Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

69 -- Integration, Installation, Testing, and Training of AN/APS-143 Desktop Trainer - (Draft)

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-11-Q-DCLG93
 
Archive Date
10/5/2011
 
Point of Contact
Tracey Harriot, Phone: 202-475-3198, Robert Mann-Thompson, Phone: 2024753252
 
E-Mail Address
tracey.harriot@uscg.mil, robert.a.mann-thompson@uscg.mil
(tracey.harriot@uscg.mil, robert.a.mann-thompson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
HSCG23-11-Q-DCLG93 Enclosure 4 HSCG23-11-Q-DCLG93 Enclosure 3 HSCG23-11-Q-DCLG93 Enclosure 2 HSCG23-11-Q-DCLG93 Enclosure 1 This acquisition is being issued in accordance with FAR Subpart 13.5. This is a combined synopsis/ solicitation for commercial supplies/services prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The United States Coast Guard (USCG) will award a single Firm Fixed-Price type contract with a period of performance of one year. The solicitation number is HSCG23-11-Q-DCLG95 and is being issued as a Request for Quote (RFQ). This solicitation is being issued as unrestricted to business size and the North American Industry Classification Systems (NAICS) code for this requirement is 611420. The solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. The U.S. Coast Guard (USCG) intends to acquire commercial off the shelf (COTS) computer hardware and software components to create an AN/APS-143 Desktop Trainer in accordance with the attached Performance Work Statement. The Contractor will be responsible for the integration, installation, testing and training of the Desktop Trainer. A Firm Fixed-Price contract will be issued. The following FAR, HSAR, and CG-912 provisions and clauses as well as addenda apply to this acquisition and are incorporated by reference or in full text: - FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) supplemented as follows: QUOTE SUBMISSION DEADLINE: Offerors shall submit an electronic version of the quotation in Adobe.pdf format by 4:00pm Tuesday, September 20, 2011 via email to Tracey.Harriot@uscg.mil. Any questions should be emailed to the same address no later than 4:00 pm ET on Tuesday, September 6, 2011. Due to USCG Internet restrictions, electronic mail attachments over 5 MB in size will not be accepted. The Contractor shall provide any electronic deliverable exceeding the 5 MB size on CD-ROM. Data should be compatible with Microsoft Vista. Additional solicitation requirements, terms and conditions, are as follows and shall be submitted with your response: (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation and Statement of Work; (4) Past performance references; (5) Completed pricing spreadsheet; (6) Terms of any express warranty; (7) Price, availability and any discount terms; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.211-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgement of Solicitation Amendments; (10) Company Tax Information Number and DUNS Number. -FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) supplemented as follows: This is a best value acquisition using the trade-off approach. The USCG intends to award a Task Order resulting from this quotation solicitation to the responsible offeror whose offer is most advantageous to the Government. The USCG will evaluate the quotations that meet the requirements of the solicitation against the following evaluation criteria: i. Technical Acceptability: Vendors must submit documentation that demonstrates how they will comply with the attached Performance Work Statement; the Government will evaluate each vendor's compliance with the Performance Work Statement to determine acceptability. ii. Past Performance: The Government will evaluate each offeror's past performance information for services directly related and relevant to the services to be performed under the Performance Work Statement to their performance on previous contract vehicles. The Government will evaluate quality, timeliness, cost control, and business relations. To be considered relevant, the services must have been performed within the past three years. The USCG reserves the right to utilize past performance information other than the information submitted with the quotations received in conducting the evaluation. iii. Price: The Government will evaluate the total overall price to determine price reasonableness. Travel will be excluded from price analysis. Quotations that are determined to be technically unacceptable may not be considered further for award. Pricing Table CLIN 0001: Final Contractor Project Plan $_________ CLIN 0002: Final Programming and Delivery of the Desktop Trainer $_________ CLIN 0003: Training Materials $_________ CLIN 0004: Travel $_________ -FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2008) -FAR 52.212-4, Contract Terms and Conditions- Commercial Items (June 2010) -FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (July 2010). Clause 52.212-5 further incorporates the following: 52.203-6 Alt 1 (Oct 1995), 52.204-10 (July 2010), 52.209-6 (Dec 2010),, 52.219-8 (May 2004), 52.219-27 (May 2004), 52.219-28 (April 2009), 52.222-3 (June 2003), 52.222-19 (July 2010), 52.222-21 (Feb. 1999), 52.222-26 (Mar 2007), 52.222-35 (Sept 2006), 52.222-36 (Jun 1998), 52.222.37 (Sept 2006), 52.222-40 (Dec 2010), 52.222-41 (Nov 2007), 52.222-42 (May 1989), 52.222-43 (Sept 2009), 52.222-50 (Feb 2009), 52.222-54 (Jan 2009), 52.223-18 (Sept 2010), 52.225-13 (June 2008), 52.232-33 (Oct 2003) and 52.239-1 (Aug 1996). -FAR 52.233-2 Service Of Protest (Sept 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Contracting Officer. