Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 28, 2017 FBO #5818
SOURCES SOUGHT

R -- Ballistic Research Laboratory –Computer Aided Design (BRL-CAD) Software Development and User Assistance Support Services

Notice Date
10/26/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-18-R-0005
 
Archive Date
11/16/2017
 
Point of Contact
Rebecca B. Patterson, Phone: 301-394-5351
 
E-Mail Address
rebecca.b.patterson.civ@mail.mil
(rebecca.b.patterson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Template: (1) Action Code : SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. (2) Date : 26 October 2017 (3) Classification Code : R4 (4) NAICS Code: 541330 (5) NAICS Size Standard: $15.0M (6) Contracting Office Address: 2800 Powder Mill Road Bldg. 601 Adelphi, Maryland 20783 (7) Subject: Sources Sought for Ballistic Research Laboratory -Computer Aided Design (BRL-CAD) Software Development and User Assistance (8) Proposed Solicitation Number: W911QX-18-R-0005 (9) Sources Sought Closing Response Date: 01 November 2017 at 5:00PM Eastern (10) Contact Point: Rebecca Patterson, Contract Specialist, Rebecca.b.patterson.civ@mail.mil (11) A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in the below section 11B are subject to change prior to the release of any solicitation. B. Performance Work Statement (PWS) Ballistic Research Laboratory -Computer Aided Design (BRL-CAD) Software Development and User Assistance for Survivability/Lethality Analysis Directorate (SLAD) C.1 Background The Survivability/Lethality Analysis Directorate (SLAD) of the U.S. Army Research Laboratory (ARL) is the Army's focal point for survivability, lethality, and vulnerability (SLV) analysis and expertise. SLAD helps Program Managers (PMs) enhance system and soldier survivability/lethality in the systems they are developing. Results of SLAD's SLV efforts, against the full spectrum of battlefield threats, are provided to the PMs, Evaluators, and Department of the Army decision makers. SLAD conducts the necessary investigations, simulations, laboratory/field experiments, and analyses to quantify the SLV of Army and select foreign combat, combat support, and combat service support systems when faced with electronic warfare (EW), information warfare (IW), ballistic, cyber, directed energy, and environmental threats. SLAD is in need of additional software engineering, software development, and analytical support in order to satisfy the needs of its customers. C.2 Objective The objective of this effort is for the Contractor to provide analytical, technical, and development support to SLAD for SLV Modeling and Simulation software development projects using best industry practices. C.3 Scope This project definition outlines the tasks required to ensure software engineering and development, and analysis support to SLAD. The Contractor shall perform tasks requiring the application of established methods, practices, and techniques, and shall recommend new procedures as applicable for SLV software development projects. The work ranges from specific tasks to complex work for which guidelines and precedents are usually applicable, but interpretation and analysis may be required. The Contractor shall apply professional judgment in providing software development, engineering, and analysis services or resolving problems of a procedural or factual nature. Assignment characteristics include, but are not limited to: gathering, researching, verifying and analyzing facts; skilled use of basic tools and techniques of the field (e.g., surveys, data bases, MS Windows based software, data collection methods, JAVA, QT, C, etc.); selecting and applying established methods, practices and procedures requiring only minor changes; assisting in the development of work proposal documents using historical data and researching new sources and coordinating with managers, employees, or ARL Contractors to obtain information. Work products shall be delivered in both written and electronic format. Work shall be performed at SLAD facilities. C.4 Requirements The Contractor shall support experimental and applied research to assess technologies which minimize vulnerability, maximize lethality, and maximize survivability for those technologies in accordance with the following sections. Formal deliverables provided for C.4 marked in accordance with C.11 and provided electronically using appropriate operating system and software specified in C.14.1 and C.14.2. C.4.1 Ballistic Research Laboratory -Computer Aided Design (BRL-CAD) and Related Development C.4.1.1 The Contractor shall provide and implement a software engineering solution and related software development to produce software enhancements to the BRL-CAD project with the approval of the model