.2.3The contractor shall provide security and other patches for NOAAPort software. The Contractor shall provide security and other patches to ensure NOAAPort data stream is available to ATEC Meteorological Teams. Security and other patches shall be provided within one business day of publication to ensure software security and functionality. Performance Standards a) STD: Provide security and other patches within one business day after publication. AQL: 100% 3.2.4The contractor shall provide repair of software defects for NOAAPort software. The Contractor shall provide repair of software defects to ensure NOAAPort data stream is available to ATEC Meteorological Teams. Contractor shall provide repair of software defects within three business days after the contractor becomes aware of the defect or notification by the COR. Performance Standards a) STD: Provide repair of software defects within three business days. AQL: 100% b) STD: Provide Deliverable A001: Support Service Request Report AQL: 100% Deliverables A001 Support Service Request Report 3.3 Personnel Reporting 3.3.1The contractor shall provide personnel reporting in accordance with the Department of the Army Personnel Reporting system. Performance Standards a) STD: Provide personnel reporting in accordance with the Department of Army Personnel Reporting system incorporated by full text within the provision/clause section of the solicitation/contract. AQL: 100% 4 Special Requirements - Reserved Reserved 4.1 Security and Safety - Reserved Reserved 4.2 Transition - Reserved Reserved 4.3 Government Furnished Materials - Reserved Reserved 4.4 Environmental Requirements - Reserved Reserved 4.5 Applicable Directives - Reserved Reserved 5 Deliverables The contractor shall provide deliverables as described. Deliverables shall be specified by the government. Format and delivery schedule for deliverables shall be outlined in CDRLs and/or other means TBD. Identifier Name Description A001Support Service Request ReportContractor shall provide a service report (email is acceptable) to the COR whenever a service request from any of the ranges is made. The report shall include a description of the services requested, the date of the request, name of the person making the 6 Related Documents The following Documents are related to this project: None (End of PWS) This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-12-T-0040. All firms responding must be registered with the Central Contractor Registration (CCR). Questions: Questions regarding this solicitation are to be submitted in writing via email to paul.e.frailey.civ@mail.mil and to sandra.j.johnson90.civ@mail.mil. The deadline for questions is Wednesday, September 5, 2012 at 5:00 p.m. (prevailing local time at Dugway Proving Ground, UT). The following provisions and clauses apply to this RFQ: Local FAR Clauses: 52.000-4001, Foreign Visitors / Employees; 52.000-4002, Location of U.S. Army Dugway Proving Ground; 52.000-4003, Normal Work Hours; 52.000-4949, Contractor Access to DPG; 52.204-4000, Department of Army Personnel Reporting System; 52.223-4001, OSHA Standards; and FAR Provisions and Clauses: 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items (Offerors shall include a completed copy of this provision with its offer); 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; oThe following clauses are incorporated by FAR 52.212-5 for this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting With Contractor's Debarred, Suspended or Proposed for Debarment; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Act - Price Adjustment (Multiple Year and Option Contracts); 52.217-5, Evaluation of Options; 52.217-9, Option to Extend the Term of the Contract; 52.246-1, Contractor Inspection Requirements; 52.247-34, FOB: Destination. DFARS Provisions and Clauses: 252.201-7000, Contracting Officer's Representative; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration; 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; 252.211-7003 Item Identification and Valuation; 252.212-7000, Offeror Representations and Certifications - Commercial Items (Offerors shall include a completed copy of this provision with its offer); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; oThe following clauses are incorporated by DFARS 252.212-7001 for this acquisition: 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.227-7015, Technical Data-Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Alternate III, Transportation of Supplies by Sea 252.225-7035, Buy American Act - Free Trade Agreement - Balance of Payments Program Certificate; 252.232-99, Providing Accelerated Payment to Small Business Subcontractors; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Workflow Payment Instructions, and 252.232-7010, Levies on Contract Payments. Interested vendors wishing to respond to this solicitation shall provide a quote and pricing valid for 60 calendar days. Offers are due at 10:00 AM (prevailing local time at Dugway Proving Ground, UT) on September 6, 2012. Offers may be emailed. Submit emailed offers to paul.e.fraily.civ@mail.mil and to sandra.j.johnson90.civ@mail.mil. For any questions or concerns please contact Sandy Johnson at 435-831-2756 or via email at sandra.j.johnson90.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/91faa547abf90bf252fb1d11d262536b)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02864621-W 20120902/120901000041-91faa547abf90bf252fb1d11d262536b (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.