Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2004 FBO #0948
SOLICITATION NOTICE

70 -- AIR SURVEILLANCE AND AIR CONTROL (ASAC) SYSTEM SOFTWARE MODIFICATION AND TESTING

Notice Date
6/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
National Guard Bureau, Environmental/Air Acquisition Division, ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
 
ZIP Code
22202-3231
 
Solicitation Number
W9133N-04-ASAC
 
Response Due
6/29/2004
 
Archive Date
8/28/2004
 
Point of Contact
christine epps, 703-607-1279
 
E-Mail Address
Email your questions to National Guard Bureau, Environmental/Air Acquisition Division
(christine.epps@ngb.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Proposals are being requested from GSA HOLDERS ONLY. No formal solicitation will be issued but a statement of work follows below. This is a ONE (1) YEAR, FOUR (4) OPTION YEARS firm fixe d price acquisition. The objective is to provide the National Guard Bureau (NGB) AIR SURVEILLANCE AND AIR CONTROL (ASAC) SYSTEM SOFTWARE MODIFICATION AND TESTING 1. SCOPE This Performance Work Statement (PWS) describes the tasks and capabilities required to provide system design, software development, software integration and testing, system installation, software safety analysis, training, and documentation to the Air Nati onal Guard Battle Management/C2 units throughout the CONUS, Alaska, Hawaii and Puerto Rico. The PWS is designed as a flexible end-user solution to embrace diverse current and future technology requirements, ensure interoperability through standards-based technology and implement the constant evolution of state-of-the-art technology and systems solutions. The contractor shall provide software maintenance support for the software supporting the ASAC system. The ASAC system is deployed at various ANG locations throughout the CONUS, Alaska, Hawaii and Puerto Rico. The software support must be managed as a si ngle configuration with other ANG ASAC sites. There are currently six (6) ASAC sites: Klamath Falls, OR [116 ACS and 116 ACS-OLAA], Volk Field WI [128 ACS], Blue Ash, OH [123 ACS], Savannah, GA [117 ACS], Gulfport, MS [255 ACS], Punta Salinas, PR [140 AD S]. 2. SPECIFIC TASKS Work for ASAC software enhancements will primarily be performed in both an office and operational environment. On occasion, contact with a flying unit environment may be necessary for brief periods of time. The contractor shall integrate non-organic radar data into the OM for processing and for display on the OM consoles and demonstrate the capability to the ANG/C4B. This effort is to be accomplished in a multiple-phased approach Phase 1 The objective of Phase 1 is to determine the feasibility of the approach. The contractor will demonstrate they can access the documentation, with the cooperation of Carlisle Research, Incorporated (CRI) and the GTACS Program office, can record (Digital Dat a Bus (DDB) messages from the Advanced Tactical Gateway (Gateway), and can send the DDB data to a modified Air Surveillance and Control (ASAC) system. This phase involves the following tasks: ??? Contractor receipt of documentation, message descriptions, and source code from CRI ??? Obtain recordings of TPS-75 data (plots and tracks) as it appears on DDB via the Gateway ??? Verification of the format and content of the initial set of needed DDB message This phase will require a trip to the CRI offices in California. In addition, it will require a trip to a site with the following equipment: ??? An operational TPS-75 radar, OM and Gateway ??? Operational non-organic radar ??? Installed ASAC system Phase 2 The objective of Phase 2 is to demonstrate that track data derived from radars connected to an ASAC system can be sent into the OM van, processed, and displayed. This phase involves the following tasks: ??? Development of initial design and implementation of OM Van interface program ??? Verification of replay programs and message formats ??? Demonstration to ANG Controllers and operator feedback on non-organic data??????s appearance and behavior This phase will require travel to a site with the following equipment: ??? An operational TPS-75 radar, OM van, and Gateway ??? An installed ASAC with multiple radar feeds Phase 3 The objective of Phase 3 is to productize the system demonstrated at the end o f Phase 2. The contractor will demonstrate this capability to ANG/C4B. Software maintenance support upgrades will be implemented as required. 3. Technical Support Analyze, design, develop, test and demonstrate, install, train, and document software for interfacing ANG's ASAC systems with the TYQ-23 Operations Modules (OM) Telephonic technical support shall be available during normal business hours to troubleshoot, correct, support and/or repair the contractor developed software product. Telephone support is not required beyond normal business hours. Maintain an installation/configuration history of ASAC systems at using ANG units Prepare and distribute training material for end-users Provide technical support and timely responses to questions from TPOC/Program Officer 4. Product Updates Product updates in the form of new versions shall be installed at each ANG ASAC site. The ANG GTACS Program manager shall approve all requirements for new products. Training to support the updated product shall be provided to the customer at no additional cost. Company personnel shall travel to each site to perform installation and training requirements. Updated manuals and documentation shall be provided as part of the installation and training effort. Normal correction of software bugs within the soft ware version is agreeable. Remove product updates as furnished. Product updates in the form of New Versions will be purchased separately as required. 