Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2007 FBO #1921
SOLICITATION NOTICE

R -- Promina Network Engineering and Tech support

Notice Date
2/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
W91GEU-07-T-0087
 
Response Due
3/7/2007
 
Archive Date
3/22/2007
 
Description
STATEMENT OF WORK Revised 26 January 2007 REQUIREMENT: Engineering and Technical Support for Promina Networks in Iraqi theater of operations. PROPONENT: 1. Organization: Deputy Chief of Staff, Communication and Information Systems & MNF-I Strategic Telecom Signal Battalion (STSB) 2. Location: Victory Base, Baghdad, Iraq 3. Supervisor: MAJ Karen S. Goldston (STSB XO) /MAJ James Bryant (STSB S3) d. Phone: DSN 318-822-2957/1046 BACKGROUND: Promina nodes are essential components of the MNF-I Communications Network. All battlefield functional applications supporting MNF-I maneuver, logistics, command and control, fire support, and air defense are exchanged through Promina Nodes. In addition, Promina Nodes allow the MNF-I to connect into the Global Information Grid (GIG) to obtain strategic network services such as DSN, NIPRNET, SIPRNET, JWICS, DRSN, and commercial telephone access (US). As such, specialized technical engineering support is critical to maintain the Promina system. GENERAL REQUIREMENTS: 1. Technical engineering support will help maintain the current network software version, assist in troubleshooting and repair, provide expert technical advice for circuit restoration at forward locations, and provide subject matter expertise and advice to the Director C6 and Network Branch Chief. In addition, technical support will assist in node certification to meet theater installation requirements for network entry and expert liaison between DISA SWA, DISA Europe, DISA CONUS, MNC-I, and MNF-I units. 2. Contractor providing the support must be Certified Level VI Promina Systems Engineers, able to provide the level of technical expertise necessary to quickly and accurately identify system faults during outages related to network Promina?s. In addition, contractor should possess the level of expertise during network planning to provide recommendations as to the installation of new nodes as well as the operability of existing nodes to include recommendations for measures that should be taken to prevent disruption of network services. Contractor must have the ability to perform network system administration functions; specifically: initializing the node, connect to debugger (for internal software issues), and connect to VxWorks Shell (to manage the file structures and upgrade nodes). Should also posses the ability to switch nodal domains, and remotely manage any node within the Iraq Area of Responsibility. SPECIFIC TASK DESCRIPTION: 1. Performance Objective / Requirement: Duty: The contractor shall serve as a Promina node technical advisor to MNC-I and MNF-I; and shall provide subject matter expertise to interface with DISA, Tier Zero Nodes, and STEP sites. This will include: ensuring the current software is maintained in the network, updating software as directed by MNF-I CIS, validating requirements for Node installation to MNF-I CIS, and ensuring the new nodes are using appropriate software prior to entering the network. Travel: The contractor shall visit forward locations as required to provide on-site subject matter expertise on equipment interfaces between Promina and user equipment. 2. Performance Standard: Duty: Contractor will provide assessment and recommendations regarding engineering, installation, operation, and maintenance of Promina nodes located throughout the network. Contractor is expected to maintain all MNF-I and MNC-I Promina nodes with the current DISA approved software versions and facilitate updating others which are owned by MNC-I and MNF -I, but not in system. Contractor will accurately verify that nodes meet Corps and Force installation requirements for entry into the network and accurately ensure that nodes are fully operational with respect to Promina functionality. Travel: Given the elevated level of access to the Promina nodes in theater, provide accurate and effective troubleshooting and advice on interfacing Promina and user equipment. Contractor personnel will never be allowed to travel alone, and will never be authorized use of a tactical or non-tactical vehicle for travel outside Victory Main without a military escort and required Force Protection measures. Travel requirements will be coordinated through and approved by the MNF-I STSB. 3. Acceptance Quality: Duty: In the instance of a software upgrade, the contractor will have 90 days to upgrade the nodes located throughout Iraq upon receipt of the new software. This is based on 30 nodes in country, and a standard of 3 days to upgrade each node. This will be subject to modification by the supervisor based on the current number of nodes located in theater as well as extenuating factors which might necessitate additional time for the upgrades. Travel: Contractor may be required to travel to any node to provide assistance or conduct an assessment. Upon arrival, contractor will inform the STSB S3 how long is necessary to conduct the assessment; install the new node (to include the steps necessary in completing the install) or develop a strategy to troubleshoot the problem (to include a timeline outlining what needs to be done and the timeframe necessary to complete the tasks at hand. All travel to visit forward locations is coordinated through and approved by the MNF-I STSB S3 or designated representative based upon the current theater network and threat assessment. 