manager. Major enhancements, that will require a quarter or more of effort to complete, shall have a project plan and requirements that will be reviewed and/or modified by the SLAD, Ballistics Vulnerability/ Lethality Division (BVLD) Modeling and Simulation Technology Review Group (TRG) and the BVLD Enterprise Steering Committee (ESC). The project plan shall identify goals, risks, assets and costs associated with the project. A schedule of software development milestones shall also be provided. The end software product shall be tested by the Contractor to verify that the requirements are satisfied, and approved by the BRL-CAD Model Manager. C.4.1.2 The Contractor shall provide and implement a software engineering solution to perform maintenance on the BRL-CAD project. This maintenance shall be categorized, tracked and documented. The major categories of maintenance are corrective, adaptive, perfective, and preventive maintenance. C.4.1.3 The Contractor shall support and inform the TRG or ESC of all user-visible software changes and bug fixes. C.4.1.4 The Contractor shall provide help desk support for BRL-CAD and related software packages. The Contractor shall identify, analyze, develop work-arounds, and eliminate common problems with BRL-CAD encountered by users. Helpdesk activities shall be documented in monthly e-mail progress reports the Contractor in order to inform end users about commonly asked questions, issues, and their resolutions. C.4.2 System Development The Contractor shall provide code that is able to be run on all BVLD development and production machines (workstations and servers) that use Mac OS X, FreeBSD, Windows, and Linux operating systems as well work seamlessly with the related software (e.g. Source Forge and Subversion) that supports the software development activities. C.4.3 Software Development The Contractor shall provide software development for any of the SLV software activities within SLAD (BRL-CAD, MUVES, ORCA, VSL, etc.) to include gathering requirements, designing the software, writing software, developing test cases, writing user documentation, and providing user training. C.4.4 Briefing Materials, Technical Papers, and Plans C.4.4.1 The Contractor shall prepare briefing materials, technical papers, and plans addressing technical projects, processes and capabilities, for presentation within SLAD, to SLAD customers and higher headquarters. The Contractor shall provide this to the Contracting Officer's Representative (COR) on an ad-hoc basis. C.4.4.2 The Contractor shall prepare multi-media content for World-Wide-Web presence. C.5 Personnel Management C.5.1 The Contractor shall retain the appropriate number of key personnel, as identified in the key personnel clause in the contract award, who have the necessary skills, education, and experience to effectively meet contract requirements. The Contractor shall maintain an active training, recruitment, and retention program to ensure qualified and clearable personnel sufficient to meet the contract requirements, including fill rate, are made available to support this effort. C.6 Program Management C.6.1 The Contractor shall provide one (1) Program Manager (PM) to be available via e-mail and telephone during normal work hours (reference C.10). This position may be located at the Contractor's facility. C.6.2 To facilitate efficient operations under this contract, the Contractor shall ensure the PM: C.6.2.1 Serves as the main point of contact for all Contractor personnel. C.6.2.2 Is responsible for overall management of the contract. C.6.2.3 Conducts regularly scheduled meetings with the COR at a minimum of once per month, and additional meetings at the discretion of the COR. C.6.2.4 Has a technical background that facilitates understanding of Government technical requirements and communication with the COR. C.6.2.5 Has a management background that facilitates supervision of Contractor personnel's performance. C.6.2.6 Ensures that all work performed meets the PWS requirements within the funding, timing and staffing constraints of the contract. C.6.2.7 Facilitates effective planning and accomplishment of critical objectives in a timely manner. C.6.2.8 Responds within twenty-four (24) hours and has emergency contact information available to the COR at all times. C.6.2.9 If the Contractor uses subcontractors, manages all subcontractor interface requirements. C.6.2.10 Notifies the COR, immediately, of any problems or issues. C.6.3 The PM shall have the following minimum Qualifications: C.6.3.1 A minimum of five (5) years of supervisory experience to provide supervision, direction, and control of Contractor personnel. C.6.3.2 Demonstrate successful past project management within the past five (5) years, through certification