Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2006 FBO #1532
SOLICITATION NOTICE

D -- GeoWorx Production System Support

Notice Date
2/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
519190 — All Other Information Services
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (3TS), 20 North 8th Street, 10th Floor, Philadelphia, PA, 19107
 
ZIP Code
19107
 
Solicitation Number
R3060119
 
Response Due
2/10/2006
 
Archive Date
3/15/2006
 
Description
NOTICE: THE GOVERNMENT INTENDS TO ISSUE A SOLE SOURCE ORDER FOR THE PRODUCTS AND SERVICES DESCRIBED BELOW. ANY QUESTIONS REGARDING THIS SOLICITATION MUST BE SUBMITTED TO CHRISTOPHER ANDERSON AT THE ADDRESS CONTAINED IN THE SOW. 480th IW GeoWorx Production System Support Program Statement of Work 25 January 2006 R3060119 1 Background The 480th Intelligence Wing (480th IW) at Langley AFB, VA operates the GeoWorx Production Systems for the production of Air Force Controlled Image Base (AFCIB). GeoWorx is an ortho-image production system developed by General Dynamics ? Advanced Information Systems (GDAIS) to produce CIB and AFCIB to National Geospatial-Intelligence Agency (NGA) standards. The 480th IW produces AFCIB in direct support of the Air Force Mission Planning and War Fighter communities. Three GeoWorx Production Systems are planned for continued operation in the coming years. The production sites are (1) the 36th IS at Langley AFB, Virginia, (2) the 152nd ANG at Reno Nevada, and (3) the 20th IS at Offutt AFB, Nebraska. The 36th IS system is comprised of eight (8) SUN workstations, the 152nd ANG system is comprised of three (3) SUN workstations, and the 20th IS system is comprised of six (6) SUN workstations. Each system is served from a SUN V880. The systems operate Commercial-off-the-Shelf (COTS) applications. The services provided hereunder will be priced on a Firm, Fixed-Price basis. 2 Period of Performance The 480th IW GeoWorx Production System Support shall be provided for a base period from date of award through 30 September 2006 and for three (3) one-year options: 1 October 2006 through 30 September 2007; 1 October 2007 through 30 September 2008; and 1 October 2008, through 30 September 2009. 3 Scope Operations Support for the GeoWorx Production System, On-site Support, and maintenance and support agreements for commercial-of-the-shelf (COTS) software in support of the system shall be provided. 3.1 GeoWorx System Operations Support Operations support shall be provided to the 480th IW GeoWorx Production System locations via an established support telephone line and email address. This support shall include addressing procedural/operational questions and concerns, assisting in problem solving (data output, procedural, and COTS software questions), and in preparation for requested On-site support activities. From past history, the government anticipates this telephone support to not exceed 18 hours per month (216 hours total for the base period and 216 hours for each option period). This telephone support shall be made available Monday through Friday from 8 am to 5 pm, Eastern Time, excluding federal holidays. 3.2 GeoWorx System On-site Support On-site support shall be provided to the 480th IW GeoWorx Production Systems. This support shall include addressing procedural and operational questions and concerns, and/or assisting in problem solving (data output, procedural, and COTS software questions), and/or providing training, and or system support. Three (3) trips total for up to three (3) days each shall be included in the FFP proposal for the Base Period, and three (3) trips total for up to three (3) days each shall be included in the FFP proposal for each Option Year. The 3 locations for on-sight support are: 1. 480 IW, 34 Elm St. Langley AFB, VA. 23665; 2. 20 IS, 106 Peacekeeper Dr. Suite 2N3, Offutt AFB, NE. 68113-4037; and 3. 