SOLICITATION NOTICE
J -- IDS Sustainment - Package #1
- Notice Date
- 9/11/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, Guam, 96543-4040
- ZIP Code
- 96543-4040
- Solicitation Number
- FA524018Q0102
- Archive Date
- 9/30/2018
- Point of Contact
- Christopher B. Lane, Phone: 6713664947, John Ballesta, Phone: 6713666598
- E-Mail Address
-
christopher.lane.12@us.af.mil, john.ballesta@us.af.mil
(christopher.lane.12@us.af.mil, john.ballesta@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work (IDS Sustainment) Solicitation (IDS Sustainment) Statement of Work (SOW) for AFSPC DET 2, 21 SOPS Andersen AFB, Guam Hardware & Software Maintenance Support Services for Automated Entry Control/Intrusion Detection Systems Updated 17 August 2018 SECTION 1 - DESCRIPTION4 1.1PROJECT DESCRIPTION4 1.2SYSTEM DESCRIPTION4 1.3SECURITY TERMS AND CONDITIONS5 1.3.1Background Check5 1.3.2Disqualifying Factors for Unescorted Installation Access5 1.3.3Criminal Records/Sex Offender Check5 1.3.4Employees of the Contractor5 1.3.5Employment Credentials Issue and Turn-in6 1.3.6National Agency Check (NAC) and Clearance6 1.4PROJECT MANAGEMENT AND DESCRIPTION6 1.4.1Contract Progress Meetings and Teleconferences6 1.5DELIVERABLES6 1.5.1Copies and Classification6 1.5.2Preventative Maintenance Schedule6 1.5.3Maintenance Visit Forms6 1.5.4Preventative Maintenance Reports 1.5.5Spare Equipment Inventory Listing7 1.5.6Spare Equipment Inventory7 1.5.7Maintenance Report & Project Cost Breakdown Summary7 SECTION 2 - SERVICE DELIVERY SUMMARY/DELIVERABLES7 SECTION 3 - GOVERNMENT FURNISHED PROPERTY AND SERVICES8 3.1Facilities8 3.2Government Furnished Support Services at Government Facilities8 SECTION 4 - GENERAL INFORMATION8 4.1Work Hours/Place8 4.2Data Rights8 4.3Release of Information8 4.4Right of the Government to perform functions with its own personnel9 4.5Access to military installations and government facilities9 4.6Supervision and Control9 4.7Conduct of Contractor personnel9 4.8Compliance with local, federal, and host country laws and regulations9 4.9Licenses, permits, and VISAs for work performed overseas9 4.10Contract Manning and Position Tenancy Criteria10 4.11Removal of employees10 4.12Unauthorized Work10 4.13Laws Covering Contracts10 4.14Accident Report Procedures10 4.15Definitions10 4.16INDEX OF ACRONYMS11 Attachment 1 - Key Government Organizations and Personnel12 Attachment 2 - Maintenance Visit Form13 Attachment 3 - Approved IDS Equipment Listing14 AUTOMATED ENTRY CONTROL SYSTEM/INTRUSION DETECTION SYSTEM HARDWARE AND SOFTWARE MAINTENANCE SECTION 1. DESCRIPTION Detachment 2, 21st Space Operations Squadron, Andersen AFB, GU requires routine and emergency maintenance to be performed on the facility's Access Entry Control System (AECS) and Intrusion Detection System (IDS) for the purpose of sustaining and/or restoring full functionality in accordance with the systems' installed design. Maintenance requirements shall include quarterly inspection and testing of all sensors and entry/exit devices along with associated equipment for system operations and reporting. This is to include corrosion control and cleaning of components, as necessary, to prevent premature failures. Additionally, software maintenance shall incorporate periodic updates, file management, programming assistance, backups, and problem resolution, as applicable. The Contractor shall respond to AECS/IDS anomalies within 24 hours of initial notification for non-critical issues. Non-critical malfunctions would be normal equipment related failures that do not hinder mission operations or that would not require increased manpower to provide security. Corrective maintenance shall be coordinated and initiated on an appropriate schedule as determined by the criticality of the failure. Actions may additionally require coordination with 36th Security Forces Squadron and 36th Communications Squadron personnel for the purpose of identifying and employing integrated maintenance response. When the contractor is performing maintenance and test of DET-2 AECS/IDS system the technicians must communicate directly with the 36 SFS BDOC or the 36 SFS IT Specialist and not with a second party between the technician and 36 SFS BDOC/IT Specialist. The Contractor shall respond to AECS/IDS anomalies within 4 hours of initial notification for critical malfunctions. Critical malfunctions would be failures that could or does impact performance of the unit mission or that would require increased manpower to provide security otherwise provided by the AECS/IDS. Corrective maintenance shall be coordinated and initiated on an appropriate schedule as determined by the criticality of the failure. Actions may additionally require coordination with 36th Security Forces Squadron and 36th Communications Squadron personnel for the purpose