such as Project Management Professional, equivalent certification or experience documented in resume. C.6.3.3 Familiarity with complex laboratory operations and associated personnel qualifications. C.6.3.4 At a minimum, a scientific or engineering degree from an accredited school. Accredited schools are those reported to the US Department of Education and maintained within the Secretary of Education's database. C.7 Recruitment and Retention C.7.1 The Contractor shall provide a recruitment and retention plan sufficient for recruiting, attracting, hiring and retaining the high caliber scientists, engineers, and subject matter experts necessary to meet the personnel qualification requirements. The Contractor's recruitment plan shall describe and demonstrate an approach for recruiting, vetting, preparing, hiring, and replacing personnel with the appropriate background, knowledge, and skills/expertise necessary to meet the requirements. C.7.2 The Contractor's retention plan shall include: C.7.2.1 Procedures to ensure Contractor personnel meet and maintain the skills/expertise necessary to meet the requirements established in this PWS. C.7.2.2 Ensure performance of Contractor personnel meet the requirements established in this PWS. C.7.2.3 A Quality Assurance Surveillance Plan (QASP) that ensures proper oversight of personnel, training, certifications, subcontractors, and compliance with Operational Security requirements. C.7.2.4 Procedures to identifying and removing any personnel not adequately performing required activities. C.7.2.5 Procedures to help minimize disruption to government requirements caused by employee turnover, C.7.2.6 Procedures for addressing government concerns that the Contractor staff is not meeting requirements.5 C.7.2.7 Procedures for in processing new or returning employees. C.7.2.8 Procedures for out-processing departing employees. C.8 Program Management Plan C.8.1 The Contractor shall prepare a Program Management Plan. The Contractor shall submit the Program Management Plan to the COR in accordance with C.12.7 below. The Program Management Plan shall address at a minimum: C.8.1.1 Personnel Management Plan (see Section C.5 C.8.1.2 Occupational Safety and Health Program (see Section C.15) C.8.1.3 Safety Plan (see Section C.15) C.8.1.4 Telework Plan (see Section C.10) C.8.1.5 Additional Contractor procedures for ensuring efficient operation of this contract C.8.2 The Program Management Plan shall be maintained and implemented. The Contractor shall update and submit to the COR electronically and in hard copy a revised Program Management Plan on a bi-annual basis at a minimum. C.9 Contractor Products C.9.1 All products, including materials, software, source code and data, produced through the performance of this contract shall remain the sole property of ARL. The Contractor shall not use these items for any other purpose without prior written approval from ARL. Upon completion of this contract, the Contractor shall return all government furnished data, information, and materials. The Contractor shall remove and delete Government furnished data, information and materials from Contractor's computers and hard copy files. C.9.2 The Contractor shall place the BRL-CAD source code, as well as all files needed to build the BRL-CAD source tree, in the BRL-CAD project repository, unless otherwise required by the COR. All software committed to the BRL-CAD project repository shall adhere to the terms of the BRL-CAD license. No explicit survivability, lethality, and vulnerability (SLV) technologies shall be committed to the BRL-CAD project repository. C.9.3 All BRL-CAD-related software created and required to be delivered under the contract is to be copyrighted by the Contractor and the copyright is to be assigned to ARL per DFAR 252.227-7020(c) (2). C.9.4 All publicly released briefing materials, abstracts, technical papers, manuals, web content and reports shall adhere to the ARL FORM 1 process. All BRL-CAD related documentation shall be written so as to be approved for distribution A, Public Release in according with the release of open source code base. Documentation related to specific SVL tasks that may be required for further support under this contract will have distribution consistent with that specific task. This is subject to the approval by the BRL-CAD Model Manager. C.10 Place of Performance/Work Hours C.10.1 The Contractor shall perform C.3 at ARL facilities located in the Aberdeen Area of Aberdeen Proving Ground (APG-AA), Maryland. Travel to other facilities (Government and non-Government) may be required at the discretion of the COR. C.10.2 While working at APG-AA facilities, the work day shall be consistent with the options included in the current ARL Work Life