4. Monitoring Method: Duty: Assist Regional Network Operations and Security Center in providing a written report for all outages due to Promina issues. Document the current software version for each node through a spreadsheet/database readily available to the STSB S3. Any and all issues concerning the software will also be documented in this manner. All upgrades and issues will be reported to the supervisor. Travel: Daily accountability of contractor personnel during site visits is provided to the MNF-I STSB S3 or designated representative. This will include an in-depth report as to the days activities, what tasks were accomplished, any issues that remain, and estimated timeline for return to home station. 5. Deliverables: The contractor will provide a written report for each outage based on an issue with a Promina node, as well as a written, assessment/report of each node both at the time of installation, and bi-annually. Daily SITREP?s, reports on all activity concerning the node, documentation of all issues and troubleshooting procedures, as well as an overall assessment of the node. 6. Impact on Mission if not contracted: 1. The Promina Nodes within the Iraq AOR fall in under DISA SWA's authority. DISA regularly requires the software to be upgraded to stay within compliance of the latest JTIC approved software as directed by NETCOM. The latest version of software will require hardware updates as well (3 Promina Processor Modules; the processors, with 32M of RAM on each for the P800s and new Flash Chips on the P400s). Upgrading the software involves pushing code from either another node within the network, or FTPing it from a laptop onto the PSM (Promina Server Module; essentially the harddrive for the node), both of which require a Level 6 Login. Occasionally the redundancy of the nodal domain controller will get hung and need to be switched, which also requires a level 6 login. 2. The main issue would be when there are problems with a node that the local contractors or O&M technicians are not trained in performing or would otherwise require a Promina Field Service Engineer to perform. Without having a Promina Engineer in country, it would require a lengthy process to request an engineer to be cleared for deployment and actually be deployed into the Iraq AOR; which the rapid pace of our battle rhythm does not permit. 3. The Promina Engineer also serves as a liaison between the Army and other government and civilian agencies such as DISA and CACI, which allows for smoother interactions (I can basically get things pushed through that otherwise would take more time and effort on the Army's part). I also serve as a Subject Matter Expert for Promina Operations, assist in Engineering and Installation, and serve as a historical reference for continuity. PERIOD OF PERFORMANCE: 21 Mar 07 to 20 Mar 08, to include one (1) option year. Upon exercising the option period, MNF-I will re-evaluate the need to retain a Promina subject matter expert at Victory Base. This will be based on the status of the network, as well as, the relevance and level of expertise the technician has demonstrated to CJCCC during the contract period. QUALITY ASSURANCE REPRESENTATIVE (QAR): Primary: MAJ Karen Goldston, Alt: MAJ James Bryant, STSB, Bldg 9, Victory Base Iraq, DSN 318-822-2957/1046. PLACE OF DUTY/ACCOUNTABILITY: The primary place of duty will be in the MNF-I STSB location at Victory Base Main, Baghdad, Iraq. Trips to conduct business outside of Victory Main will be of short duration and will not involve an alternative place of duty, but may require an overnight stay to complete mission requirements or to observe Force Protection requirements. Contractor personnel under this effort will be added to the sponsoring unit's JPERSTAT report, and accountability will be reported daily. GOVERNMENT FURNISHED MATERIAL (GFM) AND GOVERNMENT FURNISHED EQUIPMENT (GFE): The Government will provide, at the same level as provided to military staff personnel, office space, automation equipment, telephone access, electronic mail and appropriate network connectivity, software, and consumable office supplies necessary to perform contract requirements. The Government will provide transportation and communication assets necessary to complete contract mission requirements. The Government will provide all Promina equipment, cables, site prep, spares, as well as proper power/ground feed to Promina racks, and secure cabinets for Promina equipment as required WORK HOURS: Anticipated schedules for contractor personnel are based on an 84-hour work-week. Work shifts, meal times, and time off will be coordinated and approved by the