Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
MODIFICATION

D -- Acquisition Requirements Roadmap Tool(ARRT) Sustainment and Enhancement

Notice Date
6/26/2013
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W911W4-13-R-0004
 
Response Due
7/8/2013
 
Archive Date
8/25/2013
 
Point of Contact
Cristina Williams, 703-428-4620
 
E-Mail Address
HQ USAINSCOM, Directorate of Contracting
(cristina.h.williams.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This synopsis is being modified to include a DRAFT Performance Work Statement. This modification is not intended to solicit proposals, and contractors will not be compensated for any costs incurred as a result. The purpose of the DRAFT PWS is to provide a better understanding of the requirement. It is anticipated that solicitation number W911W4-13-R-0004 will be issued on or about 8 July 2013 and will be available via the Federal Business Opportunities webpage at http://www.fbo.gov. No contract will be awarded as a result of this Synopsis. Please submit any questions or comments to this action in writing. The point of contact is Cristina Williams, Contract Specialist, e-mail: Cristina.H.Williams.civ@mail.mil; 703-428- 0428 and Randy Dreyer, Contracting Officer e-mail: Randy.J.Dreyer.civ@mail.mil; 703-428-4396. DRAFT Performance Work Statement (PWS) Acquisition Requirements Roadmap Training (ARRT) Project Sustainment and Development Performance Work Statement (PWS) Improve the acquisition workforce's tradecraft in services acquisition through training and job aids. 1. Introduction The DOD obligates over $300 Billion annually in contracts with service contracts accounting for almost half of the total expenditures. The Defense Acquisition University (DAU) is charged with developing the skills and abilities of the defense acquisition workforce. DAU accomplishes this by developing, conducting and deploying a variety of learning assets such as classroom training, on line training, workshops and acquisition support tools. DAU is developing acquisition workforce training and job aids/tools that will be integrated in classes and available for use in the workplace. The tools and sustainment developed under this effort are part of a continuing effort to improve the skill and abilities of the acquisition workforce and make the entire service acquisition process more effective and efficient. 1.1 Mission Within DAU, the Learning Capabilities Integration Center (LCIC) is responsible for developing all learning assets used by DAU to train and equip various elements of the Department of Defense's (DoD) acquisition workforce. This includes certification course work, classes, workshops, and training/job aids. The Center for Services Acquisition is responsible for developing courses, workshops and tools to improve the department's development and execution of service acquisitions. DAU's service acquisition training and job aids follow the DOD Guidebook for the Acquisition of Services and treats the acquisition process as a workflow. The Acquisition Requirements Roadmap Training (ARRT) tool is the first tool in this series and assists requirements personnel with the Performance Work Statement (PWS) and Quality Assurance Surveillance Plan (QASP) development process. This requirement builds on the data created in ARRT to continue the development of tools and job aids that will improve the acquisition workforce's execution of the service acquisition process. The Contractor is expected to be a strategic partner in developing and refining these tools and job aids. 1.2 Background This requirement continues an effort to improve the training provided to the acquisition workforce on services acquisition. Numerous GAO reports, the Defense Science Board and Congressional committees have all identified problems and shortcomings in the services acquisition process. As part of the Under Secretary of Defense for Acquisition, Technology and Logistics, Dr. Carter's Better Buying Power Initiative to quote mark improve the Tradecraft in Services Acquisition, quote mark DAU is developing a suite of training and tools that will be used in courses and workshops and have practical field application. Defining the performance requirement has traditionally been the biggest obstacle in executing good services contracts. The requirements roadmap is used in step four of the Seven Steps of Acquisition process which previously used a manual paper process to capture performance requirements and methods of inspection. The ARRT was developed as a means to capture requirements and inspection information in a database that would create the PWS and QASP that students can use in class and in Services Acquisition Workshops (SAWs) as well as in the workplace. During prior task orders under a Small Business Innovate Research (SBIR) Phase III contract with SimVentions Inc. DAU developed the Service Acquisition Mall (SAM). SAM is an online resource available to participants in the service acquisition process, assisting them in developing and executing service acquisition requirements using a performance based approach. SAM is organized by Wings and Stores grouped into knowledge portfolios of similar type services. SAM contains training information and best-in-class examples of performance objectives, performance standards, performance assessment methods and metrics for the difference types of services within a knowledge portfolio. During these prior task orders SimVentions identified and documented requirements; designed software solutions to meet these requirements; designed the user interface of the application; implemented the design; tested the resulting software; and documented the software capabilities, SAM maintenance artifacts and user guides. SimVentions assisted DAU in the generation, editing, and maintenance of SAM content including wings, stores, and other artifacts posting on SAM. For both the SAM and ARRT a spiral development process coupled with a development process known as Rapid Capability Insertion Process (RCIP) modeled and applied a streamlined process for introducing new capabilities and tools to the DOD personnel involved in the service acquisition process, both acquisition professionals and nonprofessionals alike. RCIP covers all aspects of the introduction of a new service acquisition capability included the design-develop-test phase of product evolution. RCIP is an essential open systems architecture (OA) implementation technique that focuses on open business models for acquisition and spiral development of new capabilities that enable multiple developers to collectively and competitively participate in cost-effective and innovative capability delivery to the DOD acquisition enterprise. SAM went live with its initial production version on 15 Jan 10 with version 4.6 going live on 8 Jun 12. ARRT version 1.0 went live on 29 Jul 11. ARRT version 3.0 began beta testing of its enterprise (intranet) version on 16 Jan 13. The requirements of this effort both sustain and enhance the existing learning tools - SAM and ARRT. These tools build on the data created in ARRT under the theory of create once, use many times. Figure 1.1 below depicts the development and sustainment schedule for SAM and ARRT to date and as projected into the future. Figure 1.1, ARRT Project Tools Development and Sustainment 1.3 Scope The scope of this acquisition is to maintain and sustain the existing ARRT Project tools such as ARRT and the Service Acquisition Mall (SAM) while continuing the development, testing and deployment of new tools and job aids. This includes identification of potential improvements, training and user support and software maintenance. The additional training tools will be integrated into course and workshop training as well as available for use in the workplace. The ARRT Project treats the service acquisition process as a workflow and by training the acquisition workforce using standard tools and processes the DOD can significantly improve the departments execution of service requirements. 