152 IS, NV ANG, 1776 National Guard Way, Reno, NV. 89502 3.3 Software Maintenance Agreements Software maintenance shall be provided and licensed to the 480th IW for all GeoWorx, ARCView and Oracle licenses that will come due during the period of performance for all 480th IW production sites defined in Section 1, above. See Appendix A for a complete list of GeoWorx licenses requiring maintenance with respective tracking numbers and expiration dates. The Contractor shall attempt to purchase maintenance agreements for all licenses with period of performance to end on the closing date of the base year (30 September 2006), and, if awarded, the closing dates of the option years, subject to availability by the individual vendor. 4 Management and Program Administration Resources shall be provided to plan, execute, monitor, and administer the 480th IW GeoWorx Production System Support Program. Reporting shall include three (3) Quarterly (every three months) Reports and one (1) Final Report for the base year of the Program. Three (3) Quarterly Reports and one (1) Final Report shall be provided for each awarded option year. Reports shall be in vendor format and shall address support issues and telephone and On-site support usage for the 36th IS, 152nd ANG, and 20th IS production system sites. Reports shall be due within ten (10) work days of the end of each period. 5. Administrative Considerations 5.1 Points of Contact 5.1.1 Client representative/User project Manager Mr. Peter McEntire Geospatial program Manager 480th Intelligence Group 34 Elm Street Langley AFB, VA 23665 Voice : 757.225.7872 Fax : 757.225.3515 Email : peter.McEntire@langley.af.mil 5.1.2 GSA Representatives GSA ? Federal Technology Service Mid Atlantic Region 20 North 8th Street The Strawbridge Building, 10th Floor Philadelphia, PA 19107 ITM: Regina Einhaus Voice : 215.446.5814 Fax : 215.814.6147 Email: Regina.Einhaus@gsa.gov Contracts Specialist: Kristin Bupp Voice : 215.446.5808 Fax : 215.446.0256 Email: Kristin.Bupp@gsa.gov Contracting Officer: Christopher Anderson Voice : 215.446.5801 Fax : 215.814.6163 Email : Christopher.Anderson@gsa.gov 5.3 Travel Travel shall be required to accomplish the requirements of this SOW. Actual expenses are limited by the Government Joint Travel Regulations and must be pre-approved by the client. Travel of personnel between Contractor offices outside the local areas and the place of performance is authorized in accordance with the program management plan not to exceed the specified travel allowance. Any additional travel will be fully coordinated with the Government Project Manager prior to conduct of the travel to ensure funding and approvals are obtained. Where feasible, teleconferencing and electronic media transfers of data shall be used as much as possible to limit travel costs. The least expensive form of travel shall be sought as is practical to the fulfillment of the performance of the task order. 5.5 Procedure for Payment The contractor shall provide original invoices to the address shown on Block 24 of the GSA Form 300. The following clauses ares incorporated into the task or contract: Invoices shall be provided after the acceptable delivery of items as designated in Section 6.0. Only one invoice per month per order/contract shall be provided. The appropriate GSA office will receive the invoice by the twenty-fifth calendar day of the month after the end of the month in which the products (commodities) or deliverables (fixed-priced services) were delivered and accepted by the Government. All required documentation shall be provided (unless exempted by the contract or order) as follows: For Travel: Submit the traveler's name, dates of travel, location of travel, and dollar amount of travel. For ODCs: Submit a description of the ODC, quantity, unit price and total price of each ODC. Note: The Government reserves the right to audit, thus; the contractor shall keep on file all backup support documentation for travel and ODCs. Posting Acceptance Documents: Invoices shall initially be submitted through GSA?s electronic Web-Based Order Processing System, currently ITSS, to