Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
MODIFICATION

D -- WebEOC Software Enhancements

Notice Date
3/18/2008
 
Notice Type
Modification
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525, UNITED STATES
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3A48067A001
 
Response Due
3/19/2008
 
Archive Date
4/3/2008
 
Point of Contact
Christopher Torres, Contract Specialist, Phone 210-652-5117, Fax 210-652-2759
 
E-Mail Address
chris.torres@randolph.af.mil
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
*NOTE* for a printer friendly version of this notice, please email a request to chris.torres@randolph.af.mil. The 12th Contracting Squadron at Randolph AFB intends to negotiate on a sole-source basis with Emergency Services Integrators (ESi), 823 Broad Street, Augusta, GA, 30901. This acquisition is proprietary in natures and is for WebEOC enhancements in support of the WebEOC software package. This is a streamline combined/synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote to ESi. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-21. The NAICS Code is 541519; size standard $23.0 M. IAW 10 U.S.C. 2304c (1), as implemented by FAR Part 6.302-1 ? Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. A Firm Fixed Priced Award will be made. SOLE SOURCE NATURE OF ACQUISITION: WebEOC?s functionality satisfied Homeland Security Presidential Directive HSPD-5 directs imlementation of the National Incident Management System (NIMS) and the National Response Plan (NRP) by all Federal Agencies and Departments. This requirement is for the purchase of WebEOC enhancements in accordance with the attached Performance Work Statement (PWS). The purpose of the PWS is to provide contractor technical support to modify, validate and enhance existing WebEOC programs. Contractor shall provide all necessary technical support services required to accomplish the tasks described in the PWS. CONTRACT TERMS AND CONDITIONS: The following provisions apply: 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Offerors are reminded that Representations and Certifications are to be maintained at the following website: http://orca.bpn.gov/publicsearch.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR 52.215-5 -- Facsimile Proposals 52.252-1 -- Solicitation Provisions Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this address: http://farsite.hill.af.mil 52.212-1 -- Instructions to Offerors -- Commercial Items The following clauses apply: 52.212-4 -- Contract Terms and Conditions -- Commercial Items. 52.212-4 -- Contract Terms and Conditoins -- Commercia Items Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be only made by written agreement of the parties, with the exception of: (1) Administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Paragraph (n) of this clause is tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title of commercially-available-off-the-shelf (COTS) software is exempt from this paragraph. The terms and conditions of the software licensing agreement shall prevail in lieu thereof. 52.212-5 -- Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items, with these additional FAR clauses marked: 52.219-6 -- Notice of Total Small Business Set-Aside. 52.222-3 -- Convict Labor. 52.222-21 -- Prohibition of Segregated Facilities. 52.222-6 -- Equal Opportunity. 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-36 -- Affirmative Action for Workers with Disabilities. 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. 52.222-41 -- Service Contract Act of 1965. END OF CLAUSES MARKED FOR 52.212-5 52.223-5 -- Pollution Prevention and Right-to-Know Information. 52.223-6 -- Drug Free Workplace. 52.232-1 -- Payments. 52.237-2 -- Protection of Government Buildings, Equipment and Vegetation. 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). The full text of this clause may be accessed electronically at: http://farsite.hill.af.mil. 252.204-7004 -- Central Contractor Registration Alternate A 252.212-7000 -- Offeror Representations and Certifications - Commercial Items -- (a) Definitions. As used in this clause - (1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it - (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it - ___Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea Clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with these additional clauses marked: 252.232-7003 -- Electronic Submission of Payment Requests. END OF CLAUSES MARKED FOR 252.212-7001 252.225-7031 -- Secondary Arab Boycott of Israel. 252.232-7010 -- Levies on Contract Payments. 252.243-7001 -- Pricing on Contract Modifications. 5352.201-9101 -- Ombudsman -- (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the AETC ombudsmen, Chief, Business Operations Branch, HQ AETC/A7KB, 2035 First Street West, Randolph AFB TX 78150-4304, 210-652-5815; facsimile 210-652-8348. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Interested parties capable of providing the above must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. Responses to this notice shall be provided in writing via e-mail to: Chris Torres, at chris.torres@randolph.af.mil and copied to Linda Johnson at linda.johnson1@randolph.af.mil. All response shall be received NLT 3:00 PM CST on 20 Mar 08. Email is the preferred method. Point of Contact: Chris Torres, Contract Specialist, Phone 210-652-5117, Fax 210-652-2759; Linda M. Johnson, Contracting Officer, Phone 210-652-5111, Fax 210-652-2759. PERFORMANCE WORK STATEMENT (PWS) FOR SOFTWARE ENHANCEMENTS 1.0. GENERAL 1.1. INTRODUCTION 12 MSG/CEX located at Randolph AFB, TX requires contractor technical support to modify, validate and enhance the overall WebEOC program as defined in this PWS. This support will assist the 12 FTW Commander, during emergency response through the use of WebEOC, which is used to manage incidents affecting Randolph AFB, TX. 1.2. BACKGROUND Homeland Security Presidential Directive HSPD-5 directs implementation of the National Incident Management System (NIMS) and the National Response Plan (NRP) by all Federal Agencies and Departments. In addition, AFI 10-2501 mandates that we implement the Air Force Incident Management System (AFIMS) to support the NIMS. 2.0. REQUIREMENTS 2.1. Scope of Work. The purpose of this PWS is to provide contractor technical support to modify, validate and enhance existing WebEOC programs. The Contractor shall provide all necessary technical support services required to accomplish the tasks described in this PWS. The Contracting Officer?s Representative (COR) is responsible for technical and functional accuracy, compliance with required standards, coordination of meetings and interviews between functional subject matter experts and the Contractor. 2.2. Scope of Work 2.2.1. Task 1: The Contractor shall perform software modifications, validation and enhancements for the overall existing WebEOC program in accordance with this PWS. 2.2.1.1. The Contractor shall configure boards based on current information sharing practices. 2.2.2. Task 2: The Contractor will be responsible for developing and conducting ?System Administrator? and ?User? training for Randolph AFB personnel. 2.2.2.1. The Contractor shall provide System Administrator training to a core group of approximately 10 personnel consisting of members from 12 MSG/CE, 12th Communications, and 12 FTW/XP (1.5 days for Administrators; 3.5 days of user training). Continued basic training in the function of the system and enhancements will be necessary for all users to understand concept, information flow, general usage, and navigation. Training will begin on boards already developed by the Randolph Air Force Base EM Branch. 2.2.2.2. Contractor shall provide User training to approximately 120 members of the Commanders Senior Staff, Emergency Operation Center (EOC), and Unit Control Centers (UCCs). Slide presentations will be developed and administered for each of these functions. Class attendees are given the opportunity to log into the WebEOC system and practice adding information into the system in order to become familiar with it. In addition, an overview of the program, purpose and additional details of the WebEOC programs will be covered. 2.2.2.3. The Contractor shall provide all classroom materials, presentation materials, workbooks, and staff necessary to conduct courses effectively. All classroom materials will be kept by class attendees and used as reference material. The Contractor shall also develop an electronic user?s guide that details the use of WebEOC at the Commanders Senior Staff, EOC, and UCC levels. The materials, presentations and electronic user?s guide will remain with RAFB EM Branch for future use. 2.2.3. Task 3: Connectivity. 2.2.3.1. The Contractor shall assist with establishing connections of the RAFB WebEOC program to outside agencies in the San Antonio area including the following: o Fort Sam Houston o City of San Antonio o Bexar County o South Texas Regional Trauma Council RMOC o The Governors Division of Emergency Management 2.2.3.2. The contractor shall act as a liaison to connect the RAFB EM WebEOC program to other WebEOC users in the San Antonio area and the State of Texas. 2.2.4. Task 4: Exercise Support. The Contractor shall assist the Wing Exercise Evaluation Team (EET) develop exercises to determine which boards and/or processes need to be enhanced by viewing their use during an actual activation and provide WebEOC exercise support for tabletop and full scale exercises. 2.2.4.1. The contractor shall provide onsite WebEOC evaluation support during two virtual (CPX) and two field training exercises (FTX). The onsite support is to determine which boards and/or processes need to be enhanced by viewing their use during exercise events. 2.2.5. Task 5: Meetings will be conducted daily to discuss processes, training, and exercise scenarios. 3.0. The following describes the task which may be exercised by the Government. 3.1. The contractor shall support RAFB EM Branch to research and determine the feasibility of connecting the WebEOC program to the GeoBase Geographic Information System. If this is feasible, the Contractor shall begin with the development of an Application Programming Interface (API) between the two (2) systems. 4.0. Inspection and Acceptance. Only the COR has the authority to inspect, accept or reject all deliverables. 5.0. DUTY HOURS Normal work hours will be Monday through Friday. Federal legal holidays will be observed under this contract. Government down days and Family days do not constitute a Federal Holiday. 