Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

D -- Synopsis: The MICC CenterFt McPherson will be soliciting proposals for Digital Video & Imagery Distribution System New SATCOM Terminals on or about 14 Sep 09. Soliciation specs and factors will be basis for proposal evaluations.

Notice Date
8/26/2009
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACA, Fort McPherson GA, Southern Region Contracting Center-East, 1301 Anderson Way SW, Fort McPherson, GA 30330-1096
 
ZIP Code
30330-1096
 
Solicitation Number
W911SE-09-R-0016
 
Response Due
9/14/2009
 
Archive Date
11/13/2009
 
Point of Contact
H. David Carter, 404-464-3827
 
E-Mail Address
ACA, Fort McPherson GA
(harrison.d.carter@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W911SE-09-R-0016. Digital Video and Imagery Distribution System (DVIDS) is a state-of-the-art, 24/7 operation that provides a timely, accurate and reliable connection between media around the world and military units serving in both stateside and overseas. The overseas locations include, but are not limited to Japan, The Horn of Africa, Iraq, Afghanistan, Kuwait, Qatar and Bahrain. United States Army Central (USARCENT) Public Affairs Offices (PAOs) is the proponent for Army DVIDS program for Central Command (CENTCOM). The PAO recognizes the value of having access to the DVIDS network, as have agencies outside of CENTCOM, to include other Army commands and sister services. As a result, an efficient means is needed to acquire and field new systems to meet future DVIDS network expansion plans. There are currently approximately 150 terminal systems in the DVIDS network. New SATCOM terminal acquisition projections is for from 25 to 100 systems in the base year and 25 to 75 additional SATCOM terminals in each of the four successive option periods, with end strength projected at 525 terminal systems by the end of FY13. Each new system will be fielded with a set of common use/high failure spare parts, so customers may perform user and organization level repairs on-site. Helpdesk support is also required to help resolve equipment operation concerns for customers deployed world-wide. Maintenance support is needed to provide preventive maintenance (scheduled maintenance) and unscheduled maintenance for DVIDS SATCOM terminals which are now in use or will eventually be purchased. Repairs for terminals currently in use require an individual purchase request to secure necessary maintenance service and repair parts. Training for system operators and field maintenance technicians has always been essential to the success of the DVIDS network even though it is not included along with the purchase of each system, and therefore training will also be purchased under this acquisition. Since PAOs using DVIDS SATCOM terminals are at CONUS and OCONUS locations, access to training on a flexible schedule is important. Lastly, contractor travel to provide maintenance and deliver training is inherently necessary. Equipment users were limited to standard customer support and limited warranty maintenance support. PWS: 2.0 REQUIREMENT. The contractor shall provide the supplies and services specified herein in accordance with this PWS. This contract will utilize the pre-existing integrated DVIDS environment (i.e. the terminal tracker database accessible via the www.divdshub.net and contracted DVIDS program operations hub interface) to facilitate the means to track repair actions, and maintain and sustain all current and future DVIDS systems that operate in the integrated DVIDS environment. At time of award, the contractor shall be able to supply new systems within 30 days of receipt of a minimum order. Larger order delivery schedules will be coordinated before order finalization. The contractor shall be capable of providing support to all legacy systems within 15 days of contract award to include technical help desk, maintenance and processing of all spare part order requests. The contractor shall be capable of exchanging large quantities of engineering and technical support among all DVIDS systems and exchange digital information via email and or the transmitter tracker application via the administration section of the DVIDS web site for the conduct of business by electronic means in order to ensure that systems are fully operational. The contractor shall incorporate passive RFID technology on transport cases and main component mounting assemblies/frames for ease of system tracking and accountability. 