allow the client and GSA COTR to electronically accept and certify services received by the CR. Included with the invoice will be all backup documentation required such as, but not limited to, travel authorizations and training authorizations (including invoices for such). Receiving Agency?s Acceptance: The receiving agency has the following options in accepting and certifying services; a. Electronically: The client agency may accept and certify services electronically via GSA?s electronic Web-Based Order Processing System, currently ITSS, by accepting the Acceptance Document generated by the contractor. Electronic acceptance of the invoice by the CR is considered concurrence and acceptance of services. NOTE: The Government?s preference is that receiving agency?s acceptance is conducted electronically. b. On Paper Copy: The client agency may accept and certify services by providing written acceptance with the signature of the authorized client representative and the date of acceptance. Electronic and/or written acceptance of the invoice by the CR is considered concurrence and acceptance of services. Regardless, of the method of acceptance the contractor shall seek acceptance and electronically post the acceptance document in GSA?s electronic Web-based Order Processing System, currently ITSS. (Written acceptances will be posted as an attachment along with any other supporting documentation.) After acceptance of the invoice by the CR, a proper invoice shall be submitted to GSA Finance not later than five (5) workdays after acceptance by the Government of the product, service, and/or cost item. In the absence of Government acceptance within thirty (30) days, the contractor shall submit an invoice. Note: The acceptance of the authorized agency customer representative is REQUIRED prior to the approval of payment for any invoiced submitted. Although this acceptance may occur in two ways, electronically or in paper copy, it at least shall be obtained prior to the approval of payment. In order to expedite payment, it is strongly recommended that the receiving agency?s WRITTEN acceptance of all the services or products delivered be continued to be provided, with signature of the authorized agency customer representative and the date of acceptance, as part of the submission documentation. Note: If any invoice is received without the required documentation, (A) the customer's signed written acceptance OR (B) the customer?s electronic acceptance, the invoice shall be rejected in whole or in part as determined by the Government. Posting Invoice Documents: Invoices shall be submitted to GSA Finance for payment, after acceptance has been processed in GSA?s electronic Web-Based Order Processing System, currently ITSS. GSA provides the option of posting the invoice on GSA?s Ft. Worth web site, www.finance.gsa.gov/defaultexternal.asp or mail to the address shown on BLOCK 24 of the GSA FORM 300. NOTE: Only use one method of submission, web site or regular U.S. mail, but not both. U.S. Mailing Address: GSA Finance Center P.O. Box 17181 Fort Worth, TX 76102-0114 Content of Invoice: Invoices shall be provided only for the hours, travel and unique services ordered by GSA and actually used in direct support of the client representative?s project. The invoice shall be submitted on official letterhead and shall include the following information at a minimum. 1. GSA Task Order Number 2. Task Order ACT Number 3. Remittance Address 4. Period of Performance for Billing Period 5. Point of Contact and Phone Number 6. Invoice Amount 7. Skill Level Name and Associated Skill Level Number 8. Travel Itemized by Individual and Trip (if applicable) 9. Training Itemized by Individual and Purpose (if applicable) 10. Support Items Itemized by Specific Item and Amount (if applicable) Final Invoice: Invoices for final payment must be so identified and submitted within 60 days from task completion and no further charges are to be billed. A copy of the written acceptance of task