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The following Homeland Security Acquisition Regulation (HSAR) provisions and clauses apply to this acquisition: 3052.209-70, Prohibition on Contracts with Corporate Expatriates (June 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting `more than 50 percent' for `at least 80 percent' each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)- (1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held- (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain Stock Disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) Stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) stock of such entity which is sold in a public offering related to the acquisition described in subsection (b)(1) of Section 835 of the Homeland Security Act, 6 U.S.C. 395(b)(1). (2) Plan Deemed In Certain Cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain Transfers Disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special Rule for Related Partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) Disclosure. The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or quotation. (End of provision) CG 912 Clauses - Organizational Conflicts Of Interest for Contracts Awarded By the U.S. Coast Guard Office of Contract Operations (a) The contractor warrants that to the best of its knowledge and belief, and except as otherwise disclosed, he or she does not have any organizational conflict of interest, which is defined as a situation in which the nature of work under a government contract and a contractor's organizational, financial, contractual or other interests are such that: (1) Award of the contract may result in an unfair competitive advantage; or (2) The contractor's objectivity in performing the contract work is or might be otherwise impaired. (b) The contractor agrees that if after award he or she discovers an actual or apparent organizational conflict of interest with respect to this contract, he or she shall make an immediate and full disclosure in writing to the contracting officer which shall include a description of the action which the contractor has taken or intends to take to eliminate or neutralize the conflict. The government may, however, terminate the contract for the convenience of the government if it would be in the best interest of the government. (c) In the event the contractor was aware of an organizational conflict of interest before the award of this contract and intentionally did not disclose the conflict to the contracting officer, the government may terminate the contract for default. (d) The provisions of this clause shall be included in all subcontracts and consulting agreement wherein the work to be performed is similar to the service provided to the Government by the prime contractor. The contractor shall include in such subcontracts and consulting agreements any necessary provisions to eliminate or neutralize organizational conflicts of interest. (End of Addendum) COMMANDANT CG-9121(WS) U.S. COAST GUARD 2100 2ND Street, SW STOP 7112 Washington, DC 20593-7112 NOTICE FOR FILING AGENCY PROTESTS It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695. AN/APS-143 DESKTOP TRAINER FOR THE U.S. COAST GUARD AVIATION TRAINING CENTER, MOBILE ALABAMA PERFORMANCE WORK STATEMENT July 13, 2011 1.0 GENERAL. 1.1 SCOPE. The purpose of this task order is to obtain a Desktop Trainer for an existing radar system installed on USCG Aircraft. The Contractor shall provide commercial off the shelf (COTS) computer hardware and software components to create an AN/APS-143 DESKTOP TRAINER to be located at the U.S. Coast Guard Aviation Training Center, Mobile Alabama. Contracting tasking shall include integration, installation, testing and training. 1.2 BACKGROUND. The HC-144A maritime patrol aircraft was purchased as part of the fleet modernization program. It is equipped with the Telephonics AN/APS-143C(V)3 surface surveillance radar with a unique third party user interface. The radar has ten basic operating modes and each mode has up to ten separate configurable attributes. The complexity of this radar and user interface has led to multiple incidences where crews were unable to identify even 40ft sailing vessels in calm waters. The concept of the AN/APS-143 DESKTOP TRAINER is to enable crew members to confidently program and operate the AN/APS-143C(V)3 radar system in all weather conditions. 