2.1 GOVERNMENT FURNISHED INFORMATION (GFI). To the maximum practicable extent, the Government will provide available information needed to support the facilitation of maintenance and repairs of DVIDS systems. Information will include but not be limited to: date of purchase/entry into service, system serial numbers, configuration (type) information on all systems currently fielded for use in the DVIDS network to include manufacturers name and system model number or name; information on the DVIDS integrated environment and updates on proposed and implemented changes to the parameters of that environment, System ID; Public Affairs Office (PAO) Unit assigned to system; shipping address; owning unit Technical POC (for trouble-shooting and maintenance coordination). All such information will be entered and kept current in the Transmitter Tracking administrative section of the DVIDS website: www.dvidshub.net. The government will provide the contractor with information identifying the construct of the DVIDS integrated environment and with updates on proposed and implemented changes to the parameters of the DVIDS integrated environment. The contractor is responsible to assure and confirm completeness and correctness of system data before performance and completion of any (contractor performed) maintenance. DVIDS system users will cooperate fully to ensure the database contains correct and current data. 2.2 CONTRACTOR FURNISHED MATERIALS AND EQUIPMENT. The contractor shall acquire all software associated with DVIDS SATCOM terminal systems necessary to sustain full operational capability of all legacy and future DVIDS systems deployed throughout the world. 2.3 COMPUTER EQUIPMENT. The contractor shall have operational knowledge of all satellite technologies necessary for fielded legacy DVIDS systems, and those fielded during the term of this contract, to operate in its current configuration and, in consideration of any required software and/or hardware modifications, future DVIDS integrated environment. Contractor computing facilities and resources shall be capable of quick reaction troubleshooting and guiding repair actions of military technicians and operators in the field. In general, the following functions may be required: Global Internet connectivity International telephone calling capability (in- and outbound) Collaborative maintenance planning connectivity Software development tools Engineering analysis tools 2.4 SECURITY. The contractor shall comply with the instructions in this section. For the purpose of these instructions, the Servicing Security Activity (SSA) is the local military security organization that provides security support for all Government and contractor personnel performing on the installation. The contractor shall identify contractor personnel who will respond to and/or perform field maintenance and repair actions on DVIDS assets, within 15 days of contract award. The government will generate and the contractor shall complete a DD Form 254, Contract Security Classification Specification document (to be provided by government). The contractor shall comply with all applicable agency guidance, and will retain one copy of the DD Form 254 on file, return the original to the contracting officers representative (COR) and one copy to the administering Contracting Specialist at MICCC-FM. The DD Form 254 will be finalized within 45 days after contract award. 2.4.1 Facility clearance: In the event that the Contractor is asked to travel to conduct repairs on DVIDS satellite ground equipment, personnel must possess or obtain a facility clearance before entering the Forward Operating Base. The contractor shall provide necessary information to the government upon request, so facility access requests may be processed. The government will ensure facility clearance is obtained for responding contractor technician(s), so they may facilitate necessary repairs. Upon entry and when necessary, a designated military person will escort the technician while they perform necessary repairs and maintenance. The COR and Contractor will coordinate to ensure compliance with requirements of the Synchronized Pre-deployment & Operational Tracker (SPOT) system where applicable (reference website:https://spot.altess.army.mil/privacy.aspx). 2.4.1.1 DoD Anti-Terrorism Standards: Pursuant to Department of Defense Instruction 2000.16, DoD Anti-Terrorism Standards, Contractor personnel requiring access to a Federally-controlled facility shall take the Level 1 anti-terrorism awareness training. This training is publicly available at https://atlevel1.dtic.mil/at Each contractor employee who needs access to a Federally-controlled facility must complete the training and receive a certificate of completion. Completion certificates shall be forwarded to the Contracting Officers Representative (COR) and shall be revalidated annually. 2.4.2 Unescorted Entry Authorizations: None 2.4.3 Counterintelligence Awareness Briefing: The contractor shall comply with the military installations Counterintelligence Awareness Program. Contractor personnel shall report to an appropriate authority any information or circumstances of which they are aware may pose a threat to the security of DoD personnel, contractor personnel, resources, and classified or unclassified defense information. 2.4.4 Crime Prevention Program: While performing on a military installation, the contractor shall adhere to the installations Crime Prevention Program. The COR, in coordinating access, will ensure on-site briefs include site specific program particulars. 2.4.5 Identification of Contractor Employees 2.4.5.1 The contractor shall provide each employee with an identification (ID) badge made of nonmetallic material, easily readable and including employees name, contractors name, functional area of assignment, and recent color photograph of the employee. 2.4.5. 