6.0. TRAVEL Contractor personnel may be required to travel to support this contract. Travel may be required to assist with linking to outside agencies. The travel may either be onsite or in person with these outside agencies to determine which boards will be connected and what information will be shared. All proposed travel to be performed by the contractor shall be pre-approved by the COR prior to any travel. After completion of travel, the contractor shall submit expense vouchers to the COR. The COR will verify all travel costs to ensure all are allocable and reasonable prior to approving for payment. The Government shall reimburse the contractor for the expenses not to exceed the limits set forth in Federal Acquisition Regulations (FAR 31.205-46). 7.0. SECURITY 7.1. The Contractor may be exposed to unclassified sensitive information as well as information covered under the Privacy Act of 1974. The Contractor will comply with all applicable safeguarding and handling requirements. Contract personnel, although recognized as Contract employees and under the complete control of the Contractor, will be required to comply with the directives and requirements of the base commander or authorized representative as to security standards and regulations applicable to the work site. The base commander may bar Contractor personnel involved in crimes and/or other incidents of misconduct from the base. The Contractor shall inform the contracting officer of any information they have relating to crimes. 7.2. IAW AFI 10-245, Antiterrorism Standards, Antiterrorism Level I training can be provided to the contractor employees and any subcontractor employees at their request by contacting the Antiterrorism Office (210)652-1357. SCHEDULE OF SUPPLIES The Contractor shall provide all labor, supervision, transportation, supplies, equipment and other items and services necessary to perform the resultant contract In Accordance With (IAW) the Performance Work Statement (PWS). Provide Contractor technical support to modify, validate and enhance existing WebEOC programs. Performance Period: Date of Contract Award through 30 Sep 08 Item Description Quantity Total Price 0001 Contractor shall perform Software modifications, Validation and enhancements for the overall existing WebEOC program 0001AA Contractor shall modify customized boards 1 Each $ __________ IAW the attached PWS 0001AB Contractor shall assist with development 1 Each $ __________ of an online Randolph AFB WebEOC Community of Practice Site IAW the attached PWS 0002 Administrator and User Training 0002AA Contractor will be responsible for conducting 1 Each $ __________ conducting System Administrator training for approximately 1.5 days-, including Not Separately Priced (NSP) deliverables, IAW the attached PWS 0002AB Contractor will be responsible for conducting 1 Each $ __________ conducting User training for approximately 3.5 days, including Not Separately Priced (NSP) deliverables, IAW the attached PWS 0002AC Contractor will be responsible for providing 1 Lot $ _NSP_______ All classroom materials, presentation materials, workbooks Not Separately Priced (NSP) deliverables, IAW the PWS 0003 Connectivity 0003AA Contractor shall assist with establishing 1 Lot $ __________ Connections of the Randolph Air Force Base WebEOC program to outside Agencies in the San Antonio area IAW the attached PWS 0003AB Contractor shall act as a liaison to connect 1 Lot $ __________ The RAFB EM WebEOC program to Other WebEOC users in the San Antonio area and the State of Texas IAW the attached PWS 0004 Exercise support 0004AA Contractor shall assist the Wing EET 1 Each $ __________ with Installation wide exercises IAW the attached PWS. SCHEDULE OF SUPPLIES (CONT?D) The Contractor shall provide all labor, supervision, transportation, supplies, equipment and other items and services necessary to perform the resultant contract In Accordance With (IAW) the Performance Work Statement (PWS). Provide Contractor technical support to modify, validate and enhance existing WebEOC programs. Performance Period: Date of Contract Award through 30 Sep 08 Item Description Quantity Total Price 0004AB Contractor shall attend meeting to discuss 1 Each $ __________ processes, training, and exercise scenarios IAW the attached PWS. 0005 Travel as approved by the Contracting 1 Lot NTE $33,600.00 Officer Representative IAW FAR 31.205-46 SUBTOTAL: $ __________________ 0006 OPTIONAL: Contractor shall support RAFB 1 Lot $ __________ EM Branch to Research and determine feasibility of connecting WebEOC program to the GeoBase Geographic Information system. Note: The above referenced Optional CLIN may be added via a unilateral modification as directed by the Contracting Officer and is subject to availability of funds. TOTAL: $ __________________ PROFESSIONAL EXEMPTION A review of the Wage Determination Number 94-2521, Rev (30), appears not to apply. Therefore, please refer to the US Dept Labor, 29 CFR 541.400, Computer Related Occupations. For a complete reference, refer to the below listed URL. Once you have reviewed the above listed CFR and have determined the professional exemption applies to this acquisition, please certify and return with proposal. http://a257.g.akamaitcech.net/7/257/2422/01jul20061500/edocket.access.gpo.gov/cfr_2006/julqtr/pdf/29cfr541.400.pdf _________________________ ___________ Name/Title Date NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAR-2008); 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/AETC/RandAFBCO/F3P3A48067A001/listing.html)
 
Place of Performance
Address: 12 MSG/CEX 1920 5th Street West Randolph AFB, TX 78150
Zip Code: 78150
Country: UNITED STATES
 
Record
SN01535845-F 20080320/080318230149 (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.