2 General Requirements This section describes the general requirements for this effort. 2.1 Non-Personal Services The Government shall neither supervise Contractor employees nor control the method by which the Contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual Contractor employees. It shall be the responsibility of the Contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the Contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the Contractor's responsibility to notify the Procuring Contracting Officer (PCO) immediately. 2.2 Business Relations The Contractor shall successfully integrate and coordinate all activities needed to execute the requirements of this PWS. The Contractor shall manage the timeliness, completeness, and quality of problem identification. The Contractor shall provide corrective action plans, proposal submittals, timely identification of issues, and effective management of subcontractors. The Contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all Contractor personnel. 2.3 Contract Administration and Management The following subsections specify requirements for contract, management, and personnel administration. 2.3.1 Contract Management The Contractor shall establish clear organizational lines of authority and responsibility to ensure effective management of the resources assigned to the requirement. The Contractor must maintain continuity between the support operations at Government facilities and the Contractor's corporate offices. The Contractor and any subcontractors operating under this PWS shall comply with Organizational Conflict of Interest (OCI) terms and conditions in accordance with FAR Subpart 9.5. The Contractor shall use key performance parameters to monitor work performance, measure results, ensure delivery of contracted product deliverables and services, support management and decision-making, and facilitate communications. The Contractor shall identify risks, resolve problems and verify effectiveness of corrective actions. The Contractor shall institute and maintain a process that ensures problems and action items discussed with the Government are tracked through resolution and shall provide timely status reporting. Results of Contractor actions taken to improve performance should be tracked, and lessons learned incorporated into applicable processes. 2.3.2 Contract Administration The Contractor shall establish processes and procedures to effectively administer the requirement. The Contractor shall respond to Government requests for information in a timely manner. The Contractor shall have a single point of contact between the Government and Contractor personnel assigned to support this requirement. The Contractor shall assign work effort and maintaining proper and accurate time keeping records of personnel assigned to work on this requirement. The Government will appoint a Contracting Officer's Representative (COR) to oversee the contract. 2.3.3 Personnel Administration The Contractor shall provide management and personnel support as required. The Contractor shall maintain the currency of their employees by providing initial and refresher training to meet the PWS requirements. The Contractor shall make necessary travel arrangements for employees. The Contractor shall provide necessary infrastructure to support contract tasks. The Contractor shall provide administrative support to employees in a timely manner (time keeping, leave processing, pay, emergency needs). 2.4 Subcontract Management The Contractor shall be responsible for any subcontract management necessary to integrate work performed on this requirement and shall be responsible and accountable for subcontractor performance on this requirement. The prime Contractor will manage work distribution to ensure there is no OCI. Contractors may add subcontractors to their team after notification and approval of the Contracting Officer. Cross teaming may be permitted. 2.5 Contractor Personnel, Disciplines, and Specialties The Contractor shall accomplish the tasks by employing and using qualified personnel with appropriate combinations of education, training, and experience. The Contractor shall match personnel skills to the task with a minimum of under/over employment of resources. Contractor personnel supporting this effort must have minimum certifications in accordance with DODD 8570.01-M, Information Assurance Training, Certification, and Workforce Management, and the DOD 8570.01-M IA Certifications spreadsheet. The Contractor shall provide all necessary resources and infrastructure to manage, perform, and administer the contract. 2.6 Location, Hours of Work, and Hours of Operation The primary place of performance for this requirement is the Contractor's facility. Travel may be required within the Continental United States (CONUS). Normal government workdays are Monday through Friday except US Federal Holidays. The normal workweek is 40 hours. The normal workday is eight (8) hours and the window in which those eight (8) hours may be scheduled is between 6:00 AM and 6:00 PM, Monday through Friday. Billable hours are limited to the performance of services as defined in this PWS. Work in excess of the standard 40 hour work week will be billed as straight time as this requirement is performance based consisting of professional services, which are exempt under the fair labor standards act. 2.7 Travel / Temporary Duty (TDY) All travel requirements (including plans, agenda, itinerary, or dates) shall be pre-approved by the COR. Costs for travel shall be billed in accordance with the regulatory implementation of Public Law 99-234 and FAR 31.205-46 Travel Costs. Allowable travel costs are described in the Federal Acquisition Regulation (FAR) 31.205-46. If any travel arrangements cause additional costs to the contract that exceed those previously negotiated, written approval by the Contracting Officer is required prior to undertaking such travel. The Contractor shall travel using the lower cost mode of transportation commensurate with the mission requirements. When necessary to use air travel, the Contractor shall use the tourist class, economy class, or similar accommodations to the extent they are available and commensurate with the mission requirements. Travel will be reimbursed on a cost reimbursable basis as an ODC; no profit or fee will be paid. 2.8 Program Management The contractor shall provide personnel resources, adequate contract and management systems (to include Cost Accounting Systems, schedule, and performance), and facilities to successfully meet, plan, organize, staff, direct, and control the implementation of all requirements stated in this contract. The contractor shall implement production, delivery, and support of all components required under this contract. The contractor shall, as an independent contractor, and not as an agent of the Government, furnish all management, labor, tools, supplies, and materials (except) as provided by the Government) necessary to perform the requirements contained herein. The Government will have access to the following types of data: Project status; maintenance problem report or trouble ticket status; site configuration information to include quote mark as shipped quote mark configurations; engineering change proposal status; all software, source code, and documentation, without any restrictions whatsoever by the contractor. 