2. Display of ID Badges: Contractor personnel shall wear the ID badge at all times when performing work under this contract at a Government site, including while attending Government meetings and conferences that may take place outside the Government facility. Unless otherwise specified in the contract, each contractor employee shall wear the ID badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit such placement. 2.4.5.3 Answering Telephones: Contractor personnel shall identify themselves as a contractor employee when answering Government telephones. 2.4.5. 4. Utilizing Electronic Mail: When prime contractor or subcontractor personnel send e-mail messages as a part of contract performance (or otherwise relating to contract matters), each sender shall include his/her name (both first and last names), [E-mail address and the name of the individuals employer]. 2.5 COMMERCIAL PROCESSES AND TECHNOLOGIES. While conducting maintenance actions, the contractor shall apply commercially acceptable processes and technologies, as appropriate, in accordance with the specific needed repair. 2.6 QUALITY ASSURANCE. The contractor shall provide confirmation of and maintain a quality control system which addresses new system assembly, packing and shipping processes as well as maintenance practices and procedures. The contractor shall provide their quality control program manual, including a matrix that traces the provisions of requirements to the contractors documented procedures to the COR not later than 30 days after contract award. The contractor may be subjected to periodic audit/assessment of the contractors quality program, at Governments discretion, to ensure that the program is consistent and working. 2.7 SOFTWARE ENGINEERING. The contractor shall apply effective software engineering processes to all software requirements. 2.8 SAFETY AND ENVIRONMENTAL. The contractor shall comply with all applicable federal, state and local safety, health and environmental regulations. 2.8.1 Systems Safety and Health Hazards. The contractor shall identify and evaluate system safety and health hazards, define risk levels, and establish a program that manages the probability and severity of all hazards associated with the individual operators. Safety and health hazards shall be managed consistent with mission/system requirements. All inherent hazards shall be identified, evaluated and either eliminated or controlled to ensure minimum risk to the environment and personnel. A Safety and Health Standards management plan document shall be delivered to the COR within 30 days after contract award. 2.8.1.1 Hazardous Materials. The contractor shall implement a Hazardous Material Management program to reduce and control hazardous materials utilized in the performance of this contract. The use of hazardous or corrosive materials shall be reduced in accordance with DODD 4210.15. A Hazardous Material Management program document shall be delivered within 30 days after contract award. 2.8.1.2 Pollution Prevention Program. The contractor shall implement a Pollution Prevention Program to minimize environmental impacts and the costs associated with environmental compliance. Pollution shall be prevented or reduced at the source whenever feasible. Hazardous materials that cannot be prevented or recycled shall be processed in an environmentally safe manner, and in accordance with applicable environmental regulations. A Pollution Prevention Program plan document shall be delivered to the COR within 30 days after contract award. 2.9 RISK MANAGEMENT. The ordering Contracting Officer reserves the right to request a risk mitigation plan for mitigating the major risks identified in accordance with this contract. The plan shall outline the major risks to executing the proposed program concept. 2.10 PROGRAM MANAGEMENT. The contractor shall maintain a single management focal point with decision authority and maintain a supporting program management system to accomplish the administrative, managerial, financial, and technical aspects of DVIDS new system delivery, support and maintenance. 2.11 MEETINGS AND REVIEWS. 2.11.1 Post-Award Conferences. The Government will host a joint Post-Award Conference for successful basic contract awardee within 30 days after contract award. Attendance by all key contract participants, Government and prime contractor, is required. The COR will notify prime contractor of a specific date, location and agenda within 10 calendar days after contract award. 2.11.2 Production Schedule and Planning Meetings. The Contractor shall host a monthly meeting via video or audio teleconference with the Government Manager / COR to review information to include, but not limited to, 1) approved customer system orders (type & quantity), 2) end user/customer unit, 3) current order status and 4) 120 day milestone projections (final assembly, delivery location and date). Report shall also include summary of units having less than 100 percent spare parts levels to include fill projections (e.g. dates and cost) and known limiting factors. Meetings shall occur not later than the 20th of the month, with the first meeting not more than 30 days after contract award. Contractor has format control but shall coordinate report content with the COR. Copies of the report will be delivered (with receipt confirmed) to the Government Manager / COR electronically three (3) business days before the meeting. 