completion must be attached to final invoices. Requests shall be directed to GSA for an extension for final invoices that may exceed the 60-day time frame. The Government reserves the right to require certification by a GSA COTR before payment is processed, if necessary. Close-out Procedures. General: A final invoice shall be provided within sixty (60) calendar days after the end of the Performance Period. After the final invoice has been paid the contractor shall furnish a completed and signed Release of Claims (GSA Form 1142) to the Contracting Officer. This release of claims is due within fifteen (15) calendar days of final payment. 6.0 Deliverables The deliverables are as follows: 3.2 ON-SITE SUPPORT STATEMENTS (THREE); 3.3. MAINTENANCE COVERAGE AND SOFTWARE LICENSES; 4.0. MANAGEMENT AND PROGRAM ADMINISTRATION: THREE (3) QUARTERLY REPORTS PLUS ONE (1) FINAL REPORT. THE TECHNICAL PROPOSAL SHALL PROVIDE THE DELIVERABLE TIME SCHEDULE. 7.0 Quality Assurance Plan The Government will perform surveillance of performance to give reasonable assurance that efficient methods and effective cost controls are being used. The Government will review the following vendor provided documents to assure that efficient methods are being used: The Government Client Representative will review all Reports and the Project Final Summary Report in which the results determine that all COTS software, licensing issues and support are fully compatible with hardware and software within the existing processing environment and the functionality of the systems and software meet agency requirements. The Government Client Representative will review and certify contractor invoices for accuracy and validity. The GSA Invoice Support Staff or a GSA ITM will review the labor categories, labor rates, labor expenditures, travel expenditures, and ODC expenditures reflected in the contractor?s invoice and ensure that the invoice aligns with the task order proposal and does not exceed the ceiling value. 8. Inspection and Acceptance The CR shall have the responsibility to review all deliverables associated with this task and the GSA Contracting Officer?s Technical Representative (COTR) shall review and accept or reject the deliverables. The Government shall have 15 workdays to complete the review of each final deliverable and accept or reject each of them in writing. The COTR will have the right to reject or require correction to any deliverables that do not meet the requirements of the SOW or are found to be contrary to the information contained in the contractor?s accepted proposal. In the event of a rejected deliverable, the COTR will provide notification in writing as for the specific reasons why the deliverable has been rejected. The Government will provide 10 business days, or as requested by the client representative, to correct the rejected deliverable and return it to the COTR. 8.1 Acceptance criteria for the Operational Support On-site Support, and Management and Program Administration will be that systems are able to perform and timely documentation is received, as detailed in section 3.1 , 3.2 and 4.0. 8.2 Acceptance criteria for Maintenance Agreements and Licenses will be that all scheduled maintenance and accompanying licenses pertaining to Appendix A are provided. Performance Requirements Summary Required Service Standard Method of Surveillance Payment 3.1 System Operational Support Support is timely and complete and includes the items described in 3.1. Compliance with agency specific information processing standards. Fully operational demonstrated within existing processing environment. 