Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
MODIFICATION

B -- Sources Sought Notification revised to upload the PWS. The PWS is also added to the end of the description for ease of accesss.

Notice Date
1/19/2012
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J12R9013
 
Response Due
1/23/2012
 
Archive Date
3/23/2012
 
Point of Contact
Regina Davis, 210-808-6240
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(regina.d.davis8.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Mission and Installation Contracting Command, MSO-Fort Sam Houston, Texas is conducting a market survey to identify potential business sources who have the resources, capabilities, and experience to successfully provide subject matter experts capable of conducting research, defining mobility requirements, recommending solution architecture, developing a strategy/plan to standup enterprise mobile app development environment and to develop an implementation strategy that will protect the AMEDDC&S from the security risks mobility presents and meets the DOD security requirements. The applicable NAICS for this requirement is 541511, Custom Computer Programming Services. I have attached a copy of the PWS for your review. REQUIREMENT DESCRIPTION: See attached PWS. SUBMISSION CONTENT: Written responses to this RFI are requested to be no more than fifteen (15) single-spaced, 8.5 x 11 inch pages using 12 point font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: a) A one page company profile to include Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUBZone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime Offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. b) A description of the company's past experience and performance of similar contracts providing like or same services as reflected in the PWS. c) A summary of the company's capability and approach to meet the requirement and delivery schedule objectives of this RFI and perform a contract of this magnitude. If subcontractors are included in the capabilities narrative please include verification that 50% of the cost of the contract performance will be incurred for contractor's personnel in accordance with FAR 52.219-14, Limitations on Subcontracting d) Any other information the company deems necessary to aid the Government in refining its acquisition strategy. SUBMISSION INFORMATION: Interested Offerors shall respond to this Sources Sought Synopsis/RFI no later than 4:00 PM (EST) on 23 January 2012. All interested Offerors must be registered in Central Contractor Registry (CCR) to be eligible for award of Government contracts. Interested Offerors shall email responses to both Regina.d.davis8.civ@mail.mil and Theresa.m.Glasgow.civ@mail.mil. Electronic responses shall be submitted in Microsoft Word or Microsoft Excel format, or Portable Document Format (PDF). PLEASE ENSURE THE SUBJECT LINE REFLECTS "RESPONSE TO :( INSERT SOLICITATION NUMBER) /INSERT COMPANY NAME THIS IS A SOURCES SOUGHT SYNOPSIS REQUESTING INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. It is a market research tool being used to determine the availability, capability, and adequacy of potential business sources for preliminary planning purposes. There is no solicitation document available; nor are proposals are being requested or accepted. The Government is not obligated to and will not pay for any costs associated with the information received from potential sources as a result of this synopsis, oral presentations, or any follow up requests for information. Any information provided by respondents to this synopsis is strictly voluntary. It is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. NO QUESTIONS WILL BE ANSWERED IN REGARDS TO THIS RFI NOR WILL ANY FEEDBACK BE PROVIDED, If a solicitation is released it will be synopsized on the Federal Business Opportunities website located at http://www.fbo.gov/. It is the potential Offeror's responsibility to monitor this site for the release of any follow-on information 1. GENERAL/SCOPE. The US Army Medical Department Center and School G/6 (AMEDDC&S G/6) requires a Contractor to provide subject matter experts capable of conducting research, defining mobility requirements, recommending solution architecture, developing a strategy /plan to standup enterprise mobile app development environment and to develop an implementation strategy that will protect the AMEDDC&S from the security risks mobility presents and meets the DOD security requirements. 