1.3 CONTRACTOR PERSONNEL. 1.3.1 Project Manager. The Contractor shall provide a Project Manager who shall be responsible for all Contractor work performed under this task order. The Project Manager is further designated as Key by the Government (see PWS 1.4). 1.3.1.1 The Project Manager shall be a single point of contact for the Contracting Officer and the Contracting Officer's Technical Representative (COTR). The name of Project Manager, and the name(s) of any alternate(s) who shall act for the Contractor in the absence of the Project Manager, shall be provided to the Government as part of the Contractor's quotation. During any absence of the Project Manager, only one alternate shall have full authority to act for the Contractor on all matters relating to work performed under this task order. The Project Manager and all designated alternates shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the Project Manager without prior acknowledgement from the Contracting Officer. 1.3.1.2 The Project Manager shall be available to the COTR via telephone between the hours of 08:00 and 16:30 EST, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within 72 hours of notification. 1.3.2 Qualified Personnel. The Contractor shall provide qualified personnel to perform all requirements specified in this task order. 1.3.3 Employee Identification. Contractor employees visiting Government facilities shall wear an identification badge that, at minimum, displays the Contractor name, the employee's photo, name, clearance-level and badge expiration date. Visiting Contractor employees shall comply with all Government escort rules and requirements. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display all identification and visitor badges in plain view above the waist at all times. 1.3.3.1 Contractor employees working on-site at Government facilities shall wear a Government issued identification badge. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display the Government issued badge in plain view above the waist at all times. 1.3.3.2 All Contractor personnel requiring access to Coast Guard information systems as a basis for meeting the requirements of this task order must first obtain through the Government's Contractor Verification System (CVS) a Common Access Card (CAC). In order to obtain a CAC, each contractor employee must complete online an Electronic Questionnaire for Investigations Processing (eQIP) (http://www.opm.gov/e-QIP/index.asp). 1.3.4 Employee Conduct. Contractor's employees shall comply with all applicable Government regulations, policies and procedures (e.g., fire, safety, sanitation, environmental protection, security, "off limits" areas, wearing of parts of military uniforms, and possession of weapons) when visiting or working at Government facilities. The Contractor shall ensure contractor employees present a professional appearance at all times and that their conduct shall not reflect discredit on the United States, the Department of Homeland Security or the U.S. Coast Guard. 1.3.5 Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from U.S. Coast Guard facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under any task order awarded. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. 1.4 KEY PERSONNEL. Before replacing any individual designated as Key by the Government, the Contractor shall notify the Contracting Officer no less than 15 business days in advance, submit written justification for replacement, and provide the name and qualifications of any proposed substitute(s). All proposed substitutes shall possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not replace Key Contractor personnel without acknowledgment from the Contracting Officer. The Government may designate additional Contractor personnel as Key at the time of award. 1.5 SECURITY. Contractor access to classified information is required under this task order. The maximum level of classification is Secret. The details are specified in the attached Department of Defense Form 254. System Administrators require a Secret Clearance, per COMDTINST 5500.13. 1.5.1 Contractor/subcontractors will not have direct access to classified government information systems. They will be required to observe and document system capabilities and controls within a classified environment. All personnel observing the operating Mission System Pallet are required to possess a minimum security clearance of Secret. 1.5.2 The security requirements specified herein shall apply to the contractor and all subcontractors. The contractor shall safeguard all classified information and meet all Security and Information Assurance requirements identified in the DD Form 254. The contractor shall enforce these safeguards throughout the life of the contract including the transport and delivery phases. 