5. Preventive Maintenance Inspection (PMI) The vendor shall establish a PMI schedule for each ANG ASAC system for government approval. This schedule shall address both local and remote maintenance, routine and preventive checks and notice/no-notice inspections. The ANG GTACS ASAC program manager approves the consolidated PMI schedule. 6. Technology Refresh The contractor shall be aware of and advise the government of hardware and software technology changes and their potential impact on current and future ASAC operations. Recommended solutions and/or alternatives shall accompany each identified potential ch ange/refresh. 7. Product Improvement Working Group (PIWG) The contractor shall attend PIWGs on an annual basis. The contractor shall also attend program management reviews and other meetings as required by the ANG Program Manager or COR. 8. Place of Performance The work shall be performed primarily at the contractor??????s facility. Some work may be performed at the government facilities as required. For work that is to be performed at a Government site, the Government will provide all necessary facilities such as office space, custodial services, etc. and assistance in accessing government installations. 9. Duty Hours Contractor duty hours shall normally be the same as those core duty hours of the ANG units or organizations being supported. Hours shall be adjusted as necessary to ensure mission support and cost effectiveness. 10. Training The contractor??????s personnel supporting the ANG Battlement/C2 units will provide training to government personnel on ASAC enhancements and operations. 11. Travel The contractor may be required to travel to government designated ANG sites throughout the CONUS, Alaska, Hawaii, and Puerto Rico and other sponsored conference and training locations. The Technical Point of Contact in his role as the Contracting Officer? ?????s Technical Representative (COTR) shall approve any travel associated with this Contract. All travel will be pre-approved and allowable costs will be identified in the travel and other direct cost in accordance with current Joint Travel Regulations ( JTR Vol. 2, C6004) and Federal Acquisition Regulations (FAR 31.205.46). The contractor is responsible for all travel cost associated with contractor personnel training not directed by the government, travel associated with personnel replacements due to temporary or permanent absences, technical support from an adjacent unit, m anagement visits, courtesy ca lls or other non-directed technical assistance visits. 12. DELIVERABLES All deliverables must meet normal professional standards and the requirements set forth in the contractual documentation. Technical Status Reports The contractor Program Manager shall provide monthly Technical Status Reports and minutes of PIWGs and Program Management Reviews as required to the government TPOCs and COR in electronic format (e-mail preferred). Format shall be of the contractor??????s choosing; however the government reserves the right to recommend changes to the reports format/content. Financial Status Reports The contractor Program Manager shall provide a monthly financial status report to the TPOC and COR showing a detailed breakdown of contractor staffing status, labor hours expended, labor costs, travel costs and balances remaining. Manuals and Training Installations The contractor Program Manager shall provide to TPOC updated manuals and training installations as required. PMI Schedule The contractor Program Manager shall provide to TPOC a PMI schedule within 30 days of award of this contract. Technology Refresh The contractor Program Manager shall provide technology refresh to the ASAC system as required. 13. Program Management The Contractor shall provide personnel resources, adequate contract and management systems (to include Cost Accounting Systems), and facilities to successfully meet, plan, organize, staff, direct, and control the implementation of all requirements stated i n this contract. The Contractor will provide monthly Contractor??????s Progress, Status, and Management Report, Technical Status Reports and minutes of In-Progress Reviews (IPRs) and technical meetings to the government TPOCs/Program Officer. 14. Program Manager The Contractor shall provide a Program Manager who will be responsible for all the work required in this SOW and ensure all standards referenced herein are adhered to. 15. Quality Assurance Contractor shall implement and maintain an effective quality control program. This program, as a minimum, shall include inspection, validation, evaluation, corrective action and procedures necessary to effect quality of all performance (services) and produ cts provided under this contract. The program shall allow inspection by the Government and shall be applicable to all sub-Contractors and members of the Contractor's team, as appropriate. 16. Systems Security Security requirements that shall be accomplished by the Contractor will be per the DoD Information Technology Security Certification and Accreditation Process (DITSCAP) outlined in DOD 8510.1-M. AFI 33-202 calls for 4 additional appendices to be accomplish ed for the System Security Accreditation Authorization (SSAA) package. These SSAA appendices are T (Minimal Security Activity Checklists), U (Network/System Vulnerability Assessment Reports), V (Trusted Facility Manual (TFM)), and W (Security Features User 's Guide (SFUG)). The Contractor shall transmit and deliver classified material/reports IAW the National Industrial Security Program Operations Manual (NISPOM) and the Industrial Security Regulation (DoD 5220.22-S-2). These requirements shall be accomplish ed as specified in the contract. In addition to the certification and accreditation guidance above, there are two high-level security requirements that must be met for all new Information Assurance (IA) and IA-enabled products. The first is the Common Criteria and the