Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

99 -- FA4890-07-Q-0114GeoBaseArcpadForms

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC AMIC/PK, 11817 Canon Blvd, Newport News, VA, 23606-4516, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4890-07-Q-0114GeoBaseArcpadForms
 
Response Due
9/13/2007
 
Archive Date
9/28/2007
 
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 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS ? 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 FA4890-07-Q-0114 and is issued as a Request for Quote. RESPONSES ARE DUE NO LATER THAN CLOSE OF BUSINESS 13 SEPTEMBER 2007 5pm (EST). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulation (FAC 2005-16) are incorporated. The associated North American Industrial Classification System (NAICS) for this requirement is 541512 ($23M). This is a Small Business Set-aside acquisition. Shipping and Delivery: shipping costs shall be included in the line items and date of delivery shall be NLT six (6) months ARO. ACC AMIC has a requirement CLIN 0001 - (1 each) Develop ArcPad forms for use on mapping grade equipment for installations IAW Statement of Work. Deliver To: HQ ACC/CER, Langley AFB, VA 23665-2769. SCOPE OF WORK FOR GPS Field Collection ArcPad Forms 16 July 2007 1.0 Background/Introduction This Statement of Work (SOW) is intended to support the Air Combat Command (ACC) GeoBase program, specifically the initiative to enable ACC Infrastructure Management (ACC/A7OI) data stewards with the capability to collect, update, and maintain GIS utility data. ACC GeoBase (ACC/A7ZG) provides geospatial and web mapping services for Air Combat Command installations on the Global Combat Support System ? Air Force (GCSS-AF) portal. ACC geospatial data stewards require the ability to easily manage their data layers within the GeoBase environment. ACC GeoBase requires creation of ESRI ArcPad version 7.x forms that will fulfill this requirement efficiently for select utility layers and attributes. 2.0 Project Specifications 2.1 Place of Performance/Hours of Operation. The Contractor will be required to perform tasks at HQ ACC, Langley AFB, VA, and contractor facilities. Multiple tasks may be performed concurrently. Changes to the approved schedule will be by mutual agreement with a minimum of two weeks notice. 2.2 Contract Type: Firm Fixed Price 2.3 Period of Performance. Delivery is 6 months ARO. Multiple tasks may be performed concurrently. Changes to the approved schedule will be by mutual agreement with a minimum of two (2) weeks notice. 2.4 Privacy Act. Work on this project may require that personnel have access to Privacy Information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. 2.5 Applicable Reference Documents. The Contractor shall comply with all applicable (1) Federal, state, and local environmental statutes, instructions, manuals, handbooks, regulations, guidance, policy letters, and rules (including all changes and amendments) and (2) Presidential Executive Orders, in effect on the date of issuance of this statement of work. 2.6 Security. The Government will provide assistance to the personnel supporting this requirement in obtaining base and workplace access during the period of support. All access documentation will be returned to the Government at the completion of the support services. Compliance with all USAF communications regulations pertaining to access to e-mail and Internet activities is mandatory. Failure to comply is grounds for immediate dismissal. A secret clearance is not anticipated for work pertaining to this order. All deliverables required for this order shall be unclassified. The Contractor shall obtain and monitor assigned security badges used during the duration of this contract. Contractor personnel will conduct themselves in a professional manner, and will not stray from authorized areas unless escorted or properly authorized. Contractor personnel will carry proper identification and conform to all security badge requirements. All such badges/passes shall be returned to the Government POC upon badge/pass expiration, completion of the subtask, or when such possession is no longer a requirement. Compliance with all USAF communications regulations pertaining to access to e-mail and Internet activities is mandatory. Failure to comply is grounds for immediate dismissal. The Contractor shall obtain proper vehicle permits for all vehicles entering Government installations. Under no condition, shall the Contractor unilaterally operate a vehicle on a flightline or in any other restricted area. Should a requirement such as this arise, the Contractor shall request such assistance to the Government POC and fully comply with all forthcoming instructions such as ensuring the vehicles are clean and compliant with the Base Foreign Object Damage Prevention Plan. The Contractor shall comply with the regulations listed below. These regulations may be viewed at the local security office or the contracting office. AFI 