of identifying and employing integrated maintenance response. The Contractor shall respond to AECS/IDS anomalies within 4 hours of initial notification for emergency malfunctions. Emergency malfunctions would be either a critical or non-critical malfunction whose dysfunction was caused by anything other than normal wear and tear or normal day-to-day equipment operations. Example: Lightning Strike, Typhoon, Tsunami, etc. Prior to performing any restorative work on an emergency malfunction, the contractor shall provide Det 2, 21 SOPS a maintenance plan with an associated quote. Det 2, 21 SOPS will coordinate with the contracting office, to obtain contracting officer approval to proceed with the restorative work. All charges for emergency malfunction maintenance actions will be charged against the emergency CLIN account. Actions may additionally require coordination with 36th Security Forces Squadron and 36th Communications Squadron personnel for the purpose of identifying and employing integrated maintenance response. 1.1Performance Criteria The Contractor shall provide personnel with training and certification in Vindicator systems sufficient to provide competent and timely maintenance, technical troubleshooting and repair, administration, and upgrades on hardware and software comprising the AECS/IDS. Contractor personnel shall have retainability equal to the period of the contract. The Contractor shall provide Det 2, 21 SOPS an AECS/IDS preventative maintenance plan, subject to Government concurrence, and shall perform scheduled and unscheduled maintenance as required. The Contractor shall provide Det 2, 21 SOPS a maintenance visit form, during each visit, which outlines all inspections, maintenance, repairs, etc, conducted during the visit. The Contractor shall develop and provide Det 2, 21 SOPS a quarterly itemized report of all inspections, maintenance, repairs, parts consumption, etc, conducted, NLT than the 10th day of the following quarter. The Contractor shall also establish and maintain a baseline spares inventory for the purpose of retaining an on-hand supply of AECS/IDS equipment anticipated to be replaced due to normal wear-and-tear and special environmental considerations. The site's existing stock of spares shall be turned over to the Contractor and accounted as part of the initial inventory. Initial purchase and resupply of spares will be the responsibility of the Contractor with re- imbursement by the Government. All spares remain property of the Government. Provision and cost for specialized tools shall be the responsibility of the Contractor. 1.1.1Performance Period The initial contract will have a performance period of one year with three option years. 1.2System Description The AECS/IDS, manufactured by Vindicator, provides access entry/exit to authorized personnel and unauthorized access detection and notification in designated areas. The system consists of equipment located inside and outside of buildings throughout the Det 2 compound. The AECS/IDS consists of electronic access control and intrusion detection hardware and associated software including, but not limited to: proximity card readers, magnetic locks, electronic strike, egress button switches, balanced magnetic switches, MR-50 units, V-5 intrusion and access control servers, badge enrollment equipment, and motion sensors. There are additional media converters, video transmitters, fiber optics, etcetera, that enable the entire system to communicate and display information. All security sensors are routed through the site's V-5 processor and ultimately relay indications into the 36th Wing Base Defense Operations Center (BDOC), the central monitoring and control point, located on Andersen AFB (AAFB). Det 2 to BDOC connectivity is through four strands of fiber optic cable running approximately seven miles between Bldg 34, on Det 2, and Bldg 23020, on AAFB. 1.3SECURITY TERMS AND CONDITIONS 1.3.1Background Check. Contractor shall perform Background, Sex Offender and Criminal Record Checks on all selected Contracted Permanent/ Temporary employees requiring access onto the Department of Defense/Air Force installation. The background checks must be current as of 120 calendar days from the start of the contract to receive access onto the USAF installation. 