Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2006 FBO #1560
SOLICITATION NOTICE

D -- Information Technology Support Services

Notice Date
3/3/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracting and Facilities Management - R9 U.S. Fish & Wildlife Service 4401 N. Fairfax Drive Suite 7118-43 Arlington VA 22203
 
ZIP Code
22203
 
Solicitation Number
982106R014
 
Response Due
3/20/2006
 
Archive Date
3/3/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Additionally, the acquisition is being procured in accordance with simplified acquisition procedures set forth at FAR subpart 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document is issued as a REQUEST FOR PROPOSAL (RFP). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-08, dated 5 January 2006. This is a total small business set aside. The size standard is $18 million. The applicable North American Industry Classification System (NAICS) applicable to this effort is 541519. The objective of this acquisition is to acquire Information Technology support services for the Division of Contracting and Facilities Management (CFM) in accordance with the below Statement Of Work (SOW). It is anticipated that a new one (1) year fixed price contract with two (2) option years will be awarded as a result of this solicitation. STATEMENT OF WORK 1. Purpose The Division of Contracting and Facilities Management (CFM) has a recurring requirement for Information Technology (IT) support and consulting services. The contractor shall provide the necessary skills, knowledge, abilities, and resources to implement: (1) Miscellaneous system user support (e.g., Contracting Officer Warrant System), (2) Data migration and conversion of CFM's databases to Federal Business Management Systems (FBMS), (3) website enhancements, and (4) training support related to (1) and (2). 2. Scope of Work Independently, and not as an agent of the Government, the contractor shall be responsible for adhering to the Department of the Interior's (DOI) and Fish and Wildlife Service's (FWS)IT policies, regulations, and procedural guidelines. The contractor shall coordinate significant tasks with appropriate staff of the Division of Information Resources and Technology Management (IRTM).Tasks shall include, but not be limited to the following primary and supporting IT activities: A. Miscellaneous System Support. (1) The contractor shall attend DOI and FWS meetings to consult, and provide briefing papers to the appropriate FWS staff and management on technical progress, problems encountered, and recommended solutions. (2) The contractor is responsible for ensuring the latest developments and strategies are reflected in deliverable products and/or services required by this contract. (3) System support also includes compliance with DOI milestone deployment and implementation schedules; therefore, the contractor shall promptly notify the COR and management whenever encountering problems have potential to disrupt milestones. Notifications must be in writing and include proposed solutions, as appropriate. B. FBMS Support. The contractor shall validate the functional and technical architecture requirements for eGrantsPlus through a single portal with other FBMS functions, i.e., acquisition, property, etc. (1) Develop implementation/migration strategies for the Government's approval. (2) Define technical requirements for implementation/migration. (3) Produce Quality Check Reports. (4) Produce inventory of interfaces, reports, and conversions. (5) Develop plan and conduct end user training (coordination with IRTM may be required to ensure uniformity with training provided to offices outside of the Assistant Director - Business Management and Operations (ADBMO) organization). (6) Consult and advise ADBMO management on plans for data conversions. (7) Consult and advise AD-BMO management on appropriate prototype(s) for FBMS and website functionalities. (8) Consult and advise AD-BMO management on standard system functionalities. (9) Consult and advise AD-BMO management on testing for financial assistance module to determine DOI compliance and complete corrections (if any). (10) Develop management information reports (scheduling, developing, coordinating, identifying critical path, tracking, etc.). (11) Provide contingency plans for coordinating and testing with the IRTM Security Branch to ensure security requirements are appropriate. (12) Provide timely verbal and/or written briefings and technical analysis as requested. (13) Verify system's interface to check vulnerabilities to unauthorized access, use, or loss of sensitive information. C. Training. The contractor shall be responsible for ensuring CFM end users have appropriate skills and training needed to understand how to use and maintain FBMS data, CFM website(s), and other systems and/or reports derived from this contract. Training needs may vary according to user levels/needs (e.g. end users, administrators, analysts, train the trainer, help desk support, management, etc.). The contractor shall propose training approach to the COR for pre-approval. D. Best Practices: The contractor shall perform other critical IT support including system conversion and/or other enhancement tasks related to FWS (ITRM) requirements not related to FBMS: (1) IDEAS (Interior Department Electronic Acquisition System) Reporting (2) CFM website redesign (3) Coordinate with IRTM to link the AD-BMO's