Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2002 FBO #0108
SOLICITATION NOTICE

D -- Open-Source Information System

Notice Date
3/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, Bldg. 475-2, Code 200 1942 Gaffney Street, Suite 100, Pearl Harbor, HI, 96860-4549
 
ZIP Code
96860-4549
 
Solicitation Number
N00604-02-T-A332
 
Response Due
3/25/2002
 
Archive Date
4/9/2002
 
Point of Contact
Richard Harr, Contract Specialist, Phone 808-473-7514, Fax 808-473-0811, - Sharon Gault, Contracting Officer, Phone 808-473-7562, Fax 808-473-5750,
 
E-Mail Address
richard_j_harr@pearl.fisc.navy.mil, sharon_l_gault@pearl.fisc.navy.mil
 
Description
The Regional Contracting Department Pearl Harbor Hawaii intends to award a sole source, unrestricted contract to Intellibridge Corporation of Washington, DC for Open-Source Information System (OSIS). The requirement is for a rapid pilot program that implements a Commercial Off-the-Shelf (COTS) Open-Source Intelligence Service (OSIS) capability, utilizing Bayesian (concept) query tools in addition to Boolean (keyword) queries, to assist in meeting the challenges of information overload, especially in the aftermath of September 11, 2001. This acquisition is being conducted under the Test Program for Certain Commercial Items in accordance with FAR Subpart 13.5. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart: 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is N00604-02-T-A332, which is a request for quotation (RFQ). The solicitation incorporates provisions and clauses that are in effect through FAC 2001-05 and DFAR Change Notices effective through 3/14/02. The requirement consists of the following item: OSIS subscription for a period of one year to commence on or about 1 April 2002, quantity 1 lot (maximum number of users 75). The OSIS shall be capable of meeting specific tasks in five categories: 1. sources of information used in the tasks; 2. reports delivered; 3. internet capabilities exploited to perform the tasks; 4. technological capability; and 5. access requirements. Performance of these tasks will require specific technical capabilities in the vendor's organization, from the perspective of staff expertise, and also applied technology. The described tasking assumes that the vendor uses these organizational and technical capabilities in performing the required tasks. The vendor shall provide access to the OSIS and shall perform customization in accordance with the following statement of work. The OSIS shall meet the following criteria: (1) sources of information shall be domestic and international, including: print, radio, television, Internet, and personal contact; (2) the OSIS shall include professionals who are experienced in the intelligence community, or in specific technical areas such as geo-political, military, scientific, technological, environmental, and economic events and developments that might affect Joint Intelligence Center Pacific (JICPAC) plans, activities, or resources, or impact upon interactions with its partners, components or national and international agencies in the Pacific Command (PACOM) Area of Responsibility (AOR); (3) sources of intelligence shall not be exclusively the vendor's analysts; (4) the vendor shall provide experienced subject matter experts; (5) the OSIS shall be an interactive environment within which users will be able to contact the vendor analysts with specific questions and requests for further information; (6) intelligence/knowledge support will be provided on a proactive basis with the contractor providing analytical support and predictive analysis and reporting on said developments based on priorities set by the JICPAC Director of Operations. Contractor will also provide JICPAC access to subject matter expertise as requested by JICPAC Director of Operations in support of its mission and activities via Expertlink, and; (7)the vendor shall have interoperability with existing USCINCPAC OSIS. The OSIS shall provide reports to the user that: (1) can be provided electronically via Email; (2) can be provided via secure/private customized website; (3) can be provided on a daily or weekly basis, as preferred or defined by the user community; (4) are non-standard, not conforming to standard report formats or search criteria, and meet special research requests by users; (5) can allow the ability to follow-up with inquiries of varying priority; (6) and can allow customer contact with source of information providing extenuating circumstances do not prevent such contact. The OSIS shall provide the following internet capabilities: (1) customization of the website to the customer's areas of interest; (2) permit the user community to customize the website to viewing preferences, providing an open-source intelligence information service; (3) enable the Website to provide enhanced security to protect the customer's specific research interests from scrutiny by anyone other than the customer; (4) provide the capability to establish secured communities of interest, which could be implemented as shared file spaces or threaded discussion groups; (5) permit the customer to add shared voice/video, shared on-screen applications, or shared whiteboards; (6) include