Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2002 FBO #0375
SOLICITATION NOTICE

R -- ENGINEERING SERVICES

Notice Date
12/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-03-Q-3254
 
Response Due
12/19/2002
 
Archive Date
1/18/2003
 
Point of Contact
Point of Contact - Gina Goodman, Contract Specialist, 619-553-5208; Wayne Johnson, Contracting Officer, 619-553-9046
 
E-Mail Address
Contract Specialist
(gina@spawar.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation prepared in accordance with FAR Part 13, Simplified Acquisition Procedures. The Government intends to award, on a Sole Source basis, to Garrison Technology, Engineering Services in support of Army Enhanced Position Location Reporting System (EPLRS) in accordance with below Statement of Work. STATEMENT OF WORK (SOW) ENGINEERING AND TECHNICAL SUPPORT SERVICES at SPAWARSYSCEN SAN DIEGO. 1.0. SCOPE. 1.1. GENERAL. This Statement of Work (SOW) is a level of effort SOW that establishes and defines the tasks, services and products to be provided to SPAWARSYSCEN San Diego, Code 2337. This task encompasses the DoD Information Technology Security Certification and Accreditation Process (DITSCAP) security accreditation of the Enhanced Position Location Reporting System (EPLRS) External Network Manager (ENM). 1.2. SCOPE. The contractor shall provide engineering services to develop System Security Authorization Agreement (SSAA) DITSCAP documentation and testing, for the Army. 2.0. REFERENCES. (a). Appendix E. Information System Security Policy for Microsoft NT Operating System. (b). Appendix F. Security Requirements and/or Requirements Traceability Matrix for Microsoft NT Operating System. 3.0. REQUIREMENTS. The Contractor shall: 1. Develop Information System Security Policy, Appendix E., for Microsoft 2000 Operating System using reference (a) as guidance. The Security Policy shall contain detailed listing of ENM system security policies with associated reference authority. (CDRL A005). 2. Develop Security Requirements and/or Requirements Traceability Matrix (RTM), Appendix F., for Microsoft 2000 Operating System using reference (b) as guidance. The RTM shall contain detailed listing of ENM system security requirements with associated reference authority. (CDRL A006). 3. Develop Personnel Controls and Technical Security Controls, Appendix M., for Microsoft 2000 Operating System. The Controls shall contain detailed listing of ENM system security Controls with associated reference authority. (CDRL A007). 4. Develop Residual Risk Assessment Results, Appendix Q., for Microsoft 2000 Operating System. The report will be provided in the DITSCAP format. (CDRL A004). 5. Attend technical meetings and participate in technical discussions with representatives from Program Manager, Tactical Radio Communications Systems (PM TRCS), Electronic Proving Grounds (EPG) Fort Huachuca and Raytheon Services Company regarding the hardening of the ENM Operation System (OS) configuration as a technical representative supporting the Government TA (CDRL A003). 6. Analyze ENM security documents as scheduled by the Technical Assistant and provide comments/recommendations (CDRL A002). 4.0. REPORTS. The contractor shall provide status reports. (CDRL A001). 5.0. QUALITY ASSURANCE PROGRAM. 5.1. Quality Assurance. It is the contractor's responsibility to ensure the quality of all deliverables. 5.2. Inspection. The Technical Assistant (T. A.) will perform inspections. The performance of the contractor shall be subject to in-process review and inspection. 5.3. Acceptance. The T. A. shall perform the final inspection and acceptance of deliverable products. Inspection or examination by the Government of all services and products does not relieve the contractor from responsibility regarding defects or failure of products to meet contract requirements, which may be disclosed prior to final acceptance of the completed products. 6.0. PLACE/PERIOD OF PERFORMANCE AND PLACE OF DELIVERY. 6.1. Place of Performance. These tasks will be performed primarily at the government facilities at SSC, San Diego, CA (Old Town Campus). A portion of the effort will also be performed at locations identified in paragraph 7.3. 6.2. Period of Performance. Estimated to be ten (10) months from date of award. 6.3. Place of Delivery. Delivery of all data products shall be made to: SPAWARSYSCEN San Diego, 53560 Hull St, .San Diego, CA 92152-5001, Attn: Cary Meriwether (Code 2337). 7.0. NOTES. 7.1. Cont racting Officer's Representative (COR). The COR for this SOW is: Mr. Larry Beel, SSC Code 2337, (619) 524-2159, facsimile (619) 524-2401. 7.2. Technical Assistant (TA). The TA for this SOW is: Mr. Cary Meriwether, SSC, Code 2337, (619) 524-2828, fax 524-2401. 7.3. Travel. The following travel is anticipated for this task: (a). Three (3) round trips, one (1) person, three (3) days each to Fullerton, CA. (b). Two (2) round trips, one (1) person, three (3) days each to Fort Huachuca, AZ. (c). One (1) round trip, one (1) person, five (5) days, to Fort. Monmouth, NJ. 7.4. Material. None. 7.5. Government Furnished Material/Equipment/Information (GFM/GFE/GFI). The government will provide the contractor with the necessary documentation to complete the task as requested by the contractor. Additionally, the government will furnish the contractor with office space, computer equipment, office furniture, use of office equipment such as the telephone, fax machine, copier, etc, for official/project related use. At the conclusion of this task order, all GFM/GFE shall be returned to the government. The contractor shall be responsible for any damage caused by the contractor. 7.6. Security. Security clearances and classified information requirements for this SOW are as follows: 7.6.1. Personal Security Clearances. Personal security clearances are required during the review of classified material and may require access to classified material through the SECRET level. 7.6.2. Classified Information. The contractor will require access to information classified SECRET or higher in performance of this task order at government facilities listed in paragraph 6.1 above. The full text of the FAR and DFARS can be accessed at http://farsite.hill.af.mil/. The applicable NAICS Code is 541330 and size standard is $23.0. Direct procurement questions via e-mail and include solicitation number to gina.bennett@navy.mil. Technical questions may be emailed up to three (3) business days prior to the closing date of this announcement. Numbered Note 22 applies. Central Contractor Registration (CCR) is required for all contractors doing business with DOD. Information to register to CCR can be found at http://www.ccr.gov/. This solicitation is also posted at SPAWARSYSCEN San Diego's E-Commerce Central website at: https://e-commerce.spawar.navy.mil/.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(http://www.eps.gov/spg/DON/SPAWAR/SPAWARSYSCEN_San_Diego/N66001-03-Q-3254/listing.html)
 
Record
SN00220916-F 20021212/021211052654 (fbodaily.com)
 
Source
FedBizOpps.gov 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.