2.11.3 Technical Maintenance Meetings. The Contractor shall participate in Technical Maintenance Meetings on a weekly basis with Government Manager / COR and Government Technicians to review current status of all DVIDS systems and provide technical expertise with regard to repairing systems. The Government Manager / COR will specify agenda and attendance requirements, with specific dates and locations, at least 7 calendar days prior to each meeting. 2.11.4 Training Coordination Meetings. The Contractor shall participate in Technical Coordination Meetings on a quarterly basis with Government Manager / COR and Government Technicians to review current status of all requests for Lifecycle Sustainment Managers (LSMs) and/or System operators (SO) DVIDS systems training and provide technical expertise with regard to required support and resource availability. The Government Manager / COR will specify agenda and attendance requirements, with specific dates and locations, at least 7 calendar days prior to each meeting. 2.11.5 Performance Reviews. The Contractor shall attend Contract Performance Reviews as required. These meetings will focus on overall contract performance. Specific dates, locations, agenda and attendance requirements will be specified by the COR at least 30 days prior to each meeting. 3.0. DELIVERABLES. All products applicable to this PWS shall be delivered to the Government as specified in the applicable section of this PWS. PWS ReferenceDeliverables TitleFormat or ActionDistributionFrequency or Due Date 2.4List of Field TechniciansParticulars for obtaining travel/access clearances (COR will provide format requirementsCOR15 days after contract award 2.4DD Form 254, Contract Security Classification SpecificationSubmit completed formCOR and Contract Specialist15 days after contract award 2.7QC Program ManualDeliver program manualCOR30 days after contract award 2.9.1Safety & Health Standard Management PlanDeliver plan document(s)COR30 days after contract award 2.9.1.1Hazardous Materials Management ProgramDeliver program document(s)COR30 days after contract award 2.9.1.2Pollution Prevention Program PlanDeliver plan document(s)COR30 days after contract award 2.12.1Attend Post-Award ConferenceConfirm upon notification of scheduled date with attendee and/or participant list COR and Contract SpecialistWithin 72 hrs of meeting date/time notification 3.3.1.1Preventive Maintenance Schedule (base period)Submit proposed PMI schedule for all systems fielded as of contract awardCOR45 days after contract award 3.3.1.1Preventive Maintenance Schedule (option periods)Submit proposed PMI schedule for fielded systems as of anniversary date of awardCOR15 days after award date 2.4.1.1Level 1 Anti-terrorism Awareness TrainingSubmit Certificates of Completion for each contract employee on contract.COR15 days after award date and annually thereafter 3.1 FUNCTIONAL AREA I: NEW SYSTEM ACQUISITION 3.1.1 Supply/Service Ordering Process 3.1.1.1 Military Public Affairs Offices will submit their request to obtain new SATCOM terminal systems and other optional services (i.e. extended warranty) to the DVIDS Operations Officer. The DVIDS Operations Officer will review and make approval determinations, after ensuring compliance with program objectives and network schedule and support systems are capable of absorbing the increase in demand. Advance coordination with the DVIDS Program Office is strongly encouraged. Minimum information in the request will include the requesting organization identification, point of contact information (official mailing address, commercial and DSN telephone numbers, fax and unclassified email address), unit supply delivery information, mission objective and/or requirement justification, letter of authorization from division level or higher CoS/CG, description of DVIDS terminal type(s) and quantity desired, additional requirements from contract delivery schedule (para. 3.1.1.3.1), and certified funding document (DA Form 3953 - Purchase Request and Commitment or DD Form 448 - Military Interdepartmental Purchase Request). NOTE: Cmdr/CG Letter of Authorization will suffice as commitment to funding, pending final price for system delivery. Final orders will not be placed until certification of funding is received by the contracting officer. 3.1.1.1.1 Variations in system configurations, as defined in Technical Exhibit 1, are not permitted. System conformity is essential to ensure optimum dependable DVIDS network performance and to control program costs, maintain quality control and achieve production schedules. System configuration improvements and changes will be coordinated as a part of overall program management and efforts to include, but not limited to, ongoing activities defined in section 2.8 Software Engineering and section 3.3.4 System Engineering of this PWS. 3.1.1.2 DVIDS Operations Officer will approve or deny requests for supplies (systems). Denied requests will be returned to the requestor with a written rational for the denial. For approved requests submit a copy of documents to the contractor identifying specific CLINS and quantities along with contact and delivery information. Final cost information will be communicated to the customer before the order is placed. After customer acknowledgment and acceptance of order cost and projected delivery date is received, the DVIDS Operations Officer will submit order authorization, cost and funding documents to the contracting officer for application to the appropriate contract CLINS. 