website (including the following Divisions): " Division of Contracting and Facilities Management " Division of Economics " Division of Engineering " Division of Financial Management " Office of Safety Health and Aviation (4) The contractor shall use best practices to update the Division of Contracting and Facilities Management's website: (a) Include the name and logo of the U.S. Fish and Wildlife Service. (b) Follow basic common linking practices. (c) Use consistent color and fonts. (d) Ensure content is current. (e) Organize content in ways that make sense to intended audiences. (f) Use basic common content, terminology, and placement. (g) Write in plain language. (h) Provide access to documents in appropriate file formats: PDF, MSWord, or other alternate formats. (i) Use consistent navigation. (j) Inform audiences of website changes. (k) Link to appropriate cross-agency portals. (l) Link to the FWS homepage from all pages. (m) Link to FirstGov.gov. (n) Document and records management, storage, and retrieval. 3. Place of Performance All work shall be performed onsite at the FWS facilities located in the Washington, D.C. metropolitan area. 4. Work Hours A. The contractor shall provide onsite services Monday through Friday, between the hours of 7:00 a.m. and 5:00 p.m., not to exceed 40 hours per week. Hours of work must be coordinated with the COR regarding start time after the date of award. The contractor shall not exceed 40 hours per week unless approved in writing by the COR. The Government will pay only for productive hours worked with the following exceptions: (1) Payment to the contractor for work stoppage due to: (a) Inclement weather and results thereof, and/or (b) Any day designated by Federal Statute, Executive Order, or Presidential Proclamation, provided, that the work stoppages result from Government action or direction and payment does not exceed a maximum two (2) day limit. (2) The contractor shall not enter the Government's facilities during periods of inclement weather and/or temporary closing of the facility unless an authorized Government employee is at the site. B. In the event that (1) no continuing resolution or permanent appropriation is in place at the outset of the new fiscal year or (2) funding appropriation lapses occur at any time during the contract period, the CO may notify the contractor to stop all, or any part, of the work on the contractor. 5. Period of Performance: The contract is effective for one (1) year from the date of award with two (2) one-year options. Subject to availability of funds not yet available, the Government reserves the right to extend the term of the contract. 6. Subcontractors: The contractor must obtain written consent to use subcontractors for any work covered by this contract. Subcontractors are subject to the general and/or special standards of responsibility as the primary contractor (FAR 9.104, Standards). Requests to use subcontractor support must include justification, resume(s), description of services, and pricing proposal. 7. Security and System Access Requirements Affidavits of Nondisclosure A. Affidavits of Nondisclosure B. The Government will provide required identification badge(s) to enter FWS buildings. C. In the event that work under this contract requires the contractor to gain access to contract sensitive and proprietary information of other companies, the contractor shall comply with FAR 9.505-4, Obtaining Access to Proprietary Information. D. The contractor shall be subject to background investigation in accordance with 441 DM. 8. Reporting Requirements The contractor shall provide written periodic progress reports, monthly summary reports, and progress review summaries consequential to meetings with management. The contractor will propose appropriate format for these and management reports for the COR's approval. The contractor shall also provide feedback to the COR using email, telephone, or personal visits (as appropriate). 9. Billing Instructions The contractor shall submit monthly invoices for payment. Invoices shall contain the information required by Federal Acquisition Regulation (FAR) 52.232-25, Prompt Payment, including the contract number and applicable line item numbers. 10. Travel and Per Diem The Government will reimburse the contractor for official travel associated with this contract and in accordance with Federal Travel Regulations 41 Code of Federal Regulation (CFR) chapter 201. TERMS AND CONDITIONS The provision at FAR 52.212-1, Instructions to Offerors - Commerical Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212.-3 Offeror Representations and Certifications Commerical Items - Commerical Items (MARCH 2005), with is offer. The following FAR clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Orders Commerical Items (JUN 2004). The following clauses cited within FAR 52.212-5 apply; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-35, Equal Opportunity for Special Disabled Veterans and Veterans of the Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers and Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans Era, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. In addition, the following security requirements are applicable: IT SECURITY REQUIREMENTS Information Security and Non Disclosure A. Information Security Information technology resources include, but are not limited to, hardware, application software, system software, and