SOLICITATION NOTICE
R -- GWOT Electronic Data Collection
- Notice Date
- 4/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- US Army Humphreys Engineer Center Support Activity, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
- ZIP Code
- 22315-3860
- Solicitation Number
- W912HQ-07-T-0001
- Response Due
- 5/8/2007
- Archive Date
- 7/7/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912HQ-07-T-0001, which is a request for quotation (RFQ). The solicitation incorporates provision and clauses that are in effect through Federal Acquisition Circ ular 05-16. NAICS Code 541611. The period of performance is one year from date of award. The following FAR provisions apply FAR Clause 52.212.1, Instructions to Offerors Commercial Items. Additional FAR and DFAR clauses are applicable: 52.212-4, 52.212-5, 52.222-26, 52.232-33, and 252.225-7001. Statement of Work Arrange, index, accession, and describe electronic records from USACE operations Iraq and Afghanistan. 1. Overview The Corps of Engineers has been supporting U.S. and coalition forces in Iraq and Afghanistan since the beginning of the Global War on Terrorism (GWOT). Over the last four years historians from the HQ USACE Office of History (CEHO) have collected nearly th ree terabytes (TB) of electronic data (henceforth the GWOT electronic data collection) related to the Corps activities in Southwest Asia in support of GWOT. The large and disparate collection is a vital historical resource and must be arranged, indexed a nd described to enable it to be used by historians and USACE personnel. 2. Statement of Work The GWOT electronic data collection includes but is not limited to: Microsoft Word documents, PowerPoint presentations, emails with attachments, digital images in a variety of formats, and digital video. All of the material is unclassified. The material is currently stored on CEHOs shared drive on a USACE local area network, a variety of external drives, and on compact discs and DVDs. There is currently not enough room on CEHOs shared drive to accommodate all of the material, so the contractor will have t o move data on and off the network as the project progresses. The safety and security of the data is critically important. The contractor will be required to make backup copies of the data at each step of the process to ensure that none is lost. Given the large volume of records, the contractor will be responsible for providing and using a variety of document management software, augmented with manual review, to arrange, index, and search the documents. The contractor will first make an initial s urvey of the GWOT electronic data collection and produce a brief, preliminary finding aid listing the quantity and format of the records by organization or subject. The next step will be to select approximately 100gigabytes of GWOT data to test the proces s outlined below. Working closely with the Contracting Officers Technical Representative (COR) the contractor will develop policies and procedures for handling, manipulating, and storing the data. Specific attention will be given to the file naming conve ntions used for both data and image files. Based on the experience gained from the initial test, the contractor will prepare a data management plan that will establish the COR approved policies and procedures to be used throughout this contract. Once the finding aid and data management plan are complete, the contractor will review the electronic files for duplicates. Based on the information contained in the file name, content, and properties of the individual records, the contractor will remove duplicative material and store it in separate, clearly marked folders. Next, the contractor will organize the remaining data by establishing separate files for each major Corps of Engineers, government, or non-government organization whose records appear in the CEHO collection. Within those files, the contractor will create sub-files by organization, program, and project. Images will be group ed together in separate files within the applicable sub-files. The arrangement of the electronic data within subject files will help researchers access the material, but the contractor will also provide a capability for researchers to search across the entire GWOT electronic data collection by either keyword, a combin ation of words, or date. The search provisions and data management tools must also include the ability to organize the records by date. After the GWOT electronic data collection is arranged and indexed, the contractor will be responsible for migrating the data into CEHOs Electronic Research Collection. The contractor will be responsible for recommending how the new material should be arra nged, and whether a new records series of finding aids need to be created to handle the new records. The contractor will be responsible for entering the new material gleaned from the GWOT electronic data collection into CEHOs existing finding aids or prep aring new finding aids if the situation warrants. 2. Reporting The contractor is expected to work closely with the COR throughout the course of this project. A preliminary work plan with milestones, as well as monthly reporting requirements, will be established at an initial meeting between contractor and government personnel to be held at the Humphreys Engineer Center, Alexandria, Virginia, within 15 days of contract award. The plan will be periodically revised and updated by the contractor and the COR. 3). Location and Government Furnished Equipment The majority of the work will be performed at the Humphreys Engineer Center. The government will furnish the contractor with the necessary workspace and a computer within the CEHO research facilities. The contractor will be required to complete and