1.3.2Disqualifying Factors for Unescorted Installation Access. The Contractor/Supplier will ensure Contracted Permanent/ Temporary employees requiring access onto the Department of Defense/Air Force installation DO NOT meet any of the following disqualifying factors Disqualifying factors for denied access are as follows [Ref 36 AWI 31-101]: -U.S. citizenship, immigration status, or Social Security Account Number cannot be verified. -Barred from entry/access to any military installation or facility. -Wanted by federal or civil law enforcement authorities, regardless of the offense/violation (i.e., an "order of arrest" has been issued by a judge). -Incarcerated for 12 months or longer within the past five years, regardless of offense/violation. -Any conviction of espionage, sabotage, treason, terrorism or murder. -Conviction of a sexual assault or classified as a sexual offender, rape, child molestation, armed assault/robbery, firearms or explosives violation, drug possession with intent to sell, or drug distribution within the past 10 years. -Name appears on any federal agency's "watch list" or "hit list" for criminal behavior or terrorist activity. -Individual is currently serving their first year of parole or probation for any felony offense. 1.3.3Criminal Records/Sex Offender Check. Prior to the assignment of any Permanent/Temporary personnel at Department of Defense/Air Force facilities, Contractor Permanent/Temporary personnel must be subjected to a criminal records/sex offender check. Contractor shall be required to complete a criminal records/sex offender check on selected candidates only. Contractor will arrange, conduct and absorb all expenses of the criminal records/sex offender check. In accordance with applicable law, a check for felony and misdemeanor criminal convictions and conviction of any sex offense shall be conducted in all states, and all counties of state or states where the Permanent/Temporary candidate/employee has resided in, has been employed in, or attended school in for the past seven (7) years. Permanent/Temporaries convicted of any offense, misdemeanor or felony shall not be allowed installation access without review and written approval from Installation Contracting office with concurrence from the installation's Chief of Security Forces. 1.3.4Employees of the CONTRACTOR. No one except authorized employees of the CONTRACTOR is allowed onto Department of Defense/Air Force installations/facilities. Contractor employees are NOT to be accompanied onto the installation or in their work area by acquaintances, family members or any other person(s) unless said person(s) is authorized by the contract to perform services required under the contract for Contractor. 1.3.5Employment Credentials Issue and Turn-in. The Contractor agrees to retain all Passes/Badges, and any other pertinent documents issued by the Department of Defense/Air Force. The Contractor agrees to return all Passes/Badges, and any other pertinent documents to the Installation/Facility Contracting officer who will in turn recover them to the Installation/Facility Pass and Registration office upon completion of the contract. In the event of contract termination, employee termination, or failure of an employee to return to work the Contractor agrees to retain/recover all Passes/Badges, and any other pertinent documents issued by the Department of Defense/Air Force to the Installation/Facility Contracting office who will in turn recover them to the Installation/Facility Pass and Registration office. When Passes/Badges, and any other pertinent documents issued by the Department of Defense/Air Force cannot be recovered by Contractor, the Contractor agrees to reimburse the replacement cost to the Department of Defense/Air Force. 1.3.6National Agency Check with Local Agency Check and Credit Check (NACLC) and Clearance. A NACLC investigation adjudicated for SECRET eligibility is required for contractor personnel. Contractor personnel without SECRET eligibility will not be employed. The contractor is responsible for submitting required paperwork and all associated costs. 1.4PROJECT MANAGEMENT 1.4.1Contract Progress Meetings and Teleconferences. The Contracting Officer (CO), contract administrator, government's Contract Manager, and on- site Contracting Officer Representative, as appropriate, will meet periodically or participate in teleconferences with the Contractor to review the contract performance, progress, and resolve technical issues. Minutes of the meetings/teleconferences, with action items identified, shall be documented by the contractor and provided to the government. 1.5DELIVERABLES 1.5.1Copies and Classification. Copies of all deliverables shall be provided to the Contract Manager/QAP, and the Contracting Officer. All deliverables shall be UNCLASSIFIED and become property of the government to be used as they see fit. Deliverables are one-time submissions to be discussed for desired changes by the government. 1.5.2Preventative Maintenance Schedule. The Contractor shall develop and provide Det 2, 21 SOPS a schedule of annual and monthly requirements for conducting routine inspections, cleanings, replacements, and updates for AECS/IDS hardware and software, as applicable. Format: Free format. 