2.8.1 Key Personnel: Program Manager The Contractor shall identify a Program Manager who shall be the primary representative responsible for all requirements awarded under this PWS, participate in Program Management Reviews and ensuring all standards referenced herein are adhered to. The Contractor shall support program review meetings, as required. 2.9 Records, Files, Documents All physical records, files, documents, and work papers provided and/or generated by the Government and/or generated for the Government in performance of this PWS, maintained by the Contractor which are to be transferred or released to the Government or successor Contractor, shall become and remain Government property and shall be maintained and disposed of in accordance with FAR, DFARS and other applicable federal regulations, as required. Nothing in this section alters the rights of the Government or the Contractor with respect to patents, data rights, copyrights, or any other intellectual property or proprietary information as set forth in any other part of this PWS. 2.10 Quality Control Plan (QCP) The Contractor shall propose a QCP and maintain an effective quality control program to ensure services are performed in accordance with contract requirements. The Contractor shall implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractor's QCP is the means by which he assures that the performance complies with the requirements of the contract. The QCP will be evaluated by the Government at the time of proposal of the contract. After award, the Contractor shall coordinate changes within 10 business days with the Government and be accepted by the Contracting Officer. The Government may find the QCP quote mark unacceptable quote mark whenever the contractor's procedures do not accomplish quality control objective(s). The Contractor shall revise the QCP within 10 business days from receipt of notice that QCP is found quote mark unacceptable. quote mark Performance Standards a) STD: The Quality Control Plan shall be updated as required and accurately reflect the QCP. It shall be delivered on time per Task 2.10. Deliverable A005 Quality Control Plan 2.11 Open Systems Approach and Goals The Government intends to develop training tool(s) with workplace application that have an Open System Architecture and corresponding components. As part of this procurement, the Contractor shall define, document, and follow an open systems approach for using modular design, standards-based interfaces, and widely supported consensus-based standards to the maximum extent practicable. The Contractor shall develop, maintain, and use an open system management plan to support this approach and shall be required to demonstrate compliance with that plan during all design reviews. As part of an open system management plan, the Contractor shall identify in its proposal all Commercial-Off-the-Shelf/Non-development Item (COTS/NDI) components, their functionality and proposed use in the system, and provide copies of license agreements related to the use of these components for Government approval prior to use. The Contractor shall provide the Government (and/or Government support Contractors) electronic access to its integrated digital (or development) environment (IDE) and the ability to download artifacts throughout the term of the contract. The Government reserves the right to witness all Contractor efforts to accomplish the PWS requirements and maintains the right to comment on processes. The Contractor shall provide 30 days advance notice of any events, tests, or activity that the Government identifies as a specific item of interest. 3 Performance Requirements This section covers specific development and maintenance requirements. Maintenance and Sustainment shall include current Service Acquisition Mall (SAM) and ARRT tools as new ARRT Project tools as they are developed and deployed. 3.1 Project Management The Contractor shall provide project management for sustainment and development of the ARRT project. Overall project management shall be integrated into a Master Program Plan reflecting both sustainment and tool development efforts, with regular updates provided to the DAU ARRT project team. 3.1.1 Master Program Plan The Contractor shall develop, deliver and maintain and update the overall Master Program Plan and schedule. The Master Program Plan shall accurately reflect specific sustainment and new tool development milestones. Schedules shall be updated monthly following acceptance by the government of the initial Master Program Plan. Performance Standards a) STD: The Master Program Plan shall be updated monthly and accurately reflect project status. It shall be delivered on time per Task 3.1.1. b) STD: Final project plan delivered not later than 60 calendar days after contract award Deliverables A001 Master Program Plan 3.1.2 Master Program Plan Status The Contractor shall control, monitor, update, and report project status for maintenance, sustainment and development based on the approved master schedule. The contractor shall identify schedule related project issue and their associated impacts within five (5) business days from the occurrence of each issue and propose alternatives to resolve each with DAU ARRT project team. Contractor conducted In Progress Reviews (IPR) with DAU ARRT project office shall be held no less than every 60 days. Performance Standards a) STD: Reports and updates accurately reflect project status and progress. Reports shall be delivered on time per Task 3.1.2. Deliverables A006 In progress reviews (IPR) minutes 3.1.3 Configuration Management The Contractor shall develop, implement, and maintain configuration management plan (CM) for ARRT project tools. Software development and databases life cycle management shall be consistent with commercial practices such as ITIL v 3.0, CMMI for Services (CMMI-SVC). Performance Standards a) STD: The contractor shall deliver a CM Plan within 60 days after contract award and shall update the plan semiannually thereafter. It shall be delivered on time per Task 3.1.3. b) STD: CM Plan shall address security testing and deployment. c) STD: Configuration Management plan shall accurately reflect ARRT project tools Deliverables A002 Configuration Management Plan 3.1.4 Software Applications Security and Testing The Contractor shall implement and maintain software applications security and security testing for ARRT project. The Contractor shall develop a proposed security test plan for Government approval for all enhancements to the deployed ARRT project