1.1. BACKGROUND. The AMEDDC&S is where the Army educates and trains all of its medical personnel. Additionally, it formulates its medical organization, tactics, doctrine and equipment. The AMEDDC&S G-6/CIO provides IM/IT strategy, plans, and policy, business technology solutions, and IM/IT operations support services for the AMEDDC&S. The Strategy Plans, and Policy Division develops policies and strategies to achieve long-term objectives, conducts portfolio management, and information assurance management functions. The Business Technology Solutions Division conducts requirements analysis, software development, software management, and configuration management. The Operations Management Division provides customer support services, serves as liaison between FSH NEC and AMEDDC&S users, and provides audio visual and video teleconferencing services for AMEDDC&S. Providing on-demand training and education products necessitate that AMEDDC&S G-6 explore how to organize, integrate, and implement mobile applications into the Army Medical Department Center and School (AMEDDC&S) training environment. AMEDDC&S is a target-rich environment for both training and education apps as well as business apps supporting medical staff, faculty, and students. Many factors need to be researched to enable C&S leadership to make informed business decisions regarding uses of mobile applications. Some of these factors include obtaining an understanding of where the industry is headed (networks, development tools, architecture, devices), DOD and Army guidance and direction, and our customer expectations and mobile usage habits. Successful consulting support through this initiative will provide a strategy to deliver on-demand training and education apps and business apps to AMEDDC&S staff, faculty, and students and the Army Medical community as a whole that fits in the architecture plans of the MEDCOM. 1.2 OBJECTIVE. The objective is to award a single FFP commercial services contract award to perform the services as described. A FFP contract with a performance based work statement is determined to be the most advantageous and appropriate for this type of service. 1.3. PERSONNEL. 1.3.1. The Contractor shall provide experienced personnel to perform the required services. The Government and the Contractor understand and agree that the services to be delivered are non-personal services and both parties recognize and agree that no employer-employee relationships exist between the Government and the Contractor and/or between the Government and the Contractor's employees. Contactor personnel performing under this contract shall not be placed in a position where they are employed by a Federal Officer or are under the supervision, direction, or evaluation of a Federal Officer, military or civilian. 1.3.2. Contractor personnel shall conform to standards of conduct and code of ethics, which are consistent with those applicable to Government employees as provided in the Joint Ethics Regulation 5500.7.R. Contractor personnel shall present a neat professional appearance and be easily identified. This shall be accomplished by wearing distinctive clothing bearing the company name or by wearing appropriate badges that contain the company name and employee' name. 1.3.3. Contractor personnel will obtain a Common Access Cards (CAC) for computer access. 1.4. SPECIAL QUALIFICATIONS/CERTIFICATIONS. The Contractor shall ensure employees have all required professional certifications/licenses (current and valid) for each applicable occupation category before commencement of work. 1.5 PERIOD OF PERFORMANCE. The Period of Performance (POP) will be for 3 months from the date of contract award with an optional second 3-month POP, and then an optional 1 year POP in FY13 depending on results from the initial POP. 1.6 GENERAL INFORMATION. 1.6.1 Contract Work location. Work performed in accordance with this PWS shall be at 3630 Stanley Blvd (Bldg 2840 Suite 332) Fort Sam Houston, TX and at the Contractor's off-site facilities. 1.6.2 Security and Safety: 1.6.2.1. General Security Requirements. Contract personnel or any representative of the contractor entering Fort Sam Houston, Texas, or Corpus Christi Naval Air Station shall abide by all security regulations, acquiring and maintaining all necessary clearances. Subject to security regulations, the Government will provide the contractor access to the Installation to perform the tasks required under this contract. Contractor personnel may encounter data covered by the Privacy Act of 1974, and shall protect such information in accordance with AR 380-5. Further, each employee shall complete any and all security courses that are provided and mandated by the government in a timely manner consistent with Army, Air Force and DOD mandates. Contractor personnel and property shall be subject to search and seizure upon entering or leaving the confines of Fort Sam Houston, Texas, and while on Fort Sam Houston, Texas, in accordance with AR 380-5. 1.6.2.2. Work under this task order is UNCLASSIFIED. The Contractor shall comply with all applicable Department of Defense (DOD) security regulations and procedures during the performance of this contract. The Contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, Privacy Act data, and Government personnel work products that are obtained or generated in the performance of this contract. This includes dissemination of protocols and papers not generally available through the public literature. 