100% 3.2 On-Site Support Support is timely and complete and includes the items described in 3.2. Compliance with agency specific information processing standards in history file, source image designation and source licensing designation of the COTS products. Fully operational capabilities demonstrated within existing processing environment 100% 3.3 Maintenance Agreements (including Licenses) Functionality to meet required systems architecture and processing capabilities. Fully operational capabilities demonstrated within existing processing environment 100% 4.0 Management and Program Administration Documentation delivered by the contractor matches the system processing and operational procedures and compies with agency specific information processing standards. Delivered updated documents 100% Appendix A 480th IW COTS Software Maintenance List (Most Recent Support Period listed is that which was current at the composition of the SOW. See Section 3.3 for Software Maintenance Agreement requirements) 36th IS Software Baseline Version License ID Most Recent Support Period GeoWorx OIT Floating License 9.0.0.0 F-0003-E 10/1/2004 - 9/30/2005 GeoWorx OIT Floating License 9.0.0.0 F-0002-E 10/1/2004 - 9/30/2005 GeoWorx OIT Floating License 9.0.0.0 F-0001-E 10/1/2004 - 9/30/2005 GeoWorx OIT Floating License 9.0.0.0 F-0041-E 10/1/2004 - 9/30/2005 GeoWorx OIT Floating License 9.0.0.0 F-0040-E 10/1/2004 - 9/30/2005 GeoWorx OIT Floating License 9.0.0.0 F-0039-E 10/1/2004 - 9/30/2005 GeoWorx OIT Floating License 9.0.0.0 F-0048-E 10/1/2004 - 9/30/2005 GeoWorx OIT Floating License 9.0.0.0 F-0049-E 10/1/2004 - 9/30/2005 GeoWorx Ikonos Site 9.0.0.0 F-0002-IK 10/1/2004 - 9/30/2005 GeoWorx QuickBird Site 8.3.0.0 F-0003-QB 10/1/2004 - 9/30/2005 GeoWorx RPC Resampler Site 9.0.0.0 F-0002-RPC 10/1/2004 - 9/30/2005 GeoWorx DataWorx Site 9.0.0.0 F-0003-PDS 10/1/2004 - 9/30/2005 GeoWorx ProductWorx Site 9.0.1.0 F-0003-PSS 10/1/2004 - 9/30/2005 GeoWorx Process Automation 3.0.0.3 F-0001-PA 10/1/2004 - 9/30/2005 Oracle Server 9.2.0.4 CSI No expiration - Air Force Contract Developer 8.1.7 CSI 1733203 10/1/2003 - 9/30/2005 Oracle sqlplus 9.2.0.4 CSI 1733203 10/1/2003 - 9/30/2005 ESRI Arcview 3.2a 189529-10 10/1/2004 - 9/30/2005 ESRI ArcView 3.2a 194920 6/04/2005 - 6/03/2006 152 IS/Reno Software Baseline Version License ID Most Recent Support Period GeoWorx OIT Floating License 8.3.0.1 F-0078-E 10/1/2004 - 9/30/2005 GeoWorx OIT Floating License 8.3.0.1 F-0079-E 10/1/2004 - 9/30/2005 GeoWorx OIT Floating License 8.3.0.1 F-0080-E 10/1/2004 - 9/30/2005 GeoWorx ProductWorx Site 8.3.0.1 F-0035-PSS 10/1/2004 - 9/30/2005 GeoWorx DataWorx Site 8.3.0.0 F-0035-PDS 10/1/2004 - 9/30/2005 GeoWorx Process Automation 3.0.0.3 F-0002-PA 10/1/2004 - 9/30/2005 GeoWorx Ikonos Site 8.3.0.0 F-0019-IK 10/1/2004 - 9/30/2005 GeoWorx QuickBird Site 8.3.0.0 F-0013-QB 10/1/2004 - 9/30/2005 GeoWorx RPC Resampler Site 8.3.0.0 F-0019-RPC 10/1/2004 - 9/30/2005 Oracle Enterprise Developer License Server 9.0.1.3 Developer 6.0.8.11.3 Sqlplus 9.0.1.3 CSI 3075047 10/1/2005 - 9/30/2006 ESRI Arcview 3.2a 269150 10/1/2004 - 9/30/2005 20th IS/Offutt Software Baseline Version License ID Most Recent Support Period GeoWorx OIT Floating License 8.3.0.1 F-0081-E 10/1/2004 - 9/30/2005 GeoWorx OIT Floating License 8.3.0.1 F-0082-E 10/1/2004 - 9/30/2005 GeoWorx OIT Floating License 8.3.0.1 F-0083-E 10/1/2004 - 9/30/2005 GeoWorx OIT Floating License 8.3.0.1 F-0084-E 10/1/2004 - 9/30/2005 GeoWorx OIT Floating License 8.3.0.1 F-0085-E 10/1/2004 - 9/30/2005 GeoWorx OIT Floating License 8.3.0.1 F-0086-E 10/1/2004 - 9/30/2005 GeoWorx DataWorx Site 8.3.0.0 F-0036-PDS 10/1/2004 - 9/30/2005 GeoWorx ProductWorx Site 8.3.0.1 F-0036-PSS 10/1/2004 - 9/30/2005 GeoWorx Ikonos Site 8.3.0.0 F-0023-IK 10/1/2004 - 9/30/2005 GeoWorx RPC Resampler Site 8.3.0.0 F-0023-RPC 10/1/2004 - 9/30/2005 GeoWorx QuickBird Site 8.3.0.0 F-0023-QB 10/1/2004 - 9/30/2005 GeoWorx Process Automation 3.0.0.3 F-0023-PA 10/1/2004 - 9/30/2005 Oracle Enterprise Developer License Server 9.0.1.3 Developer 6.0.8.11.3 Sqlplus 9.0.1.3 CSI 13897405 2/20/2005 - 2/19/2006 ESRI Arcview 3.2a 189529-20 10/1/2004 - 9/30/2005
 
Place of Performance
Address: 480th Intelligence Group, 34 Elm Street, Langley AFB, VA 23665,
Zip Code: 23665
Country: US
 
Record
SN00980158-W 20060205/060203212735 (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.