1.5.3 Operations Security (OPSEC). The contractor shall provide OPSEC protection for all classified information and sensitive information. Security policy, procedures, and requirements for classified information are provided in DoD 5220.22-M. The contractor shall safeguard all sensitive and critical program information IAW the Operations Security (OPSEC) Plan. The contractor shall enforce these safeguards throughout the life of the contract from development through support. 1.5.4 Access to Classified Information. Classified information is Government information which requires protection in accordance with Executive Order 12958, National Security Information (NSI) as amended and supplemental directives. If the contractor has access to classified information at a DHS owned or leased facility, it shall comply with the security requirements of DHS and the facility. 1.5.5 Requirements for Handling Sensitive and/or Proprietary Information. The Contractor shall abide by the requirements set forth in the DD Form 254, Contract Security Classification Specification, an attachment to the contract, and the National Industrial Security Program Operating Manual (NISPOM) for protection of classified information at its cleared facility, if applicable, as directed by the Defense Security Service. All Contractor employees handling classified information shall have a DD254 and comply with the following clauses in accordance with FAR: 52.204-2 Security Requirements (Aug 1996); FAR 52.204-2 Security Requirements (Aug 1996): (a) This clause applies to the extent that this contract involves access to information classified SECRET. (b) The contractor shall comply with- (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DOD 5220.22-M); and (2) Any revisions to that manual, notice of which has been furnished to the contractor. (c) If, subsequent to the date of this contract, the security classification or security requirements under this contract are changed by the Government and if the changes cause an increase or decrease in security costs or otherwise affect any other term or condition of this contract, the contract shall be subject to an equitable adjustment as if the changes were directed under the Changes clause of this contract. (d) The contractor agrees to insert terms that conform substantially to the language of this clause, including this paragraph (d) but excluding any reference to the Changes clause of this contract, in all subcontracts under this contract that involve access to classified information. 1.6 PERIOD OF PERFORMANCE. The period of performance for this task order is one year from the date of award. 1.7 PLACE OF PERFORMANCE. The primary place of performance will be at the Contractor's facilities. Final delivery will be at USCG Aviation Training Center, 8501 Tanner Williams Road, Mobile, AL 36608. 1.8 HOURS OF OPERATION. Contractor employees shall generally perform all work as determined by the company developed schedule. However, there may be occasions when Contractor employees shall be required to work other than normal business hours, including weekends and holidays, to fulfill requirements under this task order. When at government facilities, normal operations will be limited to 08:00 to 17:00 Monday through Friday (except Federal holidays). 1.9 TRAVEL. All travel required by the Government outside the contractor's staff's local commuting area(s), 50 miles, will be reimbursed to the Contractor in accordance with FAR 31.205-46. The Contractor shall obtain the COTR's approval (electronic mail is acceptable) for all reimbursable travel in advance of each travel event. 1.9.1 Travel Locations or Limitations. The Contractor shall travel to the USCG Aviation Training Center, Mobile Alabama. A minimum of one Kick off /observation trip and one final installation will be required. 1.10 KICK-OFF MEETING. The Contractor shall attend a Kick-Off Meeting with the Contracting Officer and the COTR not later than five (5) business days after the date of award. The purpose of the Kick-Off Meeting, which will be chaired by the Contracting Officer, is to discuss technical and contracting objectives of this task order and review the Contractor's project plan. The Kick-Off Meeting will be held at the Government's facility. 1.11 PROJECT PLAN. The Contractor shall provide a draft Project Plan at the Kick-Off Meeting for Government review and comment. The Contractor shall provide a final Project Plan to the COTR not later than five (5) business days after the Kick-Off Meeting. 1.12 STATUS REPORTS. The Project Manager shall provide a monthly status report to the Contracting Officer and COTR via electronic mail. This report shall include a summary of all Contractor work performed, including an assessment of technical progress, schedule status, any travel conducted and any Contractor concerns or recommendations for the previous performance period. 