1.6.2.3. The Government anticipates that the work to be performed under this contract will involve access to sensitive but unclassified materials (otherwise known as "Limited Official Use") and non-sensitive materials. Sensitive materials may include, but are not limited to: all "individually identifiable health information" held or transmitted by a covered entity or its business associate, in any form or media, whether electronic, paper, or oral. The Privacy Rule calls this information "protected health information (PHI) that identifies the individual or for which there is a reasonable basis to believe it can be used to identify the individual.13 Individually identifiable health information includes many common identifiers (e.g., name, address, birth date, Social Security Number). " Individually identifiable health information is information including demographic data, that relates to: 1) the individual's past, present or future physical or mental health or condition, 2) the provision of health care to the individual or 3) the past, present or future payment for the provision of health care to the individual." 1.6.2.4. The Contractor shall comply with all requirements of the Health Insurance Portability and Accountability Act of 1996 (HIPAA) (Pub. L. 104-191), as implemented by the HIPAA Privacy and Security Rules codified at 45 C.F.R. Parts 160 and 164, and as further implemented within the Military Health System (MHS) by DoD 6025.18-R, "DoD Health Information Privacy Regulation," January 24, 2003, and DoD 8580.02-R, "DoD Health Information Security Regulation, July 12, 2007. The Contractor shall also comply with all applicable HIPAA-related rules and regulations as they are published and as further defined by later-occurring Government requirements and DoD guidance, including current and forthcoming DoD guidance implementing applicable HIPAA amendments under the American Recovery and Reinvestment Act of 2009 (ARRA). Any rules and regulations that are published, and/or requirements that are defined after the award date of this contract, and that require expenditure of additional Contractor resources for compliance, may be considered "changes" and will be subject to the "changes" clause under the contract. 1.6.2.5. The Contractor shall establish appropriate administrative, technical, and physical safeguards to protect any and all Government data. The Contractor shall also ensure the confidentiality, integrity, and availability of Government data in compliance with all applicable laws and regulations, including data breach reporting and response requirements, in accordance with DFAR Subpart 224.1 (Protection of Individual Privacy), which incorporates by reference DoDD 5400.11, "DoD Privacy Program," May 8, 2007, and DoD 5400.11-R, "DoD Privacy Program," May 14, 2007. The contractor shall also comply with federal laws relating to freedom of information and records management. 1.6.2.6. Personnel Security Requirements. The following standards designate positions requiring access to IT and for processing information within IT systems. These security designations are required to distinguish potential adverse effects on Army functions and operations and, therefore, the relative sensitivity of functions performed by individuals having certain privileges. These positions are referred to as IT and IT-related positions. The requirements of this section will be applied to all IT and IT-related positions for contractor personnel, or others affiliated with the DoD. Additional guidance is available in DoD 5200.2-R. The COR, in consultation with the AMEDDS&C Security Officer, will determine the appropriate risk level for each Contractor employee position. 1.6.2.7. Contractor employees must obtain a favorable FBI Background check and a NACI investigation must be initiated prior to commencement of work. A favorable FBI background check will allow for interim approval to receive a CAC card and commence performance. However, in the event the NACI results in unfavorable findings the AMEDDS&C security office will initiate a preliminary suitability determination for further review. In the interim the contactor employees CAC access will be revoked until a final suitability determination is made. The KO will notify the contractor of the results of the final suitability determination findings and in the event the findings are unfavorable the contractor shall take immediate action to remove the employee. 1.6.2.8. Required Security Forms The following forms must be completed and submitted by the Contractor for each Contractor background investigation: 1.FD-258 (Applicant Fingerprint Card) - (two sets per applicant) 2.SF-85 (Questionnaire for Non-Sensitive Positions) OR SF-85 P (Questionnaire for Public Trust Positions) 1.6.2.9. Procedures for Pre-Screening Applicants and Investigation The Contractor shall be responsible for performing the following pre-screening and investigation duties for all persons proposed for work under this contract: 1. Furnish to each proposed Contractor employee the forms described in paragraph D above and ensure that adequate instructions for completing the forms are provided to each applicant. 