3.1.1.3 Contractor shall provide cost information per site order (systems to be delivered to one physical location or command) to the DVIDS Operations Officer when requested. Upon receipt of authorization to proceed from the COR (may be via email), the contractor shall coordinate and provide documentation of supply delivery with the DVIDS Operations Officer and the customer (final requesting organization) (ref 2.12.2). The contractor shall submit invoice for payment after confirmation of supply delivery. 3.1.1.3.1 Delivery Schedule. The contractor shall ensure orders for systems of 10 units or less are shipped to the government acceptance point within 30 days of order confirmation. The government will negotiate with the contractor regarding shipment or delivery schedules for orders in excess of 10 units. Projected deviations from the shipment schedule must be communicated to and coordinated, in advance of order confirmation, between the contractor POC and COR with agreement confirmation from the customer (military unit placing the system order). The contactor shall communicate any circumstances that might impact timely delivery of any system(s) with the COR as soon as possible. 3.1.1.5 Contracting Officer will process a contract modification in response to authorized COR request for supply purchases or to obtain required services, which will apply certified funding to applicable CLINS. 3.1.2 System Types. Digital Video and Imagery Distribution System (DVIDS) Satellite Communication (SATCOM) Terminal System were envisioned for applications supportable by one of five (5) configurations. A brief description of each system is as follows: TYPE A DEPLOYABLE: This system is a highly integrated transit cased system which enables the bidirectional transport of video, audio and data content between remote CONUS/OCONUS locations and the DVIDS Operations hub. TYPE B TRANSPORTABLE: This system has two variants a 2.4m Transmit/Receive satellite terminal and a 2.4m Receive Only satellite terminal. The former is capable of bidirectional transport of video, audio and data content between remote CONUS/OCONUS locations and the DVIDS Operations hub. TYPE C MANPACKABLE: This is a highly integrated transit cased system which enables the bidirectional transport of video, audio and data content between remote CONUS/OCONUS locations and the DVIDS Operations hub. TYPE D HMMVV-MOUNTED: This is a system intended to be mounted on a HMMVV vehicle and capable of bidirectional transport of video, audio and data content between remote CONUS/OCONUS locations and the DVIDS Operations hub. TYPE E MARITIME: This is a complete system intended to be mounted on a vessel and capable of bi-directional transport of video, audio and data content between offshore locations and the DVIDS Operations hub. 3.1.3 Warranty. The contractor shall provide documentation stipulating the extent of warranty coverage and manufacturers process for identifying and securing warranty maintenance support to each delivery location (one set per order/delivery location) and one for each system type to the COR. The contractor may not charge for nor will the government pay separately for maintenance (e.g. PMIs or other warranted services) or other expenses explicitly covered by system warranties. The government will consider negotiations for an extended systems maintenance support contract, once the government determines such support will be needed. Warranty data shall be recorded in the maintenance management database record for the applicable system. Data identifying all warranted systems will be recorded and an initial status report generated and delivered to the COR (by owning unit, system serial number and warranty end date) within 30 days of contract award with updates provided every 90 days thereafter. 3.2 FUNCTIONAL AREA II: HELPDESK SERVICES 3.2.1 24-hour Helpdesk. The contractor shall ensure access to a helpdesk technician is possible on a 24 hours a day, seven (7) days a week, 365 days a year basis by DVIDS SATCOM terminal operators world-wide. Helpdesk technician(s) shall respond to phone calls and or email requests for assistance immediately but no more than 10 minutes after a phone call or email inquiry is received from sources identified below. Technicians manning the helpdesk shall have sufficient education, knowledge and experience on the operation and maintain of mobile satellite communication systems. The contractor shall obtain and/or maintain and publish for use by all DVIDS system terminal operators, a toll-free telephone numbers and an internet (email) address. A technician shall be accessible