Program, and subject to the approval of the COR. Cumulative work hours for a two (2) week period shall not exceed 80 hours with no more than 50 hours per week. The Contractor shall perform this effort from Monday through Friday, excluding Federal holidays. The Contractor shall request permission from the COR in writing and in advance to perform work outside of normal duty hours (i.e., 0630-1800, Monday through Friday). The Contractor shall request permission from the COR in writing and in advance to perform work on a Federal holiday, Saturday or Sunday. The Contractor shall attend meetings conducted Monday through Friday that lie outside the core work day hours of 0900-1500; most ARL meetings are scheduled between the hours of 0800-1700. C.10.3 The Contractor shall request permission from the COR in writing and in advance to perform work at places that do not concur with C.10.1 and/or with hours that do not concur with C.10.2. C.11 Release of Information - Distribution Statements C.11.1 Determination of the PWS document: DISTRIBUTION STATEMENT A. Approved for public release; distribution is unlimited. C.11.2 Determination for Information Generated from the Performance of the Contract: DISTRIBUTION STATEMENT C. Distribution authorized to U.S. Government Agencies and their contractors (Reason: Critical Technology determined on 25 October 2017). Other requests for this document shall be referred to RDRL-SLB-W. C.12 Meetings and Contractor Deliverables C.12.1 Kick Off Meeting: The Contractor shall meet with the COR, as well as the Branch Chief of RDRL-SLB-S, for a contract kick-off meeting within thirty (30) days after date of contract award. C.12.2 Monthly Reports: The Contractor shall provide Monthly Status Reports containing all efforts scheduled/accomplished for the reporting period and a schedule for the next sixty (60) days, current costs/status/updates, identified issues/problems with any action required by the Government. The Contractor shall provide the first monthly report to the COR on the first working day of the first whole month ACA. The Contractor shall provide all subsequent reports to the COR by the tenth (10th) day of every month thereafter. C.12.3 Monthly Funds and Man-Hour Expenditure Reports: The Contractor shall provide a Monthly Funds and Man-hour Expenditure Report due in conjunction with and corresponding to the Monthly Status Report in section C.12.2. The Contractor shall provide the first monthly report to the COR on the first working day of the first whole month after date of contract. The Contractor shall provide all subsequent reports to the COR by the tenth (10th) day of every month thereafter. These reports shall include cost breakout for each person and complete documentation of updates, conclusions, recommendations, and suggested approaches for each area as described in C.4. C.12.4 Software Engineering Solution: The Contractor shall provide a Software Engineering Solution to provide software enhancements in accordance with requirements at C.4.1. These enhancements shall have a Project Plan. This shall be provided to the COR within fourteen (14) days of proposed initiation dates for proposed software solutions. C.12.5 Software Development: The Contractor shall propose software development solutions in briefing format for review by the TRG or ESC on a quarterly basis in accordance with C.4.3. Approved development activities shall be reported on via monthly status reports to be provided to COR by the 10th of each month for activities incurred the month prior. C.12.6 Recruitment and Retention Plan: The Contractor shall provide a recruitment and retention plan within sixty (60) days after contract award. The Plan shall provide information sufficient for recruiting, attracting, hiring and retaining the high caliber scientists, engineers, and subject matter experts necessary to meet the personnel qualification requirements as stated in Section C.7. C.12.7 Program Management Plan: The Contractor shall submit the Program Management Plan in both electronic and hard copy no later than thirty (30) days after date of contract award. The COR will provide approval or comments within two (2) weeks of receipt. The Contractor shall submit a final Program Management Plan to the COR both electronically and in hard copy within one (1) week of receipt of approval. The Plan shall contain the information as stated in section C.8. C.12.8 Annual Contract Summary Report: The Contractor shall provide an Annual Contract Summary Report detailing all work performed and deliverables received during that Period of Performance. The Contractor shall submit a summary technical report at the conclusion of every fiscal year and no later than thirty (30) days prior to the end of the contract period