2. Ensure that applicants obtain two (2) complete sets of their fingerprints on the prescribed Form FD-258 from an organization qualified to take fingerprints and approved by the COR and AMEDDS&C Security Officer. 3. Collect completed forms from each applicant and review all forms for completeness and correctness. Return any incomplete or incorrect form(s) to applicant(s) to be corrected and re-submitted. 4. Submit completed forms to the COR by no later than seven (7) calendar days after contract award. 1.6.2.10. The COR will provide the Contractor an adequate supply of forms and instructions for completing the forms within three (3) calendar days after contract award. 1.6.2.11. The COR will receive from the Contractor all completed security forms. The COR will coordinate with his/her AMEDDS&C Security Officer and ensure that these forms are forwarded to the appropriate investigating agency in accordance with appropriate internal procedures. The investigating agency will conduct the requisite investigations. 1.6.2.12. The investigating agency will furnish the COR or AMEDDS&C Security Officer, as appropriate, the results of each proposed Contractor employee's investigation through issuance of a Certificate of Investigation (COI). Upon receipt of the COI and any other pertinent documents from the investigating agency, the COR or AMEDDS&C Security Officer as appropriate, will determine whether or not each proposed Contractor employee should be granted employment security approval. This decision process is called "adjudication" and will be performed in accordance with current AMEDDS&C adjudicative guidelines. The COR or AMEDDS&C Security Officer, as appropriate, will notify, if required, the investigating agency of the adjudicative determination of each investigation. If OPM is the investigating agency, this will be accomplished by the COR or AMEDDS&C Security Officer, as appropriate, completing and submitting to OPM an INV Form 79A, "Report of Agency Adjudicative Action." The COR must be provided a copy of each COI and INV Form 79A as they become available. Inasmuch as the AMEDDS&C Security Office monitors and has oversight responsibility for the AMEDDS&C Contractor Personnel Security Program, the COR and/or the AMEDDS&C Security Officer should consult the DSO when confronted with questionable adjudicative determinations. 1.6.2.13. The COR will notify the Contractor of the results of background investigations as they are completed and adjudicated. The KO will notify the Contractor of any applicants who are found ineligible for employment security approval so that the Contractor can immediately recruit and initiate paperwork to clear replacement applicants. 1.6.2.14. The COR will notify the Contracting Officer when a sufficient number of Contractor employees have received employment security approvals or pre-appointment waivers approvals. Upon receipt of this information and any other information which may be required elsewhere in the contract, the Contracting Officer will issue individual task orders to the Contractor which permits the commencement of work under the contract. 1.6.2.15. The COR will maintain an up-to-date file of COI's and other background investigation-related documentation for all Contractor employees throughout the life of the contract. 1.6.2.16. Re-Investigation of Contractor Employees Security investigations are very costly to the Government. The Contractor shall make every effort to preclude incurrence of costs by the Government for security investigations for replacement of employees, and in so doing, shall assure that otherwise satisfactory and physically able employees assigned hereunder remain in contract performance for at least 365 calendar days. The Contractor shall take all necessary steps to assure that Contractor or Subcontractor personnel who are selected for assignment to this contract are professionally qualified and personally reliable, of reputable background and sound character, and meet all other requirements stipulated herein. The fact that the Government performs security investigations shall not in any manner relieve the Contractor of its responsibility to assure that all personnel furnished are reliable and of reputable background and sound character. Should a security investigation conducted by the Government render ineligible a Contractor furnished employee, the Contracting Officer will investigate the cause and determine whether the Contractor has abdicated its responsibilities to make every effort to select reliable employees of reputable background and sound character. Should there be need to replace a Contractor or subcontractor employee due to nonperformance, the Contracting Officer will determine whether the Contractor has abdicated its responsibilities to make every effort to select trained and experienced employees. 