who is knowledgeable of the system configuration for which assistance is needed. The helpdesk technician shall be available: - to provide technical assistance in response to calls from units in the field, - to provide technical assistance in response to calls from the DVIDS Operations Hub, - to provide real-time status on any fielded DVIDS terminal system in response to inquiries from members of the Government DVIDS program management staff, - identify equipment/operational problems and identify a solution, - to support legacy systems and newly acquired systems for the duration of the contract. The contractor shall provide primary and alternate, commercially accessible telephone numbers for DVIDS SATCOM terminal system users to call 3.2.2 Maintenance Management Database. The contractor shall be capable of supporting the exchange of large quantities of engineering and technical support among all DVIDS systems, and digital information via email and or the transmitter tracker application via the administration section of the DVIDS web site for the conduct of business by electronic means in order to ensure that systems are fully operational. The DVIDS website is hosted on a server system hosted by the contractor on contract number W911SE-08-C-0017, Crawford Communication, Inc., providers of DVIDS Operations Hub services. Information to access the maintenance administration portion of that database will be provided upon contract award. www.dvidshub.net. The contractor shall back up all terminal status information records on a non-DVIDS Operations Hub resident electronic data storage device a minimum of every two weeks. 3.2.2.1 Monthly Reporting. See paragraph 3.2.3.2 3.3 FUNCTIONAL AREA III: SYSTEM MAINTENANCE 3.3.1 SCHEDULED MAINTENANCE (Includes both legacy and new system acquisitions) 3.3.1.1 Preventative/Warranty Maintenance. A qualified technician or systems engineer shall perform troubleshooting via helpdesk services to the fullest extent possible before making an on-site maintenance requirement determination. On-site technical support response time shall be within 5 days or less for CONUS and 7 days or less for OCONUS service requirements. On-site support includes logistics coordination (i.e. delivery of repair parts and equipment). Deviations will be coordinated through the COR. The contractor shall maintain and repair new and legacy DVIDS systems, to include software, per the applicable system operations and maintenance schedule defined for each system. The contractor shall ensure operators requirement to observe preventive maintenance actions is clearly referenced in system delivery/acceptance documentation. Contractor will ensure qualified technicians are available to perform necessary maintenance actions. Technicians performing maintenance actions shall have education, knowledge and experience operating and maintaining mobile satellite communication systems. Technicians must also possess valid travel documents (i.e. passport). The contractor shall provide a comprehensive preventative maintenance inspection (PMI) schedule, in compliance with minimum system manufacture recommendations, for each fielded terminal system. A copy of the schedule is due to the COR within 45 days of contract award. The contractor shall make annual on-site visits to DVIDS SATCOM terminal systems fielded throughout the world. The contractor shall coordinate with the COR for travel associated with scheduled maintenance activities. The Government will provide emergency medical/dental care, transportation, lodging, and meals. Medical/dental care shall be reimbursed in accordance with local policy. In consideration for use of Government lodging and meals, adjusted per diem rates may apply as required by the Joint Travel Regulation. Applicable Status of Forces Agreements (SOFAs), Memorandums of Agreements (MOAs), US Department of State Directives, foreign treaties, and theater-unique requirements will be identified by the Government Manager. An updated PMI schedule shall be provided to the COR annually, not later than 15 days after the start of each exercised option period. 3.3.2 UNSCHEDULED MAINTENANCE 3.3.2.1 Non-crisis unscheduled maintenance. A qualified technician or systems engineer shall perform troubleshooting via helpdesk services to the fullest extent possible before making an on-site unscheduled maintenance requirement determination. On-site technical support response time for unscheduled maintenance shall be within 5 days or less for CONUS and 7 days or less for OCONUS service requirements. On-site support includes logistics coordination (i.e. delivery of repair parts and equipment). Deviations will be coordinated through the COR. The contractor shall maintain and repair all out of warranty DVIDS systems, to include software, per the applicable system operations and maintenance schedule defined for each system. A cost estimate (labor, parts, travel as applicable) must be approved and adequate funding confirmed by the COR before deployment to complete unscheduled/non-crisis on-site maintenance. Repair estimates must include detailed labor-hour, travel cost and troubleshooting rates. Technicians performing unscheduled maintenance shall have education, knowledge and experience operating and maintaining mobile satellite communication systems. Technicians must also possess valid travel documents (i.e. passport). During the deployment for COR approved unscheduled maintenance the Government will provide emergency medical/dental care, transportation, lodging, and meals. Medical/dental care shall be reimbursed in accordance with local policy. In consideration for use of Government lodging and meals, adjusted per diem rates may apply as required by the Joint Travel Regulation. Applicable Status of Forces Agreements (SOFAs), Memorandums of Agreements (MOAs), US Department of State Directives, foreign treaties, and theater-unique requirements will be identified by the Government Manager. 