other is Federal Inf ormation Processing Standard (FIPS) 140-2. All Information Assurance (IA) or IA-enabled IT hardware, firmware, and software components or products incorporated into DoD information systems must comply with the evaluation and validation requirements of Nati onal Security Telecommunications and Information Systems Security Policy (NSTISSP) Number 11. IA or IA-enabled products that employ cryptography must also comply with Federal Information Processing Standard (FIPS) 140-2 cryptographic module validation program. Refer to NSTISSP 11 FAQs (http://niap.nist.gov/cc-scheme/) and DoD Directive 8500.1, Information Assurance (http://iase.disa.mil/policy.html) for detailed information. Additionally, all networked systems must meet Air Force Netwo rk Performance/Certificate of Net worthiness (CON), and MAJCOM unique requirements, such as Certificates to operate. Access to Secret Automated Information Systems (AIS), facilities, documents, and/or material is required in the performance of this contract. The contractor Facility Security Officer (FSO) is required to enter into a Visitor Group Security Agreement (VGSA) covering the applicable contractor employees before contract performance begins. The NATIONAL INDUSTRIAL SECURITY PROGRAM must be complied with and responded to in accordance with DOD, Air Force, and ANG regulations and policies. It is the contractor's re sponsibility to ensure contractor employees are in strict compliance with these regulations and policies during performance of the contract. 17. APPLICABLE DOCUMENTS The contractor must have a complete understanding of DOD technical architecture requirements, standards and guidelines (current and future versions) ESC CRC SCG 15 Jan 03 Control and Reporting Center (CRC) Security Classification Guide (SCG) DODD 5200.28 Security Requirements for Automated Information Systems DoD 5010.132.11 Oct 90 Acquisition Management Systems and Data Requirements Control List (AMSDL) AFSCP 809-71 Dec 77 Configuration Management(to be used for guidance only) DoD 5220.22MJan 95 National Industrial Security Program Operating Manual AFPD 33-2Dec 96 Information Protection AFI 33-101Feb 96 Command, Control, Communication, and Computer Systems Management Guidance And Responsibilities AFI 33-112 Computer Systems Management AFI 33-114 Software Management All C2 classified subsystems employed by the ANG will be accompanied by the proper system level documentation, in hard or electronic copy, at the time of initial installation. This consists of any system administration manuals, user's guides, specific app lications user's manuals, software installation procedures, and limited commercial manuals. EVALUATION PROCESS FOR AWARD: Award will be made to the technically acceptable, lowest priced quotation from a responsible Quoter as defined in FAR Part 9, who also has a satisfactory record of qualified past performance in the stated field. Evaluation F actors are as follows: Technical Approach. Request you prepare a Technical Approach that includes information that demonstrates your technical capability and proven past performance to successfully complete the requirement as outlined in SOW. (Max pages 10) Past Performance: submit three (3) references of similar work performed in the past three years. References should include contract numbers, performance periods, and point of contact with phone numbers. Past Performance elements to be reviewed inclu de quality, timely delivery of reports, cost control, knowledge of ASAC systems, documents referenced in part 16 and 17 and customer service. Execution Plan: Illustrate or discuss the project execution, (Max pages 10).(to include) illustrating the tec hnical approach to project execution, proposed team composition, team member qualifications, draft quality control plan (QCP), performance metrics and measurement plan (PMMP), subject matter knowledge and experience. (Fifteen-page maximum)(Resumes should n ot exceed one page in length. The draft quality control plan, the PMMP, and resumes will not count towards the total number of pages.) Price: submit a firm fixed price quote for the effort outlined in the Statement of Work. (separate price by base year a nd option years) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-21. QUOTER SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3, Offeror Representations and Cert ification s-Commercial Items along with the firm??????s DUNS number. The North American Industry Classification System code is _541511_. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply to this acquisition. FAR 52.212-4, Contract terms a nd Conditions-Commercial Items, applies to this acquisition. Within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, the following clauses are applicable: FAR 52.222-3, Convict Labor, FAR 52 .222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-35, Affirmative Actions for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-7, Waiver of Buy American Act for Civil Aircraft and Related Articles; FAR 52.225-5, Trade Agreements Act, FAR 52.232-33, Payment by Electronic Funds Transfer; 52.204-6 Data Universal Numbering System (DUNS) Number, 52.204-7, Central Contractor Registration; FAR 52.225-13, Restrictions on Certain Foreign Purchases; and FAR 52.252-2, Clauses Incorporated b y Reference (available at http://www.arnet.gov/far). All responses to this solicitation must be received by 4:00 PM EST on 29 June 04. All quotations and/or questions must be submitted in writing to Christine.epps@ngb.ang.af.mil .
 
Place of Performance
Address: National Guard Bureau, Environmental/Air Acquisition Division ATTN: NGB-J8C, 1411 Jefferson Davis Highway Arlington VA
Zip Code: 22202-3231
Country: US
 
Record
SN00612090-W 20040701/040629212221 (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  © 1994-2020, Loren Data Corp.