Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
MODIFICATION

D -- FA4890-07-Q-0113OnlineTrainingViewer

Notice Date
9/12/2007
 
Notice Type
Modification
 
NAICS
541511 — Custom Computer Programming 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
23606-4516
 
Solicitation Number
FA4890-07-Q-0113
 
Response Due
9/15/2007
 
Archive Date
9/30/2007
 
Point of Contact
Susan Baldwin, Contract Manager, Phone 757-225-7714, Fax 757-225-7765, - Susan Baldwin, Contract Manager, Phone 757-225-7714, Fax 757-225-7765,
 
E-Mail Address
susan.baldwin@langley.af.mil, susan.baldwin@langley.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
THIS AMENDMENT EXTENDS THE RESPONSES DUE DATE TO SATURDAY, 15 SEPTEMBER 2007. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. Solicitation FA4890-07-Q-0113 is issued as a Request for Quote. RESPONSES ARE DUE NO LATER THAN CLOSE OF BUSINESS 15 SEPTEMBER 2007 5pm (EST). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulation (FAC 2005-16. The associated North American Industrial Classification System (NAICS) for this requirement is 541511 ($23M). This is a Service Disabled Veteran-Owned Business (SDVOB) Set-aside acquisition. Shipping costs shall be included in the line items and date of delivery shall be NLT twelve months ARO. ACC AMIC has the following requirements: CLIN 0001 -(1 LOT) Develop On-line Viewer and Training Management Solution IAW the Statement of Work. The Government will award an order to the lowest price technically acceptable offeror based on technical Pass/Fail factors. Contractor is to submit two (2 each)relevant experiences/projects, to include contract number, customer and point of contact, and completion dates for the following factors: 1. Developed in ArcGIS Server and ArcIMS 9.2 or greater 2. Successfully developed integrated applications in the GCSS-AF portal 3. 1 Yr Experience with Tivoli Access Manager 4. 1 Yr Experience with IBM web seal junctioning technology 5. Must be able to pre-cache raster content within ArcIMS Deliver To: HQ ACC/CER, Langley AFB, VA 23665-2769. SCOPE OF WORK FOR GeoBase Viewer and Training Management Solution 31 July 2007 1.0 Background/Introduction Headquarters Air Combat Command GeoBase (A7ZG) provides its supported AORs (Areas of Responsibility) geospatial information to support USAF missions As stated in the Mission of the ACC GIO 2006 GeoBase Implementation Plan, ACC GeoBase will ?Provide a single, accurate and secure authoritative mapping information service that promotes effective decision processing for enhanced mission management and agile combat support.? This statement of work (SOW) describes a new web mapping solution which includes an online training management application that will support each GIO and AOR in accomplishing the supporting the missions of ACC GeoBase. The purpose of this effort will allow for users with access to the USAF Global Combat Support System (GCSS) Portal to view and discover geospatial information for areas covered by ACC GeoBase and access GeoBase training modules on-line. 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. Contract period is twelve (12) months. 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 required for this order. All deliverables required for this order shall be unclassified. Due to development for the USAF Portal, the contractor must have the capability to access the AF GCSS Portal, or be willing perform a site visit until the application is 100% working on the AF GCSS Portal. 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 flight line 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. 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 ACC GeoBase Training Plan version 2 - 2007 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. The Contractor must be able to replicate a similar development environment to the production environment that exists at ACC GeoBase HQ. 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. 2.10 Travel. Due to the environment these applications are being developed for the Contractor must be willing to make as many trips necessary to ensure testing and implementation to ensure that the application works in the AF GCSS Portal environment. Because this testing can only happen on the Langley network, several trips to LAFB may be needed. Contractor shall base his proposal on 5 (five) trips toe HQ ACC at Langley AFB. 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 objectives are to develop an interactive web mapping viewer and on-line training management solution for ACC GeoBase. These applications shall allow users to view and perform common tasks in an on-line, web mapping services environment. 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 an ArcGIS server web viewer and on-line training/learning system. 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) and representatives with ACC GeoBase within ten (10) days after award via teleconference. This meeting will review the project work plan and its deliverables. The contractor shall prepare and submit meeting minutes documenting and summarizing substantive information discussed at the kickoff meeting. 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 Web Map Viewer Application The Contractor will utilize the current architecture which is, Windows 2003 Server, ArcGIS Server 9.2 (SP2) ArcIMS 9.2 (SP2), .Net/ADF Framework, ArcSDE 9.2 (SP2), for a client side Internet Explorer 6.0 (SP2) utilizing HTTPS protocols. Should the client determine to upgrade the server software to a later service pack during the first year of operation, the contractor shall modify the web application accordingly. The Contractor shall develop the web application to utilize ?mash up? of map services being served out in ArcIMS 9.2 (SP2), ArcGIS Server 9.2 (SP2), and public web map service (WMS) services. The viewer must allow for the automatic scale dependent rendering of n number of map services to be pre-configured. The Contractor shall utilize the given template for the ACC GeoBase Web Viewer as shown in the New Web Viewer Requirements document. This existing look and feel will be the basis for the UI for the new viewer development. Changes to design/template need to be approved by ACC GeoBase. The existing viewer will also serve as a minimum baseline for the new viewer?s functionality. The Contractor shall have the ability to access the AF GCSS Portal for development and testing in the AF Portal environment. 5.4.1 Area of Interest Drop Down List The application will have a location drop down list which is populated dynamically from a list of AOI. Each AOI has a set of corresponding data for AOI information. When an item is selected the application will zoom to the coordinates given for that AOI and populate the AOR/Base information panel with the information for that AOI. 5.4.2 Toolbar The application will utilize a hide-able toolbar with the following capabilities, Zoom In, Zoom Out, Pan, Full Extent, Identify (drill down identify w/out having to select a layer), Previous Extent, Print Map, Measuring Tool, Show Layer Attributes and Select by Area. The Print Map function will include different layout options that are configurable by ACC GeoBase. The applications map cursor will be determined by which tool is selected. 