1.6.2.17.. Neither the Contractor nor any of its contract service providers shall disclose or cause to disseminate any information concerning operations of military activities. Such action(s) could result in violation of the contract and possible legal actions. 1.6.2.18. All inquiries, comments or complaints arising from any matter observed, experienced, or learned of as a result of or in connection with the performance of this contract, the resolution of which may require the dissemination of official information, shall be directed to the COR and the KO. 1.6.2.19.. The Contractor shall only conduct business with designated government personnel listed as COR or ACOR. Names of authorized personnel shall be provided to the Contractor by the government, in writing, and updated as necessary throughout the contract period. 1.6.2.20.. U.S. Government records, copies of original results and reports, verified original data, corrected data, and corrected supporting final reports are maintained by the Contractor, but remain the property of the U.S. Government. These files/results must be surrendered to the COR. 1.6.2.21. Installation Passes. The COR will coordinate the issuance of required installation passes to Contractor personnel, if applicable. Contract personnel shall wear a badge that clearly identifies them as a contract employee. The badge will contain a personal picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment in full view at all times, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. 1.6.2.22. The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. 1.6.2.23. The Contractor shall be responsible for safeguarding all government equipment, information and property provided for Contractor use. At the close of each work period, government facilities, equipment and materials shall be secured. 1.7. Physical Requirements and Work Environment. The work is primarily performed in an office setting involving normal day-to-day risks and discomforts. The Contractor shall be responsible for ensuring that their employees are familiar with and follow normal safety precautions typical in an office environment. 1.8 Travel. 1.8.1. Local Vicinity. Travel within the local vicinity is required. Travel reimbursements for local vicinity travel are not authorized. 1.8.2. Distance Travel. There will be no travel associated with this contract. 1.9. Quality Control/Quality Assurance. 1.9.1. Quality Control. The Contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The Quality Control Plan shall be delivered to the COR for delivery to the KO within seven (7) working days of contract award. In the event revisions are required the Contractor shall return the revised QCP within five (5) working days of receipt of notification to revise. After acceptance of the quality control plan the Contractor shall receive the contracting officer's acceptance in writing of any proposed change to his QC system. 1.9.2 Quality Assurance. The government shall evaluate the Contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the Contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.10. Hours and Days of Operation. On-site services shall be performed between the hours of 0730 a.m. to 1630 p.m. Monday through Friday, 40 hrs/week, excluding federal holidays. List of recognized Federal Government holidays are as follows: New Years Day Dr. Martin Luther King's Birthday Presidents Day Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day 1.11. Contracting Officer's Representative (COR). The Government will provide a COR and/or an Alternate COR (ACOR). The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the KO and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. ACOR's will also be identified by separate letter and designated by the KO. The designation letter will outline the duties of responsibilities delegated to the ACOR. 1.12. Post Award Conference/Periodic Progress Meetings. The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The KO, COR/ACOR, and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. At these meetings the KO will apprise the Contractor of how the government views the Contractor's performance and the Contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. The Government will prepare and distribute a signed report of each meeting to attendees within 5 working days after the meeting. The Contractor shall annotate any area of non-concurrence, and submit a written explanation of the reason for its non-concurrence to the Contracting Officer no later than 3 working days after receipt of the report. 1.13. Key Personnel. The Contractor shall provide a Project Manager (PM) who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the Contractor when the PM is absent shall be designated in writing to the KO within 24 hours of contract award. The PM or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The PM or alternate shall be available between (insert hours) the hours of 07:30 - 16:30. The Contractor shall provide written notice to the Contracting Officer prior to changing the Project Manager or alternate Project Managers no later than five (5) working days prior to the change. 