1.13 STATUS MEETINGS. The Project Manager shall be responsible for keeping the Contracting Officer and COTR informed about Contractor status throughout the performance period of this task order, and ensure Contractor activities are aligned with Coast Guard objectives. 1.13.1 At minimum, the Project Manager shall review the status and results of Contractor performance with the COTR on a quarterly basis by telephone. 1.14 GENERAL REPORT REQUIREMENTS. The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with Coast Guard Standard Workstation (Windows Vista and Microsoft Office Applications). 1.15 PERFORMANCE REQUIREMENTS SUMMARY. This task order includes a Performance Requirements Summary (PRS). In general, the PRS sets forth the expected outcomes (objectives) of the task order, the service(s) required of the Contractor to achieve the objectives, a performance standard per outcome, and a plan for a reduction in payment in the event the Contractor does not meet the performance standard. The PRS is not an exclusive remedy and inclusion of the PRS does not preclude the Government from using any other remedy available by law or contract terms, including incentives/deductions/withholdings in payment in accordance with any clause for inspection of services. 1.16 INTELLECTUAL PROPERTY. All Contractor developed processes and procedures and other forms of intellectual property first developed under this task order shall be considered Government property. 1.16.1 All documentation, electronic data and information collected by the Contractor and generated in support of this task order shall be considered Government property, and shall be returned to the Government at the end of the performance period. 1.17 PROTECTION OF INFORMATION. 1.17.1 Contractor access to information protected under the Privacy Act is required under this task order. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with the law and Government policy and regulation. 1.17.2 Contractor access to proprietary information is required under this task order. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with DHS MD 11042.1, Safeguarding Sensitive but Unclassified (SBU) Information. SBU includes information categorized by DHS or other government agencies as: For Official Use Only (FOUO); Official Use Only (OUO); Sensitive Homeland Security Information (SHSI); Limited Official Use (LOU); Law Enforcement Sensitive (LES); Safeguarding Information (SGI); Unclassified Controlled Nuclear Information (UCNI); and any other identifier used by other government agencies to categorize information as sensitive but unclassified. The Contractor shall ensure that all Contractor personnel having access to business or procurement sensitive information sign a non-disclosure agreement (DHS Form 11000-6). 1.17.3 The Contractor shall continue to ensure employees safeguard this information when the new Controlled Unclassified Information (CUI) framework replaces the sensitive but unclassified (SBU) categorization. 1.17.4 Disclosure of Information. The Contractor shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document), pertaining to any part of this contract or any program related to this contract, unless (1) The Contracting Officer has given prior written approval; or (2) The information is otherwise in the public domain before the date of release. Requests for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The Contractor shall submit its request to the Contracting Officer at least 45 days before the proposed date for release. The Contractor agrees to include a similar requirement in each subcontract under this contract. Subcontractors shall submit requests for authorization to release through the prime contractor to the Contracting Officer. 1.18 SECTION 508 COMPLIANCE. Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use electronic and information technology (EIT), they must ensure that it is accessible to people with disabilities. Federal employees and members of the public who have disabilities must have equal access to and use of information and data that is comparable to that enjoyed by non-disabled Federal employees and members of the public. All EIT deliverables within this work statement shall comply with the applicable technical and functional performance criteria of Section 508 unless exempt. Specifically, the following applicable EIT accessibility standards have been identified: 1.18.1 Section 508 Applicable EIT Accessibility Standards. 36 CFR 1194.21 Software Applications and Operating Systems, applies to all EIT software applications and operating systems procured or developed under this work statement including but not limited to GOTS and COTS software. In addition, this standard is to be applied to Web-based applications when needed to fulfill the functional performance criteria. This standard also applies to some Web based applications as described within 36 CFR 1194.22. 