QAR or by MNF-I STSB designated representative. Dynamic military missions may require flexibility of work schedule, and contractor personnel shall be on-call 24/7 during the contract period of performance. All work schedule changes to support missions will be coordinated with the MNF-I STSB representative and approved by the QAR in order to maintain the 84 hour per week anticipated schedule. LIFE SUPPORT: 1. IAW AR 600-700, the government will provide life support services to contractor personnel equivalent to those provided to military personnel. Specifically, those services at Victory Main shall include: a. Billeting. Contractor personnel are to be provided living space in accordance with theater guidelines and local camp facilities. In the short term, that may be tents with cots and shower and toilet facilities. As base improvements continue, contractor personnel will be moved along with military personnel into living containers or hardstand buildings. In accordance with DA guidance, all contractor personnel in the deployed theater of operations will be given a Government Service (GS) equivalency grade of GS12 or GSI3, depending on skill level and responsibility. For this effort, contractor personnel will be granted a GS?12 equivalency. As such, contractors will be provided living container space equivalent to a Military 03. Living trailers may not include plumbing, but shower and toilet facilities are available in the immediate area. Living accommodations will include power, AC/Heat, beds with linen, nightstand, and wardrobe. b. Dining Facilities and Water: Contractor personnel shall have unlimited access to the Victory Main Dining Facilities at no cost, and to other camp Dining Facilities when on approved travel. Bottled water is regularly delivered to the camp and is available at no charge to military and civilian personnel. c. Laundry Service. Contractor personnel may use the same no cost laundry service provided to military personnel. Currently at Victory Main, drop off of dirty laundry can be done 7 days per week, and pick up of clean laundry 3-4 days later. There is no dry-cleaning service. d. Post/Base Exchange: Contractor personnel shall have access to the PX/BX at Victory Main and at other military camps during trips by virtue of their Government issued ID card (DD Form 1172-2). e. Financial Support: The government will provide a memorandum to the contractor personnel authorizing them to utilize the servicing military financial support unit at Victory Main for check cashing privileges equal to those of military personnel. The contractor will provide a memorandum for the finance office guaranteeing sufficient funds for any checks cashed by contractor personnel. There are no commercial banks at Victory Main, so banking and currency exchange services are not available. f. Morale, Welfare, and Recreation (MWR) Facilities: Contractors will be provided unlimited access to MWR facilities available at Victory Main and other military camps during trips, to include gymnasiums, pools, theaters, sports facilities and other recreational facilities. g. Medical / Dental Care: All medical facilities in the MNF-I area of responsibility will provide contractor employees with medical care when life, limb, or eyesight is jeopardized and for emergency medical and dental care. Emergency care is defined as that care which a reasonable person believes constitutes a condition or may result in a condition that requires, or may require, immediate medical attention. An emergency is an acute or emergent condition that requires immediate medical attention. Examples of emergency include, but are no limited to: refills of prescription drugs such as insulin and other life dependent drugs, broken bones, lacerations, and broken teeth or lost fillings. Routine medical or dental care is not authorized and will not be provided by Army Medical Treatment Facilities (MTF) to civilian contractor personnel. h. Remains Processing: In accordance with DA guidance and AMC policy, remains of contractor personnel will be handled the same as remains of military personnel, and will be collected and transported to Kuwait. The government will notify the contractor to coordinate movement of remains back to home of record, and to ensure proper notification of the next of kin. i. Uniforms and Weapons: By direction of the theater commander, contractor personnel are not authorized to wear any type of military uniform or carry any type of firearm. The contractor may choose to designate a company uniform or dress code, but the government does not require it and will not fund the purchase of such company uniforms. DEPLOYMENT PROCESSING: 1. In accordance with DA guidance, all contractor personnel deploying to the Iraqi theater of operations are required to process through the Civilian Replacement Center operated by TRADOC at Fort Bliss, Texas. Contracting Officer will provide a Letter of Verification to contractor personnel validating their contractual employment and authority to process for deployment at the CRC, as well as the appropriate GS Equivalency grade authorized. In accordance with DA guidelines, contractor personnel under this contract effort will be granted a GS-12 equivalency. The contractor shall coordinate directly with the CRC to schedule attendance. This processing will provide the following, and therefore these items will not be included as a part of government support in this contract: a. Organizational clothing and individual equipment (OCIE). 