1.15. Identification of Contractor Employees. All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. 1.16. Data Rights. The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the Contractor without written permission from the KO. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.17. Files. The Contractor shall maintain complete and accurate files of documentation, records, and reports required under the terms of this contract, IAW AR 25-400-2, The Army Records Information Management System. The Contractor shall not allow access to the files by any Government agency, non-Governmental agency, or individual unless specifically authorized by the Contracting Officer. Files shall be made available to the Contracting Officer or designated representative upon request. 1.18. Phase In/Phase Out Period. 1.18.1. There will be a 10 day Phase-In Period to allow Contractor sufficient time to meet the security requirements associated with this contract. 1.18.2. There will be no need for a Phase Out Period for this requirement. 1.19. Training. Contractor shall be responsible for ensuring all Contractor employees are trained to perform all tasks associated with this PWS. Contractor shall reimburse the Government for government provided training. 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor having a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER (KO). A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the KO to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE. Anything that can be physically delivered but may include non-physical things such as meeting minutes. 2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE SURVEILLAND PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of Contractor performance. 2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime Contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.13. WORK WEEK. Is defined as Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: List all acronyms used in the PWS and what they represent. ACORAlternate Contracting Officer's Representative AFARSArmy Federal Acquisition Regulation Supplement AMEDDC&SArmy Medical Department Center and School ARArmy Regulation CFRCode of Federal Regulations CONUSContinental United States (excludes Alaska and Hawaii) CORContracting Officer Representative COTSCommercial Off the Shelf DADepartment of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254Department of Defense Contract Security Requirement List DFARSDefense Federal Acquisition Regulation Supplement DMDCDefense Manpower Data Center DODDepartment of Defense FARFederal Acquisition Regulation KOContracting Officer OCIOrganizational Conflict of Interest OCONUSOutside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPOPhase In/Phase Out POCPoint of Contact PRSPerformance Requirements Summary PWSPerformance Work Statement QAQuality Assurance QAPQuality Assurance Program QASPQuality Assurance Surveillance Plan QCQuality Control QCPQuality Control Program TETechnical Exhibit 3. GOVERNMENT FURNISHED ITEMS AND SERVICES. 3.1. Services. Not applicable. 3.2. Facilities. The government will provide the necessary workspace for the Contractor staff to provide the support outlined in the PWS to include deskspace, telephones, computers, office chair, and basic office supplies and other items as required to maintain an office environment. 3.3. Utilities. The Government will provide all utilities in the facility will be available for the Contractor's use in performance of tasks outline in this PWS. The Contractor shall instruct employees in utilities conservation practices. The Contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. 3.4. Equipment. The Government will provide access to scanners, fax machine, printers, lighting and sound. 3.5. Materials. Not applicable. 4.0. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES. 4.1. General. The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2. Secret Facility Clearance. Not Applicable 4.3. Materials. Not Applicable 4.4. Equipment. Not Applicable 5. SPECIFIC TASKS. 5.1. The Contractor shall conduct research, define mobility requirements, recommend solution architecture, develop a strategy/plan and develop an implementation strategy that will protect the AMEDDC&S from the security risks mobility presents and is consistent with DOD/DA security requirements. 5.1.1. The Contractor shall research mobile application development industry space and identify industry best practices and latest DoD/Army policy/guidance. Research shall include but is not limited to the following: 5.1.1.1. Research organizing the Center and School around 2 device types and then developing apps using cross-platform mobile application development tools vs. developing using native development suites vs. web development tools and methodologies. 5.1.1.2. There are a number of cross-platform mobile application development suites. Which offer the best opportunity to develop apps for android and iPhone/iPad devices? 