36 CFR 1194.22 Web-based Intranet and Internet Information and Applications, applies to all Web-based deliverables, including documentation and reports procured or developed under this work statement. When any Web application uses a dynamic (non-static) interface, embeds custom user control(s), embeds video or multimedia, uses proprietary or technical approaches such as, but not limited to, Flash or Asynchronous Javascript and XML (AJAX) then 1194.21 Software standards also apply to fulfill functional performance criteria. 36 CFR 1194.24 Video and Multimedia Products, applies to all video and multimedia products that are procured or developed under this work statement. Any video or multimedia presentation shall also comply with the software standards (1194.21) when the presentation is through the use of a Web or Software application interface having user controls available. 36 CFR 1194.26 Desktop and Portable Computers, applies to all desktop and portable computers, including but not limited to laptops and personal data assistants (PDA) that are procured or developed under this work statement. 36 CFR 1194.31 Functional Performance Criteria, applies to all EIT deliverables regardless of delivery method. All EIT deliverable shall use technical standards, regardless of technology, to fulfill the functional performance criteria. 36 CFR 1194.41 Information Documentation and Support, applies to all documents, reports, as well as help and support services. To ensure that documents and reports fulfill the required 1194.31 Functional Performance Criteria, they shall comply with the technical standard associated with Web-based Intranet and Internet Information and Applications at a minimum. In addition, any help or support provided in this work statement that offer telephone support, such as, but not limited to, a help desk shall have the ability to transmit and receive messages using TTY. 1.18.2 Section 508 Applicable Exceptions. Exceptions for this work statement have been determined by DHS and only the exceptions described herein may be applied. Any request for additional exceptions shall be sent to the COTR and determination will be made in accordance with DHS MD 4010.2. DHS has identified the following exceptions that may apply: 36 CFR 1194.3(b) Incidental to Contract, all EIT that is exclusively owned and used by the contractor to fulfill this work statement does not require compliance with Section 508. This exception does not apply to any EIT deliverable, service or item that will be used by any Federal employee(s) or member(s) of the public. This exception only applies to those contractors assigned to fulfill the obligations of this work statement and for the purposes of this requirement, are not considered members of the public. 1.18.3 Section 508 Compliance Requirements. 36 CFR 1194.2(b) (COTS/GOTS products), When procuring a product, each agency shall procure products which comply with the provisions in this part when such products are available in the commercial marketplace or when such products are developed in response to a Government solicitation. Agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. If products are commercially available that meet some but not all of the standards, the agency must procure the product that best meets the standards. When applying this standard, all procurements of EIT shall have documentation of market research that identify a list of products or services that first meet the agency business needs, and from that list of products or services, an analysis that the selected product met more of the accessibility requirements than the non-selected products as required by FAR 39.2. Any selection of a product or service that meets less accessibility standards due to a significant difficulty or expense shall only be permitted under an undue burden claim and requires authorization from the DHS Office of Accessible Systems and Technology (OAST) in accordance with DHS MD 4010.2. All tasks for testing of functional and/or technical requirements must include specific testing for Section 508 compliance, and must use DHS Office of Accessible Systems and Technology approved testing methods and tools. For information about approved testing methods and tools send an email to accessibility@dhs.gov. 2.0 GOVERNMENT TERMS & DEFINITIONS. 2.1 CGTO - Coast Guard Technical Order 2.2 COTR - Contracting Officer's Technical Representative 2.3 DTT - Desk Top Trainer 2.4 GCCS - Global Command and Control System 2.5 IOS - Instructor Operating Station 2.6 USCG - United States Coast Guard 3.0 GOVERNMENT FURNISHED RESOURCES. The Government will provide the following data and information to the Contractor: 3.1 HC-144A C4ISR Operations Manual (CGTO 1C-144A-1-5) 3.2 HC-144A Mission System Pallet Operator's Manual (CGTO 1C-144A-1-E) 3.3 Security Program Manual, (COMDTINST M5520) 4.0 CONTRACTOR FURNISHED PROPERTY. The Contractor shall furnish all facilities, materials, equipment and services necessary to fulfill the requirements of this task order, except for the Government Furnished Resources specified in the PWS 3.0 and 5.0 of this work statement. 