1. Chemical Defensive Equipment (CDE), to include protective mask, chemical suits, decontamination kits, and training on their proper use. (NOTE: Recent changes in the Iraqi theater protective posture may change the requirement for personnel to deploy with CDE, but the CRC will follow latest guidance). 2. Common Access Card (CAC), which is the DOD identification card. The card will include the GS Equivalency grade for contract employees (GS-12E) for this effort, as well as the Geneva Convention category. The CAC will be coded to the time of deployment stated in the contract. 3. Medical Screening, to include dental pantograph, all required immunizations, DNA sampling, and HN screening, as well as specific medical briefings pertinent to conditions in Iraq. 2. Normal procedure is for the contract personnel processing through the CRC to deploy directly from the CRC site to the Iraqi theater through one of several available APODs on military chartered aircraft. Contractor may choose to seek a waiver to this requirement and allow the contract personnel to travel via commercial air to meet urgent schedule and support requirements. If the government provides a waiver to military charter flights, cost of commercial transportation is allowable under the contract. If the contractor chooses to send employees commercially without a government waiver, the government will not reimburse costs for this travel. 3. If contractor personnel have already been properly processed for deployment, re-processing through the CRC is not required. However, the contractor shall certify that all deployment processing has been completed properly and in accordance with DA guidelines. 4. Upon arrival in theater, contractor personnel shall register with the AMC civilian support cell located at the arriving APOD. This allows AMC to initiate accountability of the contract personnel in theater, and to coordinate with the sponsor unit for transportation and escort of contractor personnel to the place of duty. 5. Contractor personnel shall have a valid passport and a Kuwaiti Visa. It is the responsibility of the contractor to obtain these documents prior to processing through the CRC. The letter of verification provided by the Contracting Officer will also serve as justification for the Kuwaiti Visa. SECURITY CLEARANCES: Contractor personnel shall have at least a Secret level clearance to be able to perform the requirements outlined in this SOW. LEAVE: Contractor is authorized 10 days of leave per every 90 days in Iraq. Personnel serving in Iraq are eligible to participate in the Army R&R program, but will be given last priority behind military and DoD Civilian personnel. Therefore, the contractor may include costs to provide commercial travel to and from Iraq to the U.S. for one leave period of no more than 14 continuous days. Additionally, leave may be taken outside the guidelines of the Army R&R program at cost to contractor, as long as the contractor?s leave does not exceed 14 continuous days per instance of leave. Cost of air travel will be IAW the Joint Travel Regulations (JTR). Schedule for leave must be coordinated and approved by the MNF-I STSB S3 or designated representative before travel arrangements are made. The contractor is not required to provide a replacement worker during this approved leave period. Emergency Leave will be granted following the same procedures used by the military. The government will grant immediate emergency leave to contractor personnel following official notification and validation by the Red Cross. Emergency leave taken by contractor personnel will be substituted for allowable regular leave. If emergency leave exceeds the allowed 14 day regular leave period, or if regular leave has already been taken, the government will not pay hourly salaries for the additional leave time. If emergency leave is expected to exceed 15 days, the contractor shall provide replacement personnel to fulfill the requirements of the contract. REPLACEMENT PERSONNEL: If at any time during the period of performance, contractor personnel are not able to continue work through no fault or direction of the government, the contractor shall replace them within 15 days at no additional cost to the government. CELL PHONES/PERSONAL COMPUTERS: The government will provide adequate computer support and telephone access to meet the stated requirements. The government will not pay for rent, lease, purchase or sustainment of personal cell phones or computers for contractor personnel.
 
Place of Performance
Address: Camp Victory, Baghdad, Iraq, , POC: 1Lt Joel Gerlach, joel.gerlach@iraq.centcom.mil,
Zip Code: 09342
Country: IRAQ
 
Record
SN01239878-W 20070301/070227221044 (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.