of performance (PoP). The Government will review and respond within fifteen (15) days. The Contractor's final submissions are due within fifteen (15) days of receipt of Government remarks. These reports shall contain a summary of major changes and enhancements done to the code during the contract period that was covered. C.13 Government Furnished Property, Equipment and Data C.13.1 The Government will provide the Contractor with ARL computer and network access (as deemed necessary by the COR) and project-specific licensed software access to perform MUVES 3 project tasks. The Contractor shall adhere to all software license agreements, user agreement, and memorandum of agreements. Contractor employees shall sign software license agreements, user agreement, and memorandum of agreements to use Government-owned computer assets (hardware or software). C.13.2 The Government will provide Contractor employees with access to object and source code for ORCA, VSL, MUVES, and other government programs required by this effort. The Government may, at the COR's discretion, provide Contractor employees with access to object and source code for other Government-owned or licensed software. C.13.3 The Government will provide Contractor employees working at APG-AA facilities with the use of conference room facilities, office equipment (such as facsimile machines, copiers, printers, document binding devices, electric staplers and shredders), telephones, and operating supplies (such as paper, toner, and staples). C.13.4 The Government will provide Contractor employees working at APG-AA facilities with access and use of the ARL's libraries, including research collections, electronic databases, and interlibrary loans to perform tasks. Contractor employees shall complete a need-to-know form (COSATI form) approved by the COR, verified by the ARL Security Office (for a favorable national authorization check) before ARL libraries and staff may be accessed. The ARL library staff may require verification by the COR prior to assisting a Contractor employee with a specific request from the ARL library collection or to borrow interlibrary loan materials. The Contractor shall obtain COR signature for all materials that a Contractor employee seeks to borrow from the ARL libraries. The Contractor employee shall promptly return all borrowed ARL library materials to the COR when finished with borrowed materials. The Contractor employee shall return all borrowed materials within 15 days prior to the end of the contract period of performance. The Contractor shall replace all unreturned materials borrowed by the Contractor in accordance with AR-735.17. C.14 Software packages and methodologies C.14.1 The Contractor shall use the following software operating systems: MAC OS (version X.8 and higher), Windows OS (version 7 and higher), and UNIX variants. C.14.2 The Contractor shall use the following software packages and tools: Microsoft Office [version 7 or higher; includes MS Word, MS Excel, MS PowerPoint, MS Access], Subversion version control system (SVN) (version 1.6 or higher); and Java development kit (JDK) (version 1.7 or higher), C, C++, shell scripting, NetBeans integrated development environment (version 8.0.1 or higher), and NetBeans rich client platform. C.14.3 The Contractor shall use the following Government-owned and maintained software packages: MUVES, BRL-CAD, ORCA, and VSL. Access to ARL owned codes (MUVES, BRL-CAD, and ORCA) will be made available at contract award. C.15 Safety and Medical Requirements C.15.1 The Contractor shall comply with Public Law 91-596 and each occupational safety and health standard promulgated under this act. The Contractor shall execute supervision to insure immediate compliance with pertinent provisions of applicable regulations. Safety regulations, standard operating procedures, and guidance issued by the Department of the Army, U.S. Army Material Command (AMC), U.S. Army Research Laboratory, and Aberdeen Proving Ground Installation Commander also apply to the Contractor. C.15.2 The Contractor shall perform all operations in strict compliance with all applicable safety and health procedures. The Contractor shall report incidents of injury or occupational illness or disease, and/or damages to Government property resulting from work performed at APG-AA location to the COR. Each incident shall be reported within 72 hours of occurrence and shall be delivered using applicable Government-furnished guidance and forms. C.16 Contractor Motor Vehicles C.16.1 Vehicle registration and certification of insurance are required for each vehicle driven onto APG-AA. Upon entry to APG-AA, each vehicle driver and adult vehicle occupant is required to show federal or state-issued identification (e.g., driver's license or identification issued by the Department of the Army) to authorized force protection personnel. Each vehicle entering APG-AA is also subject to random searches conducted by authorized force protection personnel. C.17 Travel Requirements C.17.1 The Contractor shall, as required for the performance of specific tasks, carry out travel in accordance with (IAW) FAR 31.205-46, as applicable. The Contractor shall travel to facilities other than the Government's work site to educate potential users, to stay abreast of emerging software practices and techniques, and to make presentations. The Government will reimburse the Contractor in accordance with these regulations. C.17.2 Total travel and incidental expenses (such as conference fees and books) to execute this PWS shall not exceed $10,000.00 per Contractor annually. C.18 Security C.18.1 Contractor employees assigned to work on or otherwise given access to contract information shall not be provided access to classified information unless the Contractor verifies that each employee possesses a security clearance of Secret or higher. A DD254 shall also obtained to cover access to classified information. C.18.2 The Contractor shall certify each employee's U.S. citizenship to the ARL Security Office at APG-AA prior to the performance of services at ARL's facilities. The Contractor shall write the certification using company correspondence and include the following information: C.18.2.1 Contract number and its period of performance. C.18.2.2 Name of individual, social security number, date of birth, place of birth, and citizenship. C.18.2.3 ARL point of contact and phone number. C.18.2.4 Authorized signature block, phone number, and signature. C.18.3 Contractor employees shall show current state or federally issued picture identification to gain access to APG-AA facilities. The Government will issue restricted temporary area badges to Contractor employees granted access to restricted APG-AA facilities in accordance with the following procedures: C.18.3.1 Badges cannot be passed from one individual to another for entry into restricted areas. C.18.3.2 Badges are to be worn only in the restricted area and removed from sight upon exiting the area. C.18.3.3 Badges are not to be used as a means of identification outside of the restricted area. C.189.3.4 Badges are to be protected in such a manner as to preclude unauthorized access by another individual. C.18.3.5 Badges are to be returned at the conclusion of the visit or at the end of a period of authorized use. C.18.3.6 Use and entry of portable electronic devices (e.g., cell phones, laptops, wireless electronic devices, removable media) to Government restricted areas is governed by ARL and APG Installation policies. These policies pertain to Contractor-owned and personal property. C.18.4 At a minimum, the following statements apply for all information that is assigned a distribution statement the performance of tasks in accordance with DoD Directive 5230.24, distribution Statements on Technical Documents or is Controlled Unclassified Information (CUI)/Sensitive Unclassified Information (SUI): C.18.4.1 Distribution of information/reports of this contract shall be limited to personnel associated with this contract. C.18.4.2 Electronic files, documents, and government furnished materials that are no longer needed and that are unclassified/sensitive or classified shall be destroyed by ARL designated shredders, through ARL authorized collection derbies, or via ARL provided electronic degaussing services. C.19 Anti-Terrorism Operations Security (AT/OPSEC) C.19.1 AT Level I training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 14 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 7 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil C.19.2 Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated subcontractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. C.19.3 For contractors requiring Common Access Card (CAC). Before CAC issuance, the contractor employee requires, at a minimum, a favorably adjudicated National Agency Check with Inquiries (NACI) or an equivalent or higher investigation in accordance with Army Directive 2014-05. The contractor employee will be issued a CAC only if duties involve one of the following: (1) Both physical access to a DoD facility and access, via logon, to DoD networks on-site or remotely; (2) Remote access, via logon, to a DoD network using DoD-approved remote access procedures; or (3) Physical access to multiple DoD facilities or multiple non-DoD federally controlled facilities on behalf of the DoD on a recurring basis for a period of 6 months or more. At the discretion of the sponsoring activity, an initial CAC may be issued based on a