31-401 ? Information Security Program Management AFI 31-501 ? Personal Security Program Management AFI 31-601 ? Industrial Security Program Management AFI 33-211 ? Communications Security (COMSEC) User Requirements DOD 5200.1R Appendix C ? Controlled Unclassified Information 2.7 Government Furnished Items. All Government-provided products and facilities remain the property of the Government and will be returned upon completion of the support services. Personnel supporting this requirement will return all items that were used during the performance of these requirements by the end of the performance period. All documented processes and procedures developed under this SOW become the property of the Government. Modification and distribution of end products for use at other installations will be at the discretion of the Government. Government will provide detailed specifications of current GeoBase GIS data model (SDSFIE) and list of utility features and required attributes for each feature. The Contractor shall comply with the regulations listed below. These regulations may be viewed at the http://www.e-publishing.af.mil/pubs/publist.asp?puborg=AF&series=33. AFPD 33-1 ? Command, Control, Communications, and Computer (C4) Systems AFPD 33-2 ? Information Protection AFI 33-101 ? Communications and Information Management Guidance and Responsibilities AFI 33-103 ? Requirements Development and Processing 2.8 Contractor Furnished Items. Work under this contract shall be performed at HQ ACC and at Contractor offices. The Contractor shall furnish the required personnel, resources, materials, and equipment necessary to meet the specifications of this task order. 2.9 Government Review. The Government shall review the submitted documentation and solution upon completion of all stated work. Missing or incomplete items shall be documented and forwarded to the Contractor for completion. Upon receipt of a complete submittal, the Government shall conduct a quality review and notify the contractor within 10 days of acceptance (along with any stipulations this includes) or rejection of the deliverables described herein. Failure to adhere to any of the stated delivery specifications could result in rejection of deliverables and nonpayment. Contractors should, at a minimum, submit data and documentation samples at 25% and 75% project completion to avoid the rejection of final deliverables. All deliverables become property of the USAF. 2.10 Travel. It is anticipated this effort will require a minimum of two (2) trips to HQ ACC. It is estimated that a team will be on site for two (2) days for each trip. Other trips shall be conducted as determined by the designated Government Point of Contact (GPOC) with at least three (3) days notification to the Contractor. All costs for travel must follow the Joint Travel Regulations (JTR) and are the responsibility of the Contractor. 3.0 Objective The objective is to develop ArcPad forms that will allow ACC/A7OI data stewards to quickly and easily collect, maintain, and update utility GIS data layers. Data currently is collected in the field using ACC-issued Thales MobileMapper CE handheld GPS units in SDSFIE version 2.5 format. 4.0 Scope In performing the work, the Contractor shall furnish all facilities, services, labor, materials, supervision, and equipment, unless specifically identified otherwise, necessary to provide the services identified, the terms and conditions contained in the contract and the following requirements contained in the Statement of Work (SOW) that are specific to this requirement. This project scope provides for all time, labor and materials to provide ArcPad forms. Specific support tasks and deliverables are outlined in Section 5.0 below. Travel is anticipated. 5.0 Performance Requirements The contractor shall provide a solution that meets the ACC/A7ZG standards. The Contractor shall follow the following specifications in accordance with professional practices and work production standards as described in the paragraphs that follow. 5.1 Kick ? Off Meeting The Contractor shall hold a kick-off meeting with Contracting Officer Representative (COR) within ten (10) days after award via teleconference. This meeting will review the project work plan and its deliverables. 