1.5.3Maintenance Visit Forms The Contractor shall provide Det 2, 21 SOPS a maintenance visit form, during each visit, which outlines all inspections, maintenance, repairs, etc, conducted during the visit. This form can be filled out by hand. Format: Provided in Attachment # 2 1.5.4Preventative Maintenance Reports The Contractor shall develop and provide Det 2, 21 SOPS a quarterly itemized report of all inspections, maintenance, repairs, etc, conducted in support of the contract. This report shall be submitted no later than the 10th day of the following quarter. Format: Free Format 1.5.5Spare Equipment Inventory Listing. The Contractor shall develop and provide Det 2, 21 SOPS a list of equipment components, with product specifications and associated procurement costs. Equipment must be identified on the current USAF Non-Nuclear IDS Equipment Approval listing and be compatible with the installed AECS/IDS. Format: MS Excel. 1.5.6Spare Equipment Inventory. The Contractor shall procure and provide Det 2, 21 SOPS with a baseline inventory of spare equipment identified in the Spare Equipment Inventory Listing. The Contractor will manage consumption and resupply of spares in accordance with maintenance efforts. 1.5.7Maintenance Report and Project Cost Breakdown Summary. The Contractor shall develop and provide a level of effort report showing all labor categories associated labor rates, specialized service requirements and associated costs, and a separate Total Project Cost Breakdown Summary by labor, subcontractor support, materials and equipment. Format: MS Excel. SECTION 2. SERVICE DELIVERY SUMMARY/DELIVERABLES Performance ObjectiveSOW ParagraphFREQUENCYPERFORMANCE THRESHOLD Develop and provide1.1One time; within 5 days after100% of the time. Preventative1.5.2contract award. Maintenance Schedule. Provide maintenance visit forms1.1 1.5.3During each maintenance visit100% of the time. Develop and provide1.1By the 10th day of the following100% of the time. a quarterly itemized1.5.4Quarter report Develop and provide1.1One time; within 5 days after100% of the time. a Spare Equipment1.5.5completion of site survey. Inventory listing. Procure and maintain1.1Baseline inventory within 30 days100% of the time. a Spare Equipment1.5.6after government approval of Inventory.Spare Equipment Inventory Listing. Order and restock equipment as parts are consumed for maintenance. Develop and provide Level of Effort Report and Project Cost Breakdown Summary.1.5.7One time; within 5 days after completion of site survey.100% of the time. SECTION 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES 3.1Facilities. The government shall provide the Contractor access to buildings, rooms, and equipment associated with the AECS/IDS. No alterations shall be made to the facilities. The Contractor shall return the facilities to the government in the same condition as received, fair wear and tear excepted. These facilities shall only be used in performance of this contract. Contractor personnel will have knowledge and access to mission essential security network configurations and, consequently, must afford the proper protection of such information at all times. 3.2Government Furnished Support Services at Government Facilities. 3.2.1Telephone Calls for Official Use. Military telephone service may be provided by the government for official business. If required, long distance calls made for official use will require coordination with site personnel. The Contractor shall provide the government with records of long distance calls. 3.2.2Security Badges The Government shall provide security badges and passes for access to controlled areas upon verification of security clearance. Badges must be surrendered upon separation of employee and/or completion of the contract. SECTION 4. GENERAL INFORMATION 4.1Work Hours/Place. The Contractor shall schedule and perform routine visits and non-urgent service calls required under this contract during official duty hours, Monday through Friday 0730 - 1630, except Federal holidays. The Contractor shall be reachable and available for emergency maintenance response 24 hours a day, 7 days a week. All work to be performed under this contract shall be at Det 2, 21 SOPS (Northwest Field) and Andersen AFB (36 Security Forces), Guam. 4.2Data Rights. All records, files, documents, and working papers provided by the government and/or generated for the government in the performance of this task shall be maintained and disposed of in accordance with the appropriate Air Force Instruction. 