information (data). Information technology services include, but are not limited to, the management, operation (including input, processing, transmission, and output), maintenance, programming, and system administration of computer systems, networks, and telecommunications systems. The contractor shall be responsible for implementing sufficient information technology security, to reasonably prevent the compromise of DOI IT resources or all of the information systems that are interconnected with a DOI network or DOI systems that are operated by the contractor or other external organization. All contractors or other external organization personnel performing under this contract and their equipment used to process or store DOI data, or to connect to DOI networks, must comply with the requirements contained in the DOI DM 375, Chapter 19, or equivalent/more specific bureau guidance found in the Service Manual 270, Chapters 1-8. By accepting this award, the contractor (and subcontractors or other external organizations) providing services that incorporates IT systems access or usage to any component of the DOI agrees to comply with the applicable IT security requirements as outlined in this award. This includes both major applications and general support systems as defined by OMB Circular A-130, Appendix III. B. Definitions For purposes of this clause the term "Sensitive" is defined by the guidance set forth in: (1) The Departmental Manual (DM) 375, Chapter 19, DOI IT Security Program Policy and (2) The Office of Management and Budget (OMB) Circular A-130, Appendix Security of Federal Automated Information Resources,) which states that there is a presumption that all [general support systems] contain some sensitive information." and (3) The Federal Information Security Management Act of 2002, including the following definition of the term sensitive information "? any information, the loss, misuse, or unauthorized access, to or modification of which could adversely affect the national interest or the, conduct of federal programs, or the privacy to which individuals are entitled under section 552 a of title 5, Unites States Code (The Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense or foreign policy." Restrictions Against Disclosure and Agreement Form A. During the performance of work under this contract, the contractor, including any subcontractors, may have physical or electronic access to Government or a third party unclassified sensitive or confidential information or data. The contractor agrees, in the performance of this contract, to keep the information furnished by the Government, accessible by the Contractor, or designated by the Contracting Officer or Contracting Officer's Representative (COR) in the strictest confidence. The Contractor agrees to the following, unless prior approval by the Contracting Officer or COR: "not to publish, otherwise divulge, or use such information in whole or in part, in any manner or form, nor to authorize or permit others to do so, except in the strictest performance of the contract; "taking such reasonable measures as are necessary to restrict access to such information while in the contractor's possession or available to the contractor, to those employees needing such information to perform the work provided herein, i.e., on a "need to know" basis. "not publish, disclose or use in any manner, the details of any safeguards either designed or developed by the contractor under this contract or otherwise provided by the Government The contractor or other external organizations shall agree to establish and follow security precautions considered by the Service to be necessary to ensure proper handling, storage, and safeguarding of DOI data and information. B. Nondisclosure Agreement Form. The FWS COR is responsible for assuring that prior to accessing any DOI information system, each contractor has executed a FWS Form 3-2235 available at http://forms.fws.gov/3-2235.pdf, and that the completed form is forwarded to CFM to retain in the contract file. The contractor agrees to immediately notify the Contracting Officer in writing in the event that the contractor determines or has reason to suspect a breach of the requirements contained the Nondisclosure agreement and to immediately take steps to prevent further breach. The Contractor further agrees to insert the substance of this clause in any subcontract hereunder. REQUIRED DOI SECURITY AWARENESS TRAINING All contract employees must take the DOI IT Security Awareness Training prior to being issued a user account or granted access to DOI data. Additionally, the contract employees must sign a Statement of Responsibility (SOR) that states they have read the USFWS IT Appropriate Use Policy and other applicable IT security policies. The USFWS Statement of Responsibility (SOR) can be found at http:forms.fws.gov/3-2212.pdf. The training and copies of IT security policy can be obtained from the Regional Information Technology Security Managers (RITSMs). This training must be renewed annually. PERSONNEL SECURITY AND SYSTEM ACCESS REQUIREMENTS A. Contractor personnel with a routine need to enter the FWS buildings shall be required to obtain identification badges. The necessary forms will be provided after contract award. B. In the event that work under this contract, requires the Contractor to gain access to proprietary information of other companies, the Contractor