capabilities and new tool development, consistent with DOD DIACAP standards and DAU IT standard operating instructions. Upon Government approval, the contractor shall test, report and fix issues identified through testing. The Contractor shall assist the supported organizations' efforts to respond and report compliance status of all Information Assurance and Vulnerability Alerts and Bulletins (IAVAs/IAVBs), as applicable. The Government will review test results and corrective actions for acceptance prior to implementation of enhancements. The contractor shall conduct security tests, summarize results, and take corrective actions, as required. Performance Standards a) STD: Security Test Plan submitted within 60 days after contract award and updates for each new major release of tool(s) thereafter. It shall be delivered on time per Task 3.1.4. b) STD: Corrective actions shall be deployed not later than 10 business days after government approval Deliverables A003 Security Test Plan 3.2 ARRT Project Tool Roadmap Framework The Contractor shall develop and deliver for government approval a tools framework roadmap for current and new ARRT project tool development. This framework shall illustrate how ARRT tools work together to share information and how with these tools the acquisition workforce can demonstrate improvements in effectiveness and efficiency of the service acquisition process. Performance Standards a) STD: Submit completed initial tool framework for government approval within 60 days after contract award, with subsequent updates completed every 6 months thereafter. It shall be delivered on time per Task 3.2. b) STD: Proposed solutions require no third party software application licenses to be purchased by the Government c) STD: Compliant with DISA Security Technical Implementation Guide standards Deliverables A004 ARRT Project Tool Roadmap Framework 3.3 Maintenance and Sustainment of Deployed ARRT Project Resources The Contractor shall maintain and provide Government approved fixes to the deployed ARRT resources for the Service Acquisition Mall (SAM) and the deployed version of ARRT. (Note: New capabilities and training developed under this requirement will be added to the deployed ARRT resources and shall be maintained by the contractor under this section.) 3.3.1 Maintenance of Deployed ARRT Software The Contractor shall perform systems administration and maintenance for deployed ARRT project tools to ensure consistent and reliable service availability to customers. Upon identification of problems, failures or required maintenance from Software Manufacturers, or identification of issues through the Information Assurance Vulnerability Assessment, users and/or similar processes, the Contractor shall identify fixes to correct software bugs, requirements for updates, or maintenance (hereafter referred to as quote mark maintenance quote mark ). Maintenance requirements identified by trouble reports, or by the Government via the COR, shall be identified as either quote mark critical quote mark or quote mark non-critical. quote mark The Government will validate the fixes within two (2) business days. Performance Standards a) STD: Fixes for identified quote mark critical quote mark maintenance shall be available for use by the user community within five (5) business days of government validation as per Task 3.3.1. Fixes identified as quote mark non-critical quote mark maintenance with the next scheduled software release. Summary reports shall be provided on a monthly basis. Deliverables A007 ARRT Project Tool Maintenance Report 3.3.2 Help Desk/Reach Back Support The Contractor shall provide help desk and reach back support for the ARRT project, tools, and website. The Contractor shall provide user support for ARRT related queries or issues. The Contractor shall provide initial screening of the SAM quote mark Contact Us quote mark function (email interface to users) and address ARRT related items as urgent or routine. Those items that are not ARRT related such as policy, process, training, etc., shall be referred to the DAU Project Office for action. Contractor shall provide a monthly trouble ticket report Performance Standards a) STD: Respond to urgent issues and take action within 24 hours of notification or identification. Respond to non-urgent issues within 48 hours of notification. Deliverables A008 Trouble Ticket Report 3.3.3 ARRT Project Portfolio Content maintenance and update The Contractor shall maintain and populate portfolio content and knowledge structure for ARRT project tools and web sites. The Contractor shall update portfolio content that contains or pertains to the taxonomy of services contained in DoD policy instructions, memoranda, the DoD Guidebook for the Acquisition of Services, and the DAU Service Acquisition Mall (SAM). Portfolio content will be provided by the Government. Performance Standards a) STD: Updates to current portfolio knowledge and content structure and made with each major ARRT application revision but no less frequently than semiannually in accordance with Task 3.3.3, subject to Government identified content. 3.3.4 Proposed Enhancements to Deployed ARRT Project Resources The Contractor shall propose enhancements to improve operational effectiveness for deployed ARRT project resources. The Contractor shall submit supporting documentation that details the proposed improvement and benefit to the DAU project office for review and approval. Performance Standards a) STD: Enhancements shall be consistent with DOD DIACAP standards and DAU IT standard operating instructions. It shall be delivered on time per Task 3.3.4. b) STD: Proposed enhancements are supported with anticipated benefit and economic analysis. c) STD: Cost and schedule estimates are realistic Deliverables A009 ARRT Project enhancements recommendations 3.3.4.1 The Contractor shall code, test, and provide approved fixes and enhancements for ARRT project. The Contractor shall plan, develop, test, and implement approved fixes or enhancements and update the approved Master Program Plan schedule to reflect agreed upon schedule. Performance Standards a) STD: Fixes and enhancements shall be consistent with DOD DIACAP standards and DAU IT standard operating instructions. b) STD: Completed and delivered in accordance with the Master Program Plan schedule. Deliverables A010 Enhancement plan and schedule A001 Master Project Plan updates 3.4 Develop Approved Business Processes and Data Solutions The Contractor shall create, develop, test, document, and provide the following tool-enabled business processes: Performance Assessment Tool (PAT), Technical Evaluation Plan (TEP) assistant, and Internal Government Cost Estimate (IGCE) for the ARRT project. The Contractor shall base all tool user interface design on non-expert users in mind and with a focus on simplicity of design and usability. Delivered products shall be compliant with DISA Security Technical Implementation Guide. The Contractor shall provide software development and databases life cycle management consistent with commercial practices such as ITIL v 3.0, CMMI for Services (CMMI-SVC). Proposed tools will not require the acquisition of third party application licenses. The Contractor shall provide remediation of security vulnerabilities detected during Government vulnerability testing; vulnerability testing shall be completed within the following timeframes: Category 1 vulnerability: 3 days; Category 2 vulnerability: 5 days; Category 3 vulnerability: 10 days. The Contractor shall hold project development In Process Reviews (IPRs) quarterly or sooner if requested by the Government or Contractor. Performance Standards a) STD: The contractor shall complete milestones for each developed tool in accordance with the approved Master Program Plan Schedule. Note: Each tool requirement includes specific standards. b) STD: The Contractor shall provide tools that are compliant with World Wide Web Consortium (W3C) data set standards, if available. 