Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2006 FBO #1767
SPECIAL NOTICE

70 -- Terrex Terrain 3D Visualization Solution

Notice Date
9/26/2006
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (4TRC), 4890 University Square, Ste 3F, Huntsville, AL, 35816
 
ZIP Code
35816
 
Solicitation Number
4THO97067074
 
Response Due
10/3/2006
 
Archive Date
10/18/2006
 
Description
The U.S. General Services Administration?s Federal Technology Service intends to issue a Sole Source to Loyola Enterprises, under the authority of FAR 6.302-1, ?Only One Responsible Source.? The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-04. STATEMENT OF WORK A. Scope of Contract: The purpose of this Request for Proposal is to acquire computer hardware, software and training as requested by the customer for Solicitation Number 4THO97067074. The contractor shall perform the following tasks: Acquire the computer hardware, software, installation and support as indicated on the previous page of this addendum to the SF 1449 1.0 Background A major challenge for the CENTCOM terrain function is to produce updated geospatial data to support evolving requirements with increasing frequency. To be responsive to these demands, geospatial database production activities must rapidly generate relevant, accurate, and correlated geospatial products that support operational, mission rehearsal and complete training federations of simulations across the CENTCOM enterprise. New developments in commercial off the shelf database development software tightly integrated with high performance hardware utilizing net-centric architectures have provided capabilities to collaboratively and rapidly build and deploy databases in greatly accelerated time frames to meet mission requirements. 2.0 Scope The scope of this PSOW consists of non-personal technical services to support the provisioning, staging, integration, shipment, installation and training for a Terrain Development and Deployment System (TDDS) as stated in the tasks below. The TDDS system and will be focused on exploiting the capabilities of a Loyola SAN-Fire system powered by high performance hardware. 3.0 Requirements 3.1 The contractor shall coordinate with CENTCOM hardware, software, and network technical representatives to profile and evaluate existing hardware, and software that are currently utilized for current geospatial data processing and dissemination. The contractor shall also document requirements for the proposed CENTCOM hardware and software baseline configuration. (Deliverable 1 ? Hardware and Software baseline configuration) 3.2 The contractor shall conduct a site visit to the CENTCOM facility to identify installation requirements and to meet with CENTCOM representatives involved with the TDDS installation. (Deliverable 2 ? Site Visit Trip Report) 3.3 The contractor shall provide and provision all hardware and software required to deliver an operational TDDS. (Deliverable 3 ? Hardware, Software) 3.4 The contractor shall stage all systems in contractor facilities for integration, interim acceptance, and operational testing prior to shipment to CENTCOM. Upon hardware delivery, the contractor shall deliver configuration management data on all delivered items (source data, hardware, software, etc.) to the CENTCOM CM organization. Shipment to each receiving site shall be the responsibility of the contractor and will be included as a line item expense. (Deliverable 4 ? Stage TDDS systems) 3.5 The contractor shall provide services to install, configure, and test all TDDS hardware and software at CENTCOM. Installation will be completed by 28 February 2007. (Deliverable 5 ? TDDS Installation) 3.6 All hardware and software warranty items will be covered by manufacturers warranty for a period of one year following acceptance of the systems. Any items that are otherwise damaged will be covered on a reimbursable basis. 3.7 The Contractor?s Program Management shall communicate with the Government Point of Contact requests to discuss contract performance issues, schedule, etc. The contractor shall provide progress/milestone reports by the 10th of each month which discusses the current tasks being worked, problems and issues encountered, recommendations and proposed solutions, tasking to be accomplished, and proposed recommendations for improvements. (Deliverable 6 ? Monthly Status Report) 3.8 Upon installation, the Contractor shall provide the appropriate system training on the hardware for the of the Terrain Development and Deployment System. The system specific training shall be for overall familiarization of the system (Hardware and configuration),. 4.0 Deliverables. Loyola shall provide the following deliverables in accordance with the PSOW: Deliverable 1 ? Hardware and Software baseline configuration. Deliverable 2 ? Site Visit Trip Report Deliverable 3 ? Hardware, Software Deliverable 4 ? Stage TDDS systems Deliverable 5 ? TDDS Installation Deliverable 6 ? Monthly Status Report 5.0 Schedule The contract Technical Point of Contact (TPOC), with approval of the COR, shall set the development and delivery schedule for specific tasks and deliverables. The system must be installed by 28 February 2007. 6.0 Quality Assurance Plan. The contractor shall provide Quality Assurance by implementing the following: 6.1 Program management ? The contractor shall establish a project work breakdown-structure and development milestones, conduct periodic progress reviews, identify areas of concern, and implement a risk mitigation plan. 6.2 Testing ? The contractor shall develop a test plan for the interim and on-site testing of the hardware and software. 7.0 Place of Performance. All work shall be performed at contractor facilities located in Hampton, Virginia, and installation will be accomplished at CENTCOM Headquarters, Tampa FL. 8.0 Government Furnished Equipment and Materials. To support the efforts covered by this contract, the Government shall provide the following information as required: 1) Required data products. 2) Government on-site network connectivity and support during on-site installation and testing. 3) An identified and conditioned space for the equipment racks including access from the loading dock to the equipment installation space, conditioned and stable power available and run to the rack installation, adequate air conditioning, sufficient rack space for the equipment including front and back access for maintenance. 4) Letters of introduction, when necessary, for contractor personnel stating credentials necessary for access to data, information, spaces, or meetings. 9. Security Classification. All contractor personnel assigned to work on this task shall have at a minimum a SECRET security clearance. The specific address to send visit requests shall be coordinated with the CENTCOM POC. The contractor shall be responsible for safeguarding and accountability of classified information and materials in accordance with all applicable on-site security instructions and directives. The contractor shall immediately bring to the Government?s attention any compromise of classified information. 10. Government Software and Data Rights. All software, training systems technical documents, architectures, systems, and plans developed under this contract shall be accurately documented and delivered with unlimited Government use rights that are in compliance with the Government data rights provisions of the contract. Commercial-item software and Non-Developmental Software shall not be used unless that software will be delivered with Government rights that are in compliance with the Government data rights provisions of the contract. 13.0 Information Sources. The Government will provide access to the information that is required for performance of the tasks identified in this PSOW. In addition, the contractor will be given reasonable access to Government Subject Matter Experts (SMEs) and facilities in order to accomplish the tasks outlined in this PSOW. 14.0 Documentation. The Government will provide access to architectures, standards, documentation, and reference materials associated with this effort that is available at the CENTCOM site. B. Period of Performance. The period of performance for this performance statement of work will be from contract award through 8 Months after Contract Award. C. Points of Contact. CENTCOM: William A.Davis MAJ, MI Chief, Intelligence Systems Acquisitions/Contracts SE-RSC Plans and Programs 52.212-1 Instructions to Offerors-Commercial (JAN 2005). The offeror must complete the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The proposed contract action is to upgrade existing CommServer IIIs for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1. This request is not a notice for competitive proposals. Interested parties may identify their interest and capability to respond to the requirement. All information should be submitted via email to Ms. Kristen Eaves at kristen.eaves@gsa.gov. Responses must be submitted by COB 3 October, 2006. All information submitted on or before this date will be considered by the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement.
 
Place of Performance
Address: Chief, Intelligence Systems Acquisitions/Contracts, SE-RSC Plans and Programs,
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01155121-W 20060928/060926221246 (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.