5.1.1.3. What DoD/DA policy/guidance is available or is being created to address mobile application development space? 5.1.1.4. Research issue of personal vs. DoD-provided devices, security implications, sandboxing, and what planning considerations should we address to take advantage of this potential service option 5.1.2. The Contractor shall recommend solution architecture based on research of industry and latest DoD/Army policy. Research shall include but is not limited to the following: 5.1.2.1. Has industry medical community centered on one or more mobile devices? 5.1.2.2. Is cloud-based mobile app development a "mature enough" space to be an organization's first foray into cloud services? 5.1.2.3. Who are the top three cloud services providers we should consider for mobile app development hosting as a DoD/DA entity and our growing relationship with USAMITC? 5.1.2.4. Layout a suggested architecture including hosting services, development tools, and end user devices and estimated Hardware/Software (HW/SW) costs 5.1.3. The Contractor shall develop and recommend a strategy/plan to stand-up enterprise mobile app development environment. Recommendation shall include but is not limited to the following: 5.1.3.1. What are the key factors we should consider when developing a strategy to create mobile app development environment? 5.1.3.2. Consider and address workforce, technical training, and device lifecycle planning issues in the strategy 5.1.4. The Contractor shall develop an implementation strategy. The implementation strategy should include (but is not limited to) a prioritized task list and work-breakdown structure (WBS), milestones, suggested/anticipated timelines, and resource requirements. 5.2. DELIVERABLES. Deliverables are required in accordance with the following schedule. DeliverableFrequency# of CopiesMedium/FormatSubmit To Report on Best Practices & DoD/DA Policy (PWS 5.1.1.)Include findings integrated within architecture, strategy, and implementation deliverables. 1 Electronic CopyMS Word, Excel Spreadsheet in electronic version. Written report format mutually agreed between contractor and government representative.Contracting Officer Representative Recommended Architecture (PWS 5.1.2)Due weekly starting no later than first Friday of 2nd month, concluding at end of 2nd Month.1 Electronic CopyMS Word, Excel Spreadsheet in electronic version. Written report format mutually agreed between contractor and government representative.Contracting Officer Representative and to each meeting attendee Strategy to stand-up mobile app development environment (PWS 5.1.3)Due weekly starting no later than first Friday of 2nd month, concluding at end of 2nd Month1 Electronic CopyMS Word, Excel Spreadsheet and electronic version. Written report format mutually agreed between contractor and government representative.Contracting Officer Representative Implementation Strategy (PWS 5.1.4.)Due weekly starting no later than 3rd Friday of 2nd month, concluding no later than end of 3rd Month.1 Electronic CopyMS Project, MS Word, Excel Spreadsheet and electronic version. Written report format mutually agreed between contractor and government representative.Contracting Officer Representative 5.3. Contractor Manpower Reporting (CMR). The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including Sub-Contractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall 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 Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 6. APPLICABLE REGULATIONS AND MANUALS. DoD Regulations: DoD Instruction Number 8510.01, DoD Information Assurance Certification and Accreditation Process (DIACAP), DoD Chief Information Officer memorandum Certification and Accreditation (DIACAP) Requirements for DoD-wide Managed Enterprise Services Procurements DoD Directive 8500.1e, Information Assurance (IA) DoD Directive 8500.2, Information Assurance Implementation Army Regulations: AR 25-1, Army Knowledge Management and Information Technology AR 25-2, Army Information Assurance Army CIO/G6 Networthiness Certification Guidance; enforcement mandated by CIO/G6 Policy memorandum, Army Networthiness Certification AR 73-1, Test & Evaluation Policy DA Pam 73-1, Test and Evaluation in Support of System Acquisition Local Regulations MEDCOM Reg. 25-1, Army Medical Department Information Management HQ AMEDDCS Memo 25-5, Information Management HQ AMEDDCS/FSH Memo, In and Out Processing Procedures for AMEDDCS Contract Employees HQ AMEDDCS/FSH Memo, Installation Information Policy 25-01, Use of Federal Government Communications 7. Performance Requirements Summary. TBD. 8. Attachment/Technical Exhibit List. N/A 9. Estimated Workload Data. N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3a385a6a7e9961c94c182a27682bc3ea)
 
Place of Performance
Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN02657752-W 20120121/120119235019-3a385a6a7e9961c94c182a27682bc3ea (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.