3.3.2.2 Crisis/deployment unscheduled maintenance. The contractor shall provide personnel (qualified technician or systems engineer) and resources to deploy with equipment, spare parts, and hardware and software, to locations within the Continental United States (CONUS) within 36 hours, outside the Continental US (OCONUS) or to any worldwide location, within 72 hours after notification by the Government COR or DVIDS Operations Office. A cost estimate (labor, parts, travel as applicable) must be approved and adequate funding confirmed by the COR before deployment. Required spare parts, hardware and/or software must be obtainable and available within 72 hours, if not identified before departing to the required location. During the deployment for COR approved maintenance, the Government will provide emergency medical/dental care, transportation, lodging, and meals. Medical/dental care shall be reimbursed in accordance with local policy. In consideration for use of Government lodging and meals, adjusted per diem rates may apply as required by the Joint Travel Regulation. As applicable and with Government Manager assistance, the contractor will comply with all guidance, in particular but not limited to applicable Status of Forces Agreements (SOFAs), Memorandums of Agreements (MOAs), US Department of State Directives, foreign treaties, theater-unique requirements and federal acquisition regulations (FAR) and its supplements (i.e. DFARS PGI 225.7402-4, 252.225-7040, 252.225-7043, 252.228-7003, etc.). 3.3.3 MAINTENANCE CONTROL AND PROCESSING 3.3.3.1 Work Control. All documents for Government Manager / COR execution shall be exchanged via email. An electronic acknowledgement shall be issued confirming receipt of each document and that it has been reviewed and is intact. The contractor shall be capable of supporting the exchange of large quantities of engineering and technical support among all DVIDS systems, and digital information via email and or the transmitter tracker application via the administration section of the DVIDS web site for the conduct of business by electronic means in order to ensure that systems are fully operational. The DVIDS website is hosted on a server system managed by the DVIDS Operations Hub service provider. Information to access the maintenance administration portion of that database will be provided upon contract award. www.dvidshub.net. 3.3.3.2 Monthly Report. The contractor shall submit a monthly summary report of maintenance activities conducted to include the number of helpdesk calls and status (e.g. # resolved, # work-in-progress, etc.), field maintenance actions (e.g. PMIs, # locations, # systems, status, etc.), training completed/scheduled, and a statement of database status/integrity (e.g. update instances, problems with website access, etc.). Other information will be included as needed, if determined to be relevant as a result of Technical Maintenance or Training Coordination meetings. The Transmitter Tracker application shall be maintained so current status or additional maintenance action support data can be accessed by system users having appropriate (determined by COR) access privileges. 3.3.4 LOGISTICS SUPPORT. The contractor shall provide all spare and maintenance parts and software necessary to maintain DVIDS SATCOM terminal systems in the DVIDS network at optimum operational states of repair. 3.3.4.1 Packaging, Handling, Storage, Marking and Transportation. The contractor shall review and/or develop and submit packaging and preservation, handling, storage, marking and transportation requirements for parts, subassemblies or assemblies in accordance with the Government Manager. Contractor shall ship all necessary parts to DVIDS systems worldwide. 3.4 FUNCTIONAL AREA IV: TRAINING 3.4.1 Training Scheduling Procedures. The COR will coordinate to establish a training schedule with the contractor within 45 days after contract award. The COR will request projected training requirements from all participating DVIDS program participants and schedule attendees. Attendance priorities and minimum scheduling information requirements will be coordinated between the contractor and COR and established by the Government program manager/COR and the Chief, Army Public Affairs Offices. Normal class size/frequency will be pre-defined by the COR. Approved urgent (surge) requirements will be coordinated by the COR with the contractor. With location, cost and funding confirmed before classes may be conducted. Advance coordination with the DVIDS Program Office is strongly encouraged. 