3.4.1 Plan, Develop, Test, and Deliver PAT Business Process ToolThe Contractor shall plan, develop, test, and deliver PAT capabilities for the ARRT project. The Contractor shall develop and deliver capabilities for the PAT consistent with the PAT portion of the Functional Requirements Document (FRD), (attachment 1 to this PWS). The Contractor shall develop tool interfaces that a non-technical user can easily navigate. The tool shall correctly capture and record data inputs and generate required detailed and summary output documentation. The Contractor shall deliver data capture methodology that is consistent with Federal Government's Contractor Performance Assessment Report System (CPARS) structure. Performance Standards a) STD: PAT shall be delivered in accordance with Master Program Plan schedule and Task 3.4.1. b) STD: Deficiencies in tool framework and usability are identified, tracked and corrected with each build cycle Deliverables a) A011 Tool Development Plan 3.4.1.1 PAT Initial Capability Framework Design Concept The Contractor shall develop and deliver initial framework and design concept for the PAT capability. The Contractor shall develop an initial framework and design concept that is consistent with the requirements of the FRD. Initial framework and design concept shall be presented to the DAU project office during a design review and subject to DAU approval before next phase of development starts. The delivered design concept shall comply with the standards contained in this PWS. Performance Standards a) STD: Design and framework effectively implement the concepts contained in the FRD b) STD: Completed in accordance with the approved Master Program Plan schedule and Task 3.4.1.1 Deliverables A012 Tool Initial Design Framework and Tool Concept 3.4.1.2 PAT Functioning Prototype The Contractor shall develop and deliver a functioning prototype for the PAT capability. The Contractor shall submit its functioning prototype to the DAU project office for review and assessment that performs the functions contained in the FRD. Performance Standards a) STD: Delivered PAT prototype in accordance with the approved Master Program Plan schedule and Task 3.4.1.2 b) STD: Meets FRD requirements Deliverables A015 PAT functioning prototype 3.4.1.3 PAT Capability Pilot Testing The Contractor shall plan, conduct, document, and report pilot testing for the automated PAT capability. The Contractor shall develop test plan to adequately test the functionality of each element of the PAT capability. Test sites will be identified by the Government. Contractor will conduct user training and functionality tests over a two (2) month period to provide usability information. The Contractor shall provide test results following pilot testing. Test results shall identify test outcomes, capture relevant data and assess workforce usability of the prototype. The Contractor shall identify problems with the prototype tools and associated impacts within seven (7) business days of discovery. The Contractor shall analyze feedback from test participants and propose fixes, changes and refinements to prototype tools. Proposed changes and refinements shall be submitted to the Government for concurrence prior to a deployment decision. Performance Standards a) STD: Tests completed in accordance with the Government approved test plan b) STD: Proposed changes, fixes and refinements effectively address test results and are implementable Deliverables A016 Pilot test plan and results documentation 3.4.1.4 PAT Capability Deployment The Contractor shall deliver and document deployment version of the automated PAT capability. The Contractor shall provide a final deployment version of the automated PAT capability, following pilot testing, including fixes and incorporation of approved changes and refinements. The Contractor shall deliver a deployment documentation package including the software code, deployment instructions, user manual and other documents required for effective deployment of the PAT capability. The Contractor shall deliver a PAT capability that meets the requirements of the FRD. The Contractor shall provide a set of deliverables that is complete and ready for deployment to include a training plan, software source code, installation support plan, and implementation plan. Performance Standards a) STD: Deployment version delivered in accordance with the Program Master Plan schedule and Task 3.4.1.4 b) STD: Meets or exceeds FRD requirements Deliverables A013 Tool Software Source Code A014 Deployable Tool and Deployment Package 3.4.2 Plan, Develop, Test, and Deliver TEP Capability Business Process Tool The Contractor shall plan, develop, test, and deliver a TEP capability for the ARRT project. The Contractor shall develop and deliver capabilities for the TEP consistent with the TEP portion of the functional requirements document (FRD), (attachment 1 of this PWS). The Contractor shall develop interfaces that a non-technical user can easily navigate. The capability shall correctly capture and record data inputs and generate required output documentation. The Contractor shall identify, track and correct deficiencies in the capability framework and usability with each development build cycle. The Contractor shall recommended solutions and procedures that are implementable. Performance Standards a) STD: Design and framework delivered in accordance with Master Program Plan schedule b) STD: Deficiencies in tool framework and usability are identified, tracked and corrected with each build cycle 3.4.2.1 TEP Initial Capability Framework Design Concept The Contractor shall develop and deliver initial tool framework and design concept review for the TEP capability that is consistent with the requirements of the FRD. The initial framework and design concept will be presented to the DAU project office during a design review and subject to DAU approval before the next phase of development starts. The delivered design concept shall be compliant with the FRD. Performance Standards a) STD: Design and framework effectively implement the concepts contained in the FRD b) STD: Completed in accordance with the approved Master Program Plan schedule and in accordance with Task 3.4.2.1 Deliverables A012 Tool Initial Design Framework and Design Concept 3.4.2.2 TEP Capability Prototype The Contractor shall develop and deliver functioning prototype for the TEP capability. The Contractor shall submit a functioning prototype to DAU project office for review and assessment. The Contractor shall deliver a prototype TEP capability that performs the functions contained in the FRD. Performance Standards a) STD: Delivered PAT