shall comply with FAR 9.505-4, Obtaining Access to Proprietary Information. C. All personnel assigned to this contract by the Contractor will be briefed by the government on the security procedures appropriate for contract-sensitive and proprietary information. The Contractor shall continuously monitor all personnel to ensure proper practices are being utilized and enforced. Access to sensitive information shall be granted only to appropriately cleared individuals with a need-to-know. D. Contractor personnel assigned will be required to possess at a minimum, a low security clearance. Background investigations are to be conducted in accordance with 441 DM or be cleared under the Department of Defense Industrial Security Program. The Contractor shall be responsible for compliance by its employees with security regulations of Government installations where work is performed under this contract. The contractor will bear the costs for any security investigations. ACCOUNTABLE GOVERNMENT PROPERTY A. It may become necessary for the Government to issue keys, building access cards, identification (ID) cards, badges or other accountable property to contractor personnel. Government administrative personnel will record any such items provided to contractor personnel. Prior to, or upon completion or termination of, the work required hereunder, the contractor shall return all such keys, access cards, ID cards, and/or badges, or other accountable property, to the COR or his/her duly authorized representative. An exit form is to be completed with all necessary signatures. The contractor must notify the COR immediately when a contractor's employee working on a DOI system is reassigned, leaves, or is terminated. Advance notice shall be required prior to an unfriendly termination. B. The Contractor will be responsible for the replacement costs of any lost property in accordance with FAR clause 52.245-4, Government Furnished Property (Short Form). C. In the event that keys or building access cards are not returned by the contractor, the contractor understands and agrees that the Government may, in addition to any other withholding provisions of the contract, withhold $50.00 for each key or building access card not returned. If the key(s) or card(s) are not returned within 30 days from the date the withholding action was initiated, any amount withheld shall be forfeited by the contractor. D. The Government retains the right to inspect, inventory, or audit the keys, ID cards, and/or badges issued to the contractor in connection with the contract. E. Proper controls and procedures shall be used by the Contractor for all ADP, telecommunications, word processing, and office equipment provided under this contract. Data Rights Pursuant to FAR 52.227-14 Rights in Data, DOI will own the intellectual property rights to any software developed under this contract. Unless otherwise stated herein, the contractor is responsible to assure that any software updates are independently verified and validated prior to being moved into production. Vulnerability Analysis All systems must be scanned monthly with a vulnerability analysis tool that is compatible with the software in use by the OCIO at the time. All "safe" or "non-destructive" checks must be turned on. All electronic copy of each report and session data will be provided to the COTR. At least annually, all high risk systems and systems accessible from the internet must be independently penetration tested. Electronic and hard copy reports of penetration tests are to be provided to the COR within thirty days after their occurrence who will forward them to RITSM. The Service retains the right to conduct unannounced and/or prearranged vulnerability scans using Government personnel or an independent third party. This requirement primarily concerns information systems maintained by the contractor or residing at contractor's sites. If any security weaknesses are discovered as a result of the vulnerability scans, the contractor must develop a plan to mitigate those weaknesses in a timely manner. The mitigation of these weaknesses will not result in any additional costs to the Government. EVALUATION OF PROPOSALS (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical capability of the service offered to meet the Government's needs and past performance are of equal importance to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. DEADLINE FOR SUBMISSION OF PROPOSALS Proposals are due on 17 March 2006 at 2:00 p.m. Eastern Standard Time and will not be accepted after than time. Timely proposals will be accepted by EC, email or mail addressed to U.S. Fish and Wildlife Service, Division of Contracting and Facilities Management, 4401 N. Fairfax Drive, Mail Stop 7118-43, Arlington, VA 22203, ATTN: Geoffrey E. Bishop. All responsible sources may submit an offer and will be considered. Please submit any inquires regarding this solicitation to Geoffrey Bishop, Contracting Officer at (703) 358-2478 or forward via email to Geoffrey_Bishop@fws.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144850&objId=146488)
 
Place of Performance
Address: U.S Fish and Wildlife Service Division of Contracting and Facilities Management 4401 N. Fairfax Drive, Mailstop 7118-43 Arlington, VA 22203
Zip Code: 222031610
Country: USA
 
Record
SN00999809-W 20060305/060303214118 (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  © 1994-2020, Loren Data Corp.