4.3Release of Information. Contractor and subcontractors shall not hold any discussions or release any information relating to this contract to anyone not having a direct interest in performance of this contract, without written consent of the Contracting Officer or the Contract Manager. This restriction applies to all news releases of information to the public, industry or Government agencies, except as follows: Information for actual or potential subcontractors or other individuals necessary for Contractor's performance of this contract. Contractor and subcontractors shall not issue advertisements about projects performed under this task without government review and approval. For the purposes of this paragraph, advertisement is considered to be contractor-funded promotional brochures, posters, tradeshow handouts, world-wide-web pages, magazines, or any other similar type promotions. 4.4Right of the Government to perform functions with its own personnel. The government reserves the right to perform or supplement performance of contract functions with government personnel during periods of disaster, war, emergencies, police action, acts of God, labor strike, bankruptcy, default, or period of non-performance by Contractor's employees. Contractor agrees, under such circumstances, to permit the government to use any essential contractor-furnished property. In the event of a strike, exclusively government personnel and not a mix of government and non-striking contractor employees will perform the services. At the direction of the Contracting Officer, Contractor agrees to remove its non-striking work force from the performance site and not interfere in any way with government performance. 4.5Access to military installations and government facilities. Access to a military installation is a privilege, not a right, and as such, for reasons of health, welfare, morale, security, and mission accomplishment, the Installation Commander has the unilateral right to deny or provide access to the installation and to all facilities listed in the SOW and appendices and attachments. Should such access be denied the contractor shall notify the on-site QAP within four (4) hours. 4.6Supervision and Control. The Government shall not exercise any supervision or control over Contractor's employees performing services under this contract. Such employees shall be accountable not to the Government, but solely to Contractor, who in turn is responsible to the Government. 4.7Conduct of Contractor personnel. If the Contracting Officer finds it to be in the best interest of the Government, he/she may at any time during the performance of this contract order Contractor to remove any contractor personnel from further performance under this contract for reasons of their moral character, unethical conduct, security reasons, and for violation of installation regulations. In the event that it becomes necessary to replace any contractor personnel for any of the above reasons, Contractor shall bear all costs associated with such removal, including costs for the replacement of any personnel so removed. These costs will not be chargeable to the Government. 4.8Compliance with local, federal, and host country laws and regulations. Contractor employees are subject to, and shall abide by and comply with, all relevant statutes, ordinances, laws and regulations of the United States (including Executive Orders of the President) and any state (or other public authority now or hereafter in force). Contractor agrees to observe and comply with all applicable Federal requirements regarding Social Security, Worker's Compensation, Unemployment Insurance and all applicable Host Country Laws (for TDYs to foreign countries). A contractor's removal from performance under this contract for the violation of a Local or Federal law or regulation (to include persons barred by any appropriate military commander or government authority), or violation of Host Country Laws, shall not relieve Contractor from meeting its contractual obligations under this contract. 4.9Licenses, permits, and VISAs for work performed overseas. Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses, permits, and visas required to perform this contract, and for complying with any Federal, State, Local, and municipal laws, codes, and regulations applicable to the performance of work overseas. 4.10Contract Manning and Position Tenancy Criteria. Contractor shall provide an adequate work force to perform the services required by this contract. Both the manning level and employee requisite skills shall be the minimum number of personnel and skill classifications required to perform the contract services. If Contractor's performance of all or any part of the contract work is determined unsatisfactory as a direct result of inadequate manning thereby jeopardizing performance, the Government reserves the right to require Contractor to promptly furnish such additional manpower of sufficient quantity and quality to ensure satisfactory performance of the contract requirements, without additional cost to the Government. In any event, there shall be no additional cost to the Government for shift extensions or overtime required to perform work as a result of a vacant position. 