prototype in accordance with the approved Master Program Plan schedule. b) STD: Meets FRD requirements Deliverables A015 Tool Functioning Prototype 3.4.2.3 TEP Capability Pilot Testing The Contractor shall plan, conduct, document, and report pilot testing for the automated TEP capability. The Contractor shall develop test plan to adequately test the functionality of each element of the TEP capability. Test sites will be identified by the Government. Contractor will conduct user training and functionality tests over a two (2) month period to provide usability information. The Contractor shall provide test results following pilot testing. Test results shall identify test outcomes, capture relevant data and assess workforce usability of the prototype. The Contractor shall identify problems with the prototype tools and associated impacts within seven (7) business days of discovery. The Contractor shall analyze feedback from test participants and propose fixes, changes and refinements to prototype tools. Proposed changes and refinements shall be submitted to the Government for concurrence prior to a deployment decision. Performance Standards a) STD: Tests completed in accordance with the Government approved test plan b) STD: Proposed changes, fixes and refinements effectively address test results and are implementable Deliverables A016 Tool Pilot test plan and results documentation 3.4.2.4 TEP Capability Deployment The Contractor shall deliver and document deployment version of the automated TEP capability. following pilot testing, The Contractor shall provide a final deployment version of the TEP capability, including fixes and incorporation of approved changes and refinements. The Contractor shall deliver a documentation package including the software code, deployment instructions, user manual and other documents required for effective deployment of the capability. The Contractor shall deliver an automated TEP capability that meets the requirements of the FRD. The Contractor shall provide a set of deliverables that is complete and ready for deployment, to include a training plan, software source code, installation support plan, and implementation plan. Performance Standards a) STD: Deployment version delivered in accordance with the Program Master Plan schedule b) STD: Meets or exceeds FRD requirements Deliverables A013 Tool Software Source Code A014 Tool Deployable Tool and deployment package 3.4.3 Plan, Develop, Test, and Deliver an IGCE Business Process Tool The Contractor shall plan, develop, test, and deliver an IGCE capability for the ARRT project. The Contractor shall develop and deliver capabilities for the IGCE consistent with the IGCE portion of the FRD, attached to this PWS. The Contractor shall develop capability interfaces that a non-technical user can easily navigate. The capability shall correctly capture and record data inputs and generate required output documentation. The Contractor shall identify, track and correct deficiencies in framework and usability with each build cycle. The Contractor shall recommended solutions and procedures that are implementable. Performance Standards a) STD: Design and framework delivered in accordance with Master Program Plan schedule b) STD: Deficiencies in tool framework and usability are identified, tracked and corrected with each build cycle 3.4.3.1 IGCE Initial Capability Framework Design Concept The Contractor shall conduct initial framework and design concept review for the IGCE automated capability that is consistent with the requirements of the IGCE portion of the FRD. The delivered design concept shall comply with the standards contained in the PWS. Initial framework and design concept will be presented to the DAU project office during a design review and subject to DAU approval before next phase of development can begin. Performance Standards a) STD: Design and framework effectively implement the concepts contained in the FRD b) STD: Completed in accordance with the approved Master Program Plan schedule Deliverables A012 Tool Initial Design Framework and Design Concept 3.4.3.2 IGCE Capability Prototype The Contractor shall develop and deliver functioning prototype for the automated IGCE capability. The Contractor shall deliver a prototype IGCE capability that performs the functions contained in the FRD. The Contractor shall submit its functioning prototype to the DAU project office for review and assessment. Tool must be accepted by DAU project office before field testing can begin. The prototype IGCE capability shall comply with the applicable standards of this PWS and FRD. Performance Standards a) STD: Delivered PAT prototype in accordance with the approved Master Program Plan schedule. b) STD: Meets or exceeds FRD requirements Deliverables A015 Tool functioning prototype 3.4.3.3 IGCE Capability Pilot Testing The Contractor shall plan, conduct, document, and report pilot testing for the automated IGCE capability. The Contractor shall develop test plan to adequately test the functionality of each element of the IGCE capability. Test sites will be identified by the Government. Contractor will conduct user functionality tests over a two (2) month period to provide usability information. The Contractor shall provide test results following pilot testing. Test results shall identify test outcomes, capture relevant data and assess workforce usability of the prototype. The Contractor shall identify problems with the prototype tools and associated impacts within seven (7) business days of discovery. The Contractor shall analyze feedback from test participants and propose fixes, changes and refinements to prototype tools. Proposed changes and refinements shall be submitted to the Government for concurrence prior to a deployment decision. Performance Standards a) STD: Tests completed in accordance with the Government approved test plan b) STD: Proposed changes, fixes and refinements effectively address test results and are implementable Deliverables A016 Tool Pilot test plan and results documentation 3.4.3.4 IGCE Capability Deployment The Contractor shall deliver and document deployment version for the automated IGCE capability, following pilot testing, including fixes and incorporation of approved changes and refinements. The Contractor shall deliver a documentation package including the software source code, deployment instructions, user manual and other documents required for effective deployment of the IGCE capability. The Contractor shall deliver an IGCE capability that meets the functional requirements of the IGCE portion of the FRD. The Contractor shall provide a set of deliverables that is complete and ready for deployment to include a training plan, software source code, installation support plan, and implementation plan. Performance Standards a) STD: Deployment version delivered in accordance with the Program Master Plan schedule b) STD: Meets or exceeds FRD requirements Deliverables A013 IGCE Software Source Code A014 IGCE Deployable Tool and deployment package 4 Special Requirements This section describes the special requirements for this effort. The following sub-sections provide details of various considerations on this effort. 