3.4.2 Lifecycle Sustainment Manager Training. The contractor shall provide training sessions to Lifecycle Sustainment Managers (LSMs) as needed for teach type of fielded terminal at the contractors site CONUS and at a to be determined overseas (e.g. Europe or Middle East) location coordinated with the COR. Training may be conducted alone or in conjunction with SO training. Training shall cover each type of fielded terminals. Each training session may involve up to 3 LSMs. Cost for time and materials pricing shall be established for a training session with class size of up to 3 students. The contractor shall provide stateside training location and the contractor shall ensure availability of required training materials. Class structure (lesson plan) and duration information shall be provided to the COR. The Government (COR) will coordinate site location and access for overseas training classes. Travel will be reimbursed at cost IAW DoD JTR limitations. LSM Training is an optional item under this contract and must be requested by CLIN and funded in advance of delivery per guidance provided in section 3.4.1 3.4.3 System Operator Training. The contractor shall be prepared to provide training sessions to System operators (SOs) as needed for teach type of fielded terminal at the contractors site CONUS and at a to be determined overseas (e.g. Europe or Middle East) location coordinated with the COR. Training may be conducted alone or in conjunction with LSM training. Cost for time and materials pricing shall be established for a training session with class size of up to six (6) SOs. The Government will provide training a location; the contractor shall ensure availability of required training materials. Class structure (lesson plan) and duration information shall be provided to the COR. Travel will be reimbursed at cost IAW DoD JTR limitations. Operator training is an optional item under this contract and must be requested by CLIN and funded in advance of delivery per guidance provided in section 3.4.1 3.5 FUNCTIONAL AREA V: SPARE PARTS PROVISIONING Spare Parts. The contractor shall offer a list of recommended unit level, common failure spares for all fielded terminal(s) by nomenclature, part number, and individually prices to the COR within 30 days of contract award. All spare levels will be established by the COR and communicated to the contractor within 60 (sixty) days of contract award. Once the list is approved by the COR, the contractor shall, within 90 days, acquire and deliver a standard level of spare parts for each system. Deliver will be to each system location, unless otherwise determined by the COR at the time of list approval (see exception for Iraq and Afghanistan). Items identified as critical spares and provided with the system shall be included in each system packing list. The unit with regional spares storage responsibility will control parts inventory for regionally serviced DVIDS SATCOM terminal system users/operators to draw on in the performance of operator maintenance. Inventory level status will be maintained by the government within the maintenance administration portion the database at www.dvidshub.net. Spares may be drawn by contractor maintenance technicians to perform unscheduled or crisis/deployment maintenance actions. Expended spares will be replaced one for one, with COR or contracting officer (KO) authorization before ordering. All parts shall become the property of the government once purchased. Exception for Iraq and Afghanistan. Spare level requirements and delivery location for systems operating in either Iraq or Afghanistan will be established by the COR. Sustaining spare levels in these to operational areas will be maintained as a priority over other equipment locations, unless specifically directed otherwise in writing (email acceptable) by the COR. 4.0. CONTRACTOR REPORTING REQUIREMENTS 4.1 Contractor Manpower Reporting. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Additional instructions are provided at Section F. of the contract document. 4.2 Other Annual Reports. The contractor shall ensure all reports are prepared, entered and or submitted by required time limits, in correct formats and to designated locations. It is important that the contractor and contracting officers representatives (CORs) work together to ensure reports are submitted in a timely manner. The contractor shall include comments in the appropriate monthly report to addressing preparation and submission of reports (other than monthly) as they come due. Reports include, but are not limited to participation in the Contractor Performance Assessment Reporting (CPARS) system, Electronic Subcontracting Reporting System (eSRS) reports (quarterly and annually), and as-required, Synchronized Pre-deployment Operational Tracker (SPOT) reporting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK01/W911SE-09-R-0016/listing.html)
 
Record
SN01927469-W 20090828/090827000844-1fd11c81c7c94e402c46c2fcdd669f75 (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.