4.11Removal of Employees. Contractor agrees to utilize only experienced, responsible, and capable people in the performance of the work. The Contracting Officer may require that Contractor remove from the Government job any servant, agent or employee of Contractor whose continued employment, in the opinion of the CO, is inconsistent with the interests of the Government. 4.12Unauthorized Work. The contractor shall not accomplish work outside the scope of the contract at the Government facility, nor shall the contractor utilize in other work, any supplies or materials acquired under this contract. 4.13Laws Covering Contracts. In any dispute arising out of this contract, the rights and obligations of the parties shall be interpreted and determined in accordance with the substantive laws of the USA. 4.14Accident Report Procedures. In the event of an accident on Government property, or involving Government personnel or property, the contractor shall submit a report within 72 hours to the CO in letter form that shall include the following: (1) the time and date of the occurrence; (2) the place of occurrence; (3) a list of personnel directly involved; and (4) a narrative or description of the accident to include a chronological order of the accident and circumstances. 4.15Definitions: 4.15.1CONTRACTING OFFICER (CO) The only Government representatives with authority to enter into, modify, or terminate the contract. 4.15.2QUALITY ASSURANCE (QA) A planned and systematic pattern of all actions necessary to provide confidence that adequate technical requirements are established; products and services conform to established technical requirements; and satisfactory performance is achieved. For purposes of this SOW, quality assurance refers to actions by the government. 4.15.3Quality Assurance Personnel (QAP) and on-site QAP The designated functionally qualified Government personnel representative at each site authorized to make decisions affecting the requirement as stated in this SOW. In addition, the QAP will ensure the terms of the contract are adhered to and will authorize/inspect/accept contractor actions or activities. QAPs are responsible for quality assurance of contractor performance. Ensures Project Reports are accurate and acceptable to the Government. The QAP will notify the CO of any significant performance deficiencies. Maintain surveillance documentation. Recommend improvements to the SOW throughout the life of the contract. The on-site QAP will be appointed by the respective supported organization at each base and trained by the government's Principal QAP. 4.15.4QUALITY CONTROL Those actions taken by a contractor to control the production of outputs to ensure that they conform to the contract requirements. 4.16INDEX OF ACRONYMS: ACOAdministrative Contracting Officer AFBAir Force Base AFIAir Force Instruction AORArea of Responsibility COContracting Officer CONUSContinental United States COTRContracting officer's Technical Representative DoDDepartment of Defense DSNDefense Switched Network FARFederal Acquisition Regulation GFEGovernment-Furnished Equipment GPOCGovernment Point of Contact HQHeadquarters IAWin accordance with IDIdentification MAJCOMMajor Command OCONUSOutside the Continental United States PACAFPacific Air Forces QAPQuality Assurance Personnel QAPCQuality Assurance Program Coordinator QASQuality Assurance Specialist QCPQuality Control Plan RCSRemote Control System SDSService Delivery Summary SFSSecurity Force Squadron SOWStatement of Work SSOSpecial Security Office TATechnical Assistants USAFUnited States Air Force ATTACHMENT 2 - Maintenance Visit Form DATE: MEMORANDUM FOR DET 2, 21 SOPS/CC FROM: SUBJECT: MAINTENANCE VISIT FORM The purpose of this visit was (check all that apply): Routine visit, Emergency maintenance visit, Other:. Buildings VisitedEquipment serviced/inspectedMaintenance performed Building #: AccessEntryQuarterly inspection of sensors and entry/exiting devices Quarterly Testing of sensors and entry/exiting devices Preventive Maintenance Corrective maintenance Other: Control System (AECS) Intrusion Detection System (IDS) Building #: AccessEntryQuarterly inspection of sensors and entry/exiting devices Quarterly Testing of sensors and entry/exiting devices Preventive Maintenance Corrective maintenance Other: Control System (AECS) Intrusion Detection System (IDS) Other Comments:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/FA524018Q0102/listing.html)
- Place of Performance
- Address: Andersen AFB, Guam, 96929, United States
- Zip Code: 96929
- Zip Code: 96929
- Record
- SN05082781-W 20180913/180911230839-d46e85ff5a9837de7897184fc9a1c6c5 (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 |