4.2 Transition Plan The Contractor shall propose a Transition Plan and keep the Government fully informed of status throughout the phase-in/phase-out period(s). Throughout the transition periods, it is essential that attention be given to minimize disruptions or delays to work in progress that would impact the mission. The Contractor must plan for the transfer of work control, delineating the method for processing and assigning tasks during the phase-in/phase-out periods. Deliverable A017 Transition Plan 4.3 Government Furnished Materials The Government will make available the data structure and source code information for SAM and ARRT. 4.4 Applicable Directives The contractor shall comply with all documents listed below as mandatory and referenced under Section 3, Performance Requirements. Compliance with documents listed as non-mandatory is the contractor's option. 4.4.1 Mandatory compliance DOD Open Systems Architecture Contract Guidebook for Program Managers, v.0.1, Dec 2011 DAU Directive 303, Information Systems Security, 18 Jun 12 DAU Directive 304, Information Systems Usage, 25 Jun 12, and all references contained therein DAU Directive 709, Learning Asset Management Program, 3 Jan 12 4.4.2 Non-Mandatory document ANSI/EIA-649-1998, National Consensus Standard for Configuration Management (DoD adopted) 4.6 Security Requirements 4.6.1 Antiterrorism (AT) Level I Training All Contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after employee start date. The Contractor shall submit certificates of completion for each Contractor employee and subcontractor employee to the COR within 15 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: https://atlevel1.dtic.mil/at/ 4.6.2 Access and General Protection/Security Policy and Procedures Contractor and all associated subcontractor employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes. 4.6.3 iWATCH Training The Contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 60 calendar days of contract award and within 30 calendar days of employees commencing performance. iWATCH training results shall be reported to the COR not later than 75 calendar days after contract award. 4.6.4 Contractor Employees Who Require Access to Government Information Systems All Contractor employees and associated subcontractor employees with access to a government information system must be registered in the Army Training Certification Tracking System (ATCTS) at commencement of services, and must successfully complete the DoD Information Assurance Awareness prior to access to the Information System and then annually thereafter. 4.7 Contract Manpower Reporting CONTRACTOR MANAGEMENT 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 subcontractor 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 know 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. Contractor Manpower Reporting. The Contractor will report all contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. Reporting period will be the period of performance not to exceed 12 months for each year. 5 Deliverables The contractor shall provide deliverables as described. Format and delivery schedule for deliverables shall be outlined in CDRLs. A001Master Program PlanPlan covers sustainment enhancements and development efforts with specific project plans and schedules for each development tool. A002Configuration Management Plan; Contractor format acceptable A003Security Test Plan; Describe how the ARRT project tools will ensure compliance with DAU IT Standards and the Defense Information Systems Agency Security Technical Implementation Guide (STIG) and DOD DIACAP standards A004ARRT Project Tool Framework Roadmap; Contractor format acceptable A005Quality Control Plan; Contractor format acceptable A006In Progress Reviews Minutes; Contractor format acceptable A007ARRT Project Maintenance Report; Contractor format acceptable A008Trouble Ticket Report; Includes number of tickets opened, pending resolution, and completed. Also includes number tickets escalated, rating, closed, duration to respond to end user A009ARRT Project Enhancement Proposal; The Enhancement Proposal (EP) shall be prepared in contractor format. The EP content shall include, where applicable, the following information: a. the change priority, change classification, and change justification b. a complete description of the change to be made and the need for that change c. complete listing of other configuration items (CI) impacted by the proposed change and a description of the impact on those CIs. d. proposed changes to documents controlled by the government. e. proposed serial (or lot) number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. recommendation about the way a retrofit should be accomplished. g. impacts to any software support elements (such as software, manuals, and similar) being utilized by government personnel in support of the product. h. impacts to the operational use of the product i. complete estimated life-cycle cost impact of the proposed change j. milestones relating to the processing and implementation of the enhancement A010Approved Enhancement Plan and Schedule; Plan of how and when approved enhancement to ARRT Project will be made A011Tool Development Plan; Addresses test objectives, methodology and captures testing results, contractor format acceptable A012Tool Initial Design Framework and Design Concept; Contractor format acceptable A013Tool Software Source Code; Contractor format acceptable A014Deployable Tool and Deployment Package;Production version of tool and associated user guide(s), description of version changes A015Tool Functioning Prototype ;Software Beta test version A016TEP Pilot test plan and results documentation;Addresses test objectives, methodology and captures testing results, contractor format acceptable A017Transition Plan; Transition plan will outline the vendor's plan and milestones necessary to ensure a successful transition 6 Related Documents 1. Functional requirements document for the Performance Assessment Tool, Technical Evaluation Planning Tool and the Independent Government Cost Estimating Tool 2. SAM Change Management Plan 3. DISA Security Technical Implementation Guide 4. DAU IT Standards 7. Acronyms Listing Acquisition Requirements Roadmap Tool (ARRT) Assurance and Vulnerability Alerts and Bulletins (IAVAs/IAVBs) Configuration management (CM) CMMI for Services (CMMI-SVC) Continental United States (CONUS) Contractor Performance Assessment Reporting System (CPARS) Defense Acquisition University (DAU) Functional requirements document (FRD) High Level Objective (HLO) In Progress Reviews (IPR) Open systems architecture (OA) Organizational Conflict of Interest (OCI) Performance Assessment Tool (PAT) Procedures, Guidance, and Information (PGI) Rapid Capability Insertion Process (RCIP) Service Acquisition Mall (SAM) Technical Evaluation Plan assistant (TEP) 8. TECHNICAL EXHIBIT LISTING: TECHNICAL EXHIBIT 1 Functional Requirements Document Performance Assessment Tool (PAT) - Functional Requirements Goal: Provide a training and job support tool that will assist a contracting officer's representative (COR) in capturing, recording, summarizing, and displaying contractor performance from the lowest level of task/subtask to the task order and/or contract level. PAT will provide in summary report form contractor performance in a manner consistent with the Performance Work Statement (PWS) and the Quality Assurance Surveillance