5.2 Project Work Plan The Contractor shall prepare a Project Work Plan (PWP) within ten (10) days of the notice to proceed that provides a framework, technical specifications, approach, and schedule for all work to be accomplished during this project as outlined in this SOW. This PWP will be used to track the various labor, equipment, facilities, and time required to accomplish tasks for this SOW and the associated quality control requirements. The PWP must be approved by the COR prior to beginning production. Once approved, the Contractor will not deviate from the PWP without the express approval of the COR. The Contractor shall prepare and submit as a component of the PWP, a Project Execution Checklist, developed chronologically in conjunction with the Project Schedule. This checklist will allow all stakeholders to determine quickly the degree of project accomplishment and if any critical work item is behind schedule. The delivery date of the PWP will be determined by the COR. 5.3 Monthly Status Report The Contractor shall prepare and submit a Progress, Status, and Management Report (PSMR) within ten (10) days after the end of each month. The PSMR shall be used to review and evaluate the overall progress of the project, along with any existing or potential problem areas. The PSMR shall include a summary of the events that occurred during the reporting period, discussion of performance, identification of problems, proposed solutions, corrective actions taken, and outstanding issues. The PSMR shall also include the project schedule and status through the use of Gantt charts, Microsoft Project or as agreed in the PWP, which shall depict percent spent and percent complete for each task which correlates to each invoice. 5.4 Build ArcPad Forms Contractor shall build ESRI ArcPad version 7.x forms that collect data in ESRI Shapefile format. Data collected shall be in Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE) version 2.5 format. Forms shall be compatible with the current ACC/A7OI handheld GPS hardware platform, specifically Thales MobileMapper CE units. All forms will be provided in a format that can be easily loaded to handheld units, either via desktop or Secure Digital (SD) card slot. Contractor shall provide an interface for novice handheld users to easily access, use, and modify supplied ArcPad forms, with an option to create new forms for additional features. 5.5 Deliverable Configuration and Testing Contractor shall install and configure ArcPad forms, and field test data collection using Thales units at HQ ACC. Contractor shall ensure that data collected via forms exports and displays properly on ACC GeoBase enterprise. Contractor shall work with ACC GeoBase technical staff to refine usability of forms and interface, and ensure that interface runs properly on the HQ ACC Thales handheld GPS units. 5.6 User Help Information Contractor shall write Help section for users which describe all the functionality of the provided interface, forms, and customization tools. 6.0 Target Deliverables: The table below shows target deliverables and timeline for delivery. 6.1 Project Deliverables Task Deliverable Media Due 5.1 Kick-off Meeting PowerPoint or MS Project Presentation Award + 10 days 5.2 PWP Document (Word Format) Electronic file via email Award + 10 days 5.3 Monthly Status Reports Email Monthly 5.4 Build ArcPad Forms and Interface N/A Award + 300 days 5.5 Configuration and Testing N/A Award + 330 days 5.10 User Help Section Electronic file Award + 330 days 6.2 Inspection and Acceptance. In the absence of other agreements negotiated with respect to time provided for Government review, deliverables will be inspected and the Contractor notified of the COR?s findings within five work days of normally scheduled review. If the deliverables are not acceptable, the COR will notify the Contracting Officer immediately. 7.0 Government Points of Contact The ACC Contracting Manager is: Susan Baldwin Susan.baldwin@langley.af.mil The COR is: Elton Sledge, Major, USAF Chief, GeoSpatial Information Office 129 Andrews St Ste 102 Langley AFB VA 23665 757-225-1455 elton.sledge@langley.af.mil If not submitting under GSA the following provisions apply: 52.212-1 Instructions to Offerors ? Commercial Items; 52.212-3 Offeror Representations and Certifications Commercial Items. *** The following clauses apply: 52.212-4 Contract Terms and Conditions ? Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items applies to this acquisition; 52.222-3 Convict Labor; 52.233-3 Protest After Award, 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration, 52.247-34 FOB Destination, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses; 252.204-7004 Required Central Contractor Registration; 52.212-7001 Contract Terms and Conditions required to implement status of Executive; DFARS 252.232-7003 Electronic Submission of Payment Requests; 52.253-1 Computer Generated Forms; 52.225-1 Buy American Act ? Balance of a Payments Program ? Supplies; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-22 Previous Contracts and Compliance Reports are hereby Incorporated by Reference; 252.243-7001 Pricing of Contract Modifications; 5352.201-9101 Ombudsman. Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far. All Offerors shall submit the following: 1) Original copy of proposal that addresses all items; 2) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. Evaluation of Offerors. The Government will award a firm fixed price order to the lowest price technically acceptable offeror.
 
Place of Performance
Address: HQ ACC/CER, Langley, AFB
Zip Code: 23665
Country: UNITED STATES
 
Record
SN01398731-W 20070909/070907221313 (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.