5.4.3 Scale change The application will have a zoom to scale drop down list and text entry box in the upper right corner of the viewer. 5.4.4 Table of Contents The application will have two TOC (Table of Content) areas. The first will be a dynamically built list of all map services for the entire region. The second will only appear when an AOI specific Map Service is enabled. The TOC will dynamically render swatches/integrated legend list and grouping based upon a configuration file. 5.4.5 Maximize Map The application will be able to hide both left and right panels to maximize map visibility area. The ability to completely maximize the map so that it takes up the entire screen with a basic set of control embedded on the map. 5.4.6 Navigation, Scale Bar and Display FOUO The application shall display an FOUO Disclaimer and current year on the acetate layer of the map in the lower right corner. The application will have a ?compass rose? on the map as an acetate layer. The application will have a scale bar on the map as an acetate layer. 5.4.7 Detecting AOI Location The application will query the installation boundary extents for extent changes within scale ranges above a given amount. When one boundary is detected within the extent change, the AOI information window will populate the information for that given boundary, allowing the application to determine what AOI the user has zoomed into. 5.4.8 Coordinate The application will show coordinate information (X, Y) as well as the ability to change the format on the fly to various formats: DDS, DMS, and MGRS. 5.4.9 Bookmarks The application will have a drop down list in the upper right area after the toolbar that be populated by a data source on the server side. 5.4.10 AOI Information The application will show given set of Base/AOI Information when either a selected AOI from the drop down list or from when map extent contains one AOI area. 5.4.11 Common Tasks The Contractor shall develop all ?Common Tasks? for this web application using .NET 2.0 VB.net programming language, for easy modification by ACC GeoBase staff. Upon selection of a ?Common Task? a panel shall appear using easy to follow steps for the end users to use the function. 5.4.12 Building Search The application will have a building search capability that will allow users to find a building using building number and Base Name. Base Name should already be populated if specific AOI has been identified. 5.4.13 Buffer The application will have a buffer function which will perform a buffer around a selected item with the option to return all items from one or all layers in the map service within the given distance. 5.4.14 Redline Tool The application will have a ?Redline Tool? which will allow users to draw points, lines, polygons and text on top of the map. The tool must allow users to change color, size and fill styles as well the ability to print/save map with drawn items on it. The tool will allow users to reposition items rendered and perform other formatting tasks. 5.4.15 Hyperlinks The application will have the capability to use hyperlinks, per attribute fields in layers to link to external content. 5.4.16 Save Map The application will allow for users to save map as PDF, JPG, GIF, BMP, EPS, and TIF. 5.4.17 Geocode The application will have the capability to geocode a location from a given address using the road centerlines network as well as from Lat/Lon and MGRS. 5.4.18 URL Capability The application must have the capability to open and zoom to a specific area from a URL link with coordinates given as URL options. The application must also have the ability to create URL links to be emailed with current layer visibility included in the link. 5.4.19 Pre-Caching of raster content The application must have the capability to pre render and cache tiled raster content to either a local server environment or Akamai Net Storage for subsequent retrieval by locally managed ArcIMS and ArcGIS web map services. 5.4.20 Email Map The application must have the capability to connect to a non-local, secure SMTP resource to facilitate the emailing of the map on screen with the ability to add text and a subject line. 5.5 Build Training Management Solution Build an online, GCSS-AF Portal integrated training management solution with the following specifications: A. System tracks what a user has studied by consuming http header information within GCSS-AF portal environment. B. System can provide access control, via http header info, if needed to lock down certain courses C. Systems allows for customizable, trackable questionnaire at end of each module D. User must pass this questionnaire before being able to take follow on course E. User can to print/email a certificate of completion if they pass the respective course F. System contains report mechanism to allow administrator to query and view reports about who is taking or has completed what modules, etc. G. System will automatically email administrator when a module is complete H. Examples of systems that we would like to emulate include a. https://golearn.csd.disa.mil/kc/main/kc_frame.asp?blnWhatsNew=True&strLastLog=TO_DATE('12/30/1899%2012:0%20AM',%20'MM/DD/YYYY%20HH:MI%20AM') b. ESRI Online training courses c. More to be provided 5.5.1 Convert Training Material Contractor must convert existing training material (22) courses into a standard, GCSS-AF portal usable format and integrate into the above training system. 5.5.2 Create Additional Modules Contractor shall create system to allow flexibility for HQ ACC GeoBase staff to create and modify courses as well as create and modify the end of module questionnaire. 5.6 Application Configuration and Testing Contractor shall install, configure, and test web applications at HQ ACC server to meet HQ ACC GeoBase web viewer requirements. Contractor shall ensure that web application runs properly on the HQ ACC server with functionality occurring on the Air Force GCSS portal. Application will reside on a single machine that hosts the IIS web server and ArcGIS server software applications. 5.7 User Help Information Contractor shall write Help section for users to access when on-line which describes the functionality of each tool, form or functionality. 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 5.4.1 ? 5.4.19 Build Web Application N/A Award + 120 days 5.5, 5.5.1, 5.5.2 Build Training Management Solution N/A Award + 270 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 Contracting Manager is: Susan Baldwin Susan.baldwin@langley.af.mil The COR is: Elton Sledge, Maj 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-07-Q-0113/listing.html)
 
Place of Performance
Address: HQ ACC/CER Langley AFB, VA
Zip Code: 23665
Country: UNITED STATES
 
Record
SN01405037-F 20070914/070913083925 (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.