Plan (QASP) developed in Acquisition Requirements Roadmap Tool (ARRT). Key Features/Requirements: -PAT is compatible and compliant with the following: Federal Acquisition Regulations (FAR) and Department of Defense FAR Supplement (DFARS) and Procedures, Guidance, and Information (PGI) as pertaining to the acquisition of services. quote mark Guidebook for the Acquisition of Services quote mark, dated 20 July 2011. Acquisition Requirements Roadmap Tool, latest release as downloadable at http://sam.dau.mil. -PAT shall be capable of using data created during the development of the PWS and QASP, i.e. contract performance standards, acceptable quality levels, types and methods of inspection, and contract deliverables. Any or all of this data may be used to guide PAT users through a similar question and answer wizard format to create reports of contractor performance. -Developed and implementable using Open Systems Architecture guidelines as set forth in DoD Open Systems Architecture Contract Guidebook for Program Managers v.0.1, dated December 2011. quote mark Open Standards quote mark means widely accepted and supported standards set by recognized standards organizations or the marketplace. These standards support interoperability, portability, and scalability and are equally available to the general public at no cost or with a moderate license fee. -Enable the COR to capture, record, summarize, and display lowest level of task/subtask as well as summary report form at the HLO, task order/contract level, contractor performance ratings based on the ARRT-QASP utilizing the five categories of contractor performance information as specified in the Contractor Performance Assessment Reporting System (CPARS). Additionally, PAT data shall be formatted to conform to the requirements of the Past Performance Information Retrieval System (www.ppirs.gov) and quote mark A Guide to Collection and Use of Past Performance Information quote mark, Version 3, dated May 2003 located at the following web address: http://www.acq.osd.mil/dpap/Docs/PPI_Guide_2003_final.pdf. -Develop, format, save and present to users standardized monthly performance tracking summary charts at the High Level Objective (HLO) and lowest level of task/subtask, as well as summary report form with drill down capability to task level performance. Reports and charts will use standard MS Office formats. -Develop, format, save and present to users 12 month performance summary report for COR, PM/Functional Service Manager and Contracting Officer of contractor performance on applicable contract or task order for consideration in their annual CPARS submission. -Provide users with capability for monitoring and alerting calendar date reminder(s) to COR for contract inspections at the lowest level of task/subtask as well as summary report form. - Utilize the weighting assigned in the PWS combined with the CORs performance assessment rating to calculate the performance assessment at the High Level Objective (HLO), lowest level of task/subtask, as well as summary report form. - Capture, record, summarize, and display Management and General Cooperative Behavior at the HLO level. -Tool prompts users to provide narrative justification in the event significant ( quote mark exceptional quote mark or quote mark unsatisfactory quote mark ) performance ratings are being assessed. -User Acceptance: User quote mark Friendliness quote mark - Features and visual appeal of the tool that aid in operation, lessen input errors, reduce key strokes, provide alternate ways to input transactions, and other features that aid ease of use and user satisfaction with the tool. Commonality to DoD Services Acquisition procedures - Ease of using the tool in the training and operational environments. Commonality to present applications - Look and feel of tool features are similar to other ARRT document authoring tools (PWS, QASP, Performance Requirements Summary (PRS)), and supports ease of transition between tools. Help features, training, documentation, and system support - tool provides reasonably detailed levels of support to aid users in learning and using the tool. -Modularity - Tool accommodates new implementation sites (DoD agencies), or accommodates new users at established sites, and to adapt to evolving legislative mandates, business procedures, functional requirements and technology developments. -Technology - Tool is present (state-of-the-market) and future (state-of-the-art) technology oriented. -Mobile technology -Tool is designed and maintained consistent with DoD Mobile Device Strategy document, Version 2.0, dated May 2012 (https://acc.dau.mil/CommunityBrowser.aspx?id=521174) Technical Evaluation Plan assistant (TEP) A training and job aid tool to assist users develop effective technical evaluation criteria for service requirements that are consistent with the PWS and other areas that a team may need to consider for section M or an RFP. The TEP tool will be used in as part of DAU training courses with application in the operational environment. Key Requirements: Provide a guided thought process (e.g. question and answer based wizard) based on the PWS developed in ARRT to assist technical teams determine which evaluation criteria are best suited for their acquisition. Utilize the weighting provided in the ARRT PWS to assign relative value (weight) to each task and HLO for inclusion into the Technical Evaluation Plan. Provide examples of general evaluation areas such as management, past performance, risk etc. Assist user develop technical evaluation criteria, and the relative order of importance tied their specific ARRT-PWS requirements Independent Government Cost Estimator- IGCE tool A training and job aid and tool to assist users develop and refine their Independent Government Cost Estimate based on the specific requirements contained in the ARRT developed PWS. IGCE tool will be used in as part of DAU training courses with application in the operational environment. Key Requirements: -Build the government estimate of the total cost of performing the ARRT developed PWS -Estimate should including labor, travel, and materials, overhead, general and administrative costs and profit or fee. -Estimate the amount and type of materials and supplies that will be required and the cost of each -For each HLO and each level of task/subtask tools provides question and answer wizard for the following cost estimating functions/requirements: Is this a recurring or nonrecurring cost? How often is this cost expected to occur? What is/are the labor loading curve(s) throughout the life cycle of the service requirement? Provide a list of potential labor categories that will be required in each task (e.g., clerical, engineer, research scientists, etc.) Estimate the per-hour cost and quantity of each category of labor Provide users with a.csv or.xlsx format spreadsheet conversion capability based upon responses provided within tool's question and answer wizard.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC01/W911W4-13-R-0004/listing.html)
 
Place of Performance
Address: Defense Acquistion University (DAU), Fort Belvoir, Virginia and/or Contractor's facility
Zip Code: 22060-5246
 
Record
SN03100696-W 20130628/130626235723-bd10a5f91273fb7020181d01b65fae67 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.