5.0 REQUIREMENTS. At a minimum the DTT shall meet the following basic system requirements: 5.1 One complete AN/APS-143 Desktop Trainer (DTT) system shall consist of an instructor workstation and a student workstation: 5.1.1 Operate on a standard personal computer system utilizing Microsoft Windows 7 or higher operating system 5.1.2 Utilize a standard 115VAC, 60Hz power supply. 5.1.3 Each workstation shall be equipped with one standard wired keyboard (wireless devices are not authorized) 5.1.4 The complete system shall be designed to fit on a standard training desk 24" wide by 60 inches long. (Desk is not supplied as part of the contract). 5.2. System Display Requirements 5.2.1 Student workstation restricted to one 19" monitor (mirrors mission system pallet limitation) 5.2.2 Display(s) shall allow instructor to view the following simultaneously: 5.2.2.1 Display/adjust the environmental settings 5.2.2.2 Monitor area of operation 5.2.2.3 Display/adjust aircraft settings 5.2.2.4 Monitor student radar configuration and display data. 5.3 Pointing Device Requirements 5.3.1 One standard wired four button trackball pointing device for the student workstation (example only: Kensington model 64325). 5.3.2 One standard three button wired mouse for the instructor station 5.4 System Gaming Area shall cover, but is not limited to, a point 500 nautical miles west of ATC Mobile to a point 500 nm east of ATC Mobile and extending 500 nm south of ATC Mobile (refer to Enclosure (1) of this PWS). 5.4.1 High Definition areas for STRIPMAP operations shall cover, but are not limited to the following: 5.4.1.1 20 nm radius around CGAS Corpus Christi 5.4.1.2 20 nm radius around CGAS Miami 5.4.1.3 20 nm radius around the entrance to Mobile Bay 5.5 Global Command and Control System (GCCS) map shall display the following: 5.5.1 Graphical replication of the Menu and Icon bars (no functional menu options required) 5.5.2 Targets selected on the radar scope and promoted to the GCCS display. 5.5.3 Targets should appear on the GCCS at roughly the same relative range and bearing as when selected on the radar scope (refer to Enclosure (2) of this PWS). 5.5.4 GCCS is not required to display land but is desired. 5.6 Radar System target generation, detection, and transfer capability: 5.6.1 Radar display shall replicate an operating AN/APS-143C(V)3 based on selected operating mode, environment setting, aircraft attributes, instructor initiated malfunctions. 5.6.2 Surface Targets shall range from person in the water to a 900 foot container vessel. 5.6.3 Airborne Targets shall include at a minimum a single engine Cessna size fixed wing craft and a HH-65 rotary wing craft. 5.6.4 System shall transfer selected Radar Targets to the basic GCCS map display 5.7 Student workstation controls shall mirror current Operator Machine Interface (OMI) capabilities. At a minimum the windows based controls for VIDEO windows and RADAR controls will be replicated (refer to Enclosure (3) of this PWS). 5.7.1 Video Window controls shall replicate the RADAR and RADAR Tableau display functions. 5.7.2 Radar Controls shall replicate the operator machine interface (OMI) only; there is no requirement to replicate the programmable entry panel. 5.7.2.1 Radar Controls shall replicate configuration tabs and subtabs: 5.7.2.1.1 Search (Mode Range and Parameters) 5.7.2.1.2 Imaging (Parameters and Image Mode) 5.7.2.1.3 Video (Note: this controls the radar scope presentation) 5.7.2.1.4 Antenna (Blanked Sectors) 5.7.2.1.5 Tracking (Track Control and Track Window Filters) 5.7.2.1.6 General (Radar horizon function should change size based on aircraft altitude) Note this should provide a general idea of how it function and does not have to be calibrated exactly. 5.7.2.1.7 Status (BIT Results and Op Faults) 5.7.3 All radar system controls shall mirror the current AN/APS-143C(V)3 power on default settings. (refer to Enclosure (4) of this PWS). 5.8 Instructor workstation shall be capable of the following: 5.8.1 Aircraft altitude, attitude, heading and speed adjustments 5.8.1.1 Altitude - 0 to 25,000ft 5.8.1.2 Attitude limited to 60 degrees angle of banks 5.8.1.3 Heading - 001 to 360 degrees 5.8.1.4 Speed 50 to 230kts 5.8.2 Weather effects 5.8.2.1 Cloud coverage - 0 to 100% 5.8.2.2 Cloud Layers - 0 to multiple layers 5.8.2.3 Programmable Thunderstorms (location and category) 5.8.2.4 Sea state adjustment (0 to 9) 5.8.2.5 Wind velocity and heading effect on Sea surface 5.8.3 Target vector and position controls 5.8.3.1 Target Heading Control - 000 to 359 degrees 5.8.3.2 Target Speed Control - 0 to 60 kts speed 5.8.3.3 Target Altitude Control - 0 to 5000 feet 5.8.4 Range and atmospheric attenuation 5.8.5 Antenna beam pattern Refraction and earth curvature effects 5.8.6 Radar shadowing 5.8.7 Terrain/feature/target masking 5.8.8 Aspect effects (terrain, features, targets) 5.8.9 Receiver sensitivity 5.8.10 Sidelobe effects 5.8.11 Surface material effects (reflectivity, directivity) 5.8.12 Transfer of Radar Target to basic map display 5.8.13 Radar Transmit Inhibit 5.8.14 Receiver sensitivity 5.8.15 Sidelobe effects 5.8.16 Surface material effects (reflectivity, directivity) 5.8.17 Glitter (glint) 5.8.18 Occulting effects 5.8.19 Global Command and Control System Track Management Functions 5.8.19.1 Display list of target promoted to the GCCS 5.8.19.2 Clear target individually 5.8.20 Malfunction controls shall be able to activate and deactivate select malfunctions. Malfunctions will include but are not limited to: 5.8.20.1 Antenna Tilt calibration failure 5.8.20.2 Transmitter failure 5.8.20.3 Wave Guide control failure 5.9 DHS Enterprise Architecture Compliance. All solutions and services shall meet DHS and USCG Enterprise Architecture policies, standards, and procedures. Specifically, the contractor shall comply with the following Homeland Security Enterprise Architecture (HLS EA) and Coast Guard Enterprise Architecture (CGEA) requirements: 5.9.1 All developed solutions and requirements shall be compliant with the HLS EA and CGEA. 5.9.2 All IT hardware or software shall be compliant with the HLS EA Technical Reference Model (TRM) Standards and Products Profile. 5.9.3 Description information for all data assets, information exchanges and data standards, whether adopted or developed, shall be submitted to the DHS Enterprise Data Management Office (EDMO) for review and insertion into the DHS Data Reference Model and Enterprise Architecture Information Repository. 5.9.4 In compliance with Office of Management and Budget (OMB) mandates, all network hardware shall be IPv6 compatible without modification, upgrade, or replacement. 5.9.5 All Information Technology assets being developed, procured, or acquired shall be IPv6 capable. 5.9.6 The following DHS OCIO ISO/IA compliance clauses are affected regardless of connection to OneNet/CGDN. 5.9.7 All hardware, software, and services provided must be compliant in accordance with 140-01 Information Technology Systems Security and the DHS Sensitive Systems Handbooks 4300A or 4300B for Classified Systems and 4300C for Top Secret Systems. 5.9.8 All hardware and software interfaces shall meet FIPS 140-2 and FIPS 197 Advanced Encryption Standard (AES) 256 encryption compliance. 5.9.9 All hardware and software shall be Federal Desktop Core Configuration (FDCC) compatible. 5.10 The Contractor shall provide the following training to USCG personnel on the DTT system. 5.10.1 Normal setup requirements 5.10.2 Cold power up and configuration 5.10.3 Normal user operations 5.10.4 Updating and backup requirements 5.11 The Contractor shall develop and maintain related reference documentation to support DTT system and provide all documentation to the COTR. 6.0 REFERENCES. 6.1 CGTO 1C-144A-1-E (Mission System Operator's Manual) 6.2 CGTO 1C-144A-1-5 (C4ISR Operations Manual) 7.0 DELIVERABLES. ITEM / DELIVERABLE / EVENT DUE BY 1) PWS 1.10 / Kick-Off Meeting / Due not later than five (5) business days after award. 2) PWS 1.10; 1.11 / Draft Contractor Project Plan / Due not later than Kick-Off Meeting. 3) PWS 1.10;1.11 / Final Contractor Project Plan / Due not later than five (5) business days after Kick-Off Meeting. 4) PWS 1.12 / Progress Reports / Due monthly 5) PWS 5.0 / Final programming and delivery of the DTT / Due not later than 28 September 2012. 6) PWS 5.11 / Training Materials / Due not later than 28 September 2012. 8.0 PERFORMANCE REQUIREMENTS SUMMARY (PRS). The PRS below reflects the deliverables considered by the Coast Guard to be important for the successful performance of this task order. This includes the expected standards of performance. The PRS is not an exclusive remedy and inclusion of the PRS does not preclude the Government from using any other remedy available by law or contract terms, including incentives/reductions in payment in accordance with any clause for inspection of services. AN/APS-143 DESKTOP TRAINER FOR THE U.S. COAST GUARD AVIATION TRAINING CENTER, MOBILE ALABAMA Objectives - On time delivery of system and deliverables Required Service - Provide all deliverables within contract performance period (PWS 5.0) Performance Standard - 100% on time delivery Incentives/Reductions - Failure to meet schedule or provide acceptable deliverables will result in corrective action as determined appropriate by the contracting officer in consultation with the COTR. The range of possible actions includes re-performance of work, withholding payment, renegotiating the schedule in conjunction with appropriate consideration, and partial or total termination for convenience/default.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-Q-DCLG93/listing.html)
 
Record
SN02555910-W 20110901/110831000406-ae3a0b3411264d89562de26c50685d47 (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.