open-source websites in multiple many languages with the capability to translate if requested by the customer. The OSIS shall provide users the following technological capabilities: (1) protect the customer's anonymity at all times; and (2) provide compatibility with COTS security technologies that are scalable in strength, as for example with 128-bit PKI encryption, triple-DES, smart-cards, or biometrics. Access to OSIS shall include the following: (1) the OSIS shall be available for person-to-person contact during the hours of 6am to -6pm, Eastern Standard Time, 365 days a year, subject to system availability, internet congestion or technological constraints outside the control of the vendor or (2) and the OSIS shall be an interactive environment within which users will be able to contact the vendor analysts with specific questions and requests for further information. NAICS code is 514191. Small Business size standard is $18M. Required delivery is March 25, 2002. Deliver to JICPAC Pearl Harbor Hawaii. Acceptance and FOB are at destination. No government furnished items will be provided for this contract. The contractor shall furnish everything necessary to perform all technical services, supervision, personnel, labor, materials, and equipment required under this contract. Contractor must be registered in the Central Registration Database (CCR) to be eligible for Department of Defense contracts. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the internet site http://www.ccr.gov/ for more information. The quoter shall provide the information required in FAR 52.212-3 Offeror Representations and Certifications Commercial Items Alt I, III and in DFARS 252.212-7000?Offeror Representations and Certifications?Commercial Items. The following clauses are applicable: FAR 52.212-1, Instructions to Offerors Commercial Items, a single award will be made. FAR 52.212-2 Evaluation Commercial Items (a) The following factors shall be used to evaluate offerors: [technical capability, past performance and price. Technical capability and past performance, when combined are more important than price], (c): FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, includes the following clauses incorporated by reference: FAR 52.212-19 Child Labor?Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.212-26 Equal Opportunity (E.O. 11246), FAR 52.22-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities. (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 232-33 Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332). Other applicable clauses include 52.215-5 Facsimile Proposals, 52.232-18 Availability of Funds, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items. The following clauses also apply DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting, DFARS 252.212-7001 Contract terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items. Under this clause, the following is incorporated by reference: DFARS 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a- 10d, E.O. 10582). These clauses may be obtained vial the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.ods.mil/dp/dars/dfars.html. REVIEW OF AGENCY PROTEST (FISCPH) (APR 2000) (a) The contracting activity, Fleet and Industrial Supply Center, Pearl Harbor (FISCPH), will process agency protest in accordance with the requirements set forth in FAR 33. 103 (d). (b) Pursuant to FAR 33. 103 (d) (4), agency protests may be filed directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Director, Regional Contracting Department (Code 200), Fleet and Industrial Supply Center, Pearl Harbor, at 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the Contracting Officer or Reviewing Official. (d) Quoters should note this review of the Contracting Officer?s decision will not extend GAO?s timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. All prospective quoters interested in submitting a proposal for this solicitation shall include your name, address, telephone number and point of contact, fax number, e-mail address and commercial and Government Entity (CAGE) code. Quotations are due 2:00 p.m., Hawaii Standard Time, on 25 March 2002. PROPOSALS SHOULD SUPPLY AN EMAIL ADDRESS OF THE QUOTER IF ONE IS AVAILABLE. The quoter is encouraged to use the Standard Form 1449, ?Solicitation/Contract Order for Commercial Items.? The form can be found at http://web1.deskbook.osd.mil/htmlfiles/forms/DBY_Forms_Standard_Forms_(SF).asp. THE COMPLETED REPRESENTATIONS AND CERTIFICATIONS CLAUSE FAR 52.212-3 ALT I and III MUST ACCOMPANY YOUR BID. Proposals should be mailed to Regional Contracting Department, Fleet and Industrial Supply Center, Code 203A.RH, Attn: Richard J. Harr, 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549 or emailed to richard_j_harr@pearl.fisc.navy.mil. Facsimile proposals will be accepted at (808) 473-0811.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVSUP/N00604/N00604-02-T-A332/listing.html)
 
Place of Performance
Address: Joint Intelligence Center Pacific 352 Halawa Drive Pearl Harbor, Hawaii
Zip Code: 96860-3120
Country: U.S.
 
Record
SN00044627-F 20020320/020318214300 (fbodaily.com)
 
Source
FedBizOpps.gov 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.