favorable review of the FBI fingerprint check and a successfully scheduled NACI at the Office of Personnel Management. C.19.4 iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after contract award. C.19.5 Army Training Certification Tracking System (ATCTS) registration for contractor employees who require access to government information systems. All contractor employees with access to a government info system must be registered in the ATCTS (Army Training Certification Tracking System) at commencement of services, and must successfully complete the DOD Information Assurance Awareness prior to access to the IS and then annually thereafter. C.19.6 For contracts that require a formal OPSEC program. The contractor shall develop an OPSEC Standard Operating Procedure (SOP)/Plan within 90 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer. This plan will include a process to identify critical information, where it is located, who is responsible for it, how to protect it and why it needs to be protected. The contractor shall implement OPSEC measures as ordered by the commander. In addition, the contractor shall have an identified certified Level II OPSEC coordinator per AR 530-1. C.19.7 For contracts that require OPSEC Training. Per AR 530-1 Operations Security, the contractor employees must complete Level I OPSEC Awareness training. New employees must be trained within 30 calendar days of their reporting for duty and annually thereafter. C.19.8 For information assurance (IA)/information technology (IT) training. All contractor employees and associated sub-contractor employees must complete the DoD IA awareness training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DoD and Army training requirements in DoDD 8570.01, DoD 8570.01-M and AR 25-2 within six months of appointment to IA/IT functions. C.19.9 For information assurance (IA)/information technology (IT) certification. Per DoD 8570.01-M, DFARS 252.239.7001 and AR 25-2, the contractor employees supporting IA/IT functions shall be appropriately certified upon contract award. The baseline certification as stipulated in DoD 8570.01-M must be completed upon contract award. C.19.10 For contracts that require handling or access to classified information. Contractor shall comply with FAR 52.204-2, Security Requirements. This clause involves access to information classified "Confidential," "Secret," or "Top Secret" and requires contractors to comply with- (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD 5220.22-M); (2) any revisions to DOD 5220.22-M, notice of which has been furnished to the contractor. C.19.11 Threat Awareness Reporting Program. For all contractors with security clearances. Per AR 381-12 Threat Awareness and Reporting Program (TARP), contractor employees must receive annual TARP training by a CI agent or other trainer as specified in 2-4b. C.20 Continuity of Operations (COOP) C.20.1 This contract shall have to continue in order to support Directorate efforts to meet Mission Essential Functions in the event of a COOP action. C.20.1.1 This contract is considered essential and as designated by the Government may have to continue during COOP emergency situations. Contractor Employees and associated subcontractor employees must be prepared to report for COOP situation. This information is provided by the COR as Government Furnished Information {GFI} at contract start date or effective date of incorporation of this requirement. C. Responses: All interested parties should notify this office in writing or e-mail within the posted date. Responses shall include: (I) To what extent each of the specifications can be met. (II) Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the $15.0M standard that accompanies NAICS code 541330. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. (III) Past experience/ performance through the description of completed projects. (12) Responses to this sources sought are due no later than 5:00PM eastern standard time on 01 November 2017. Submissions should be emailed to Rebecca Patterson, Rebecca.b.patterson.civ@mail.mil. Questions concerning this sources sought may be directed to Rebecca Patterson at Rebecca.b.patterson.civ@mail.mil or 301-394-5351. Please be advised that.zip and.exe files cannot be accepted. (13) Place of Contract Performance: Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), Maryland 21005 (14) Estimated Period of Performance: One (1) base year, plus three (3) option years.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6957f7231cbc71fc0a039067473fd5f9)
 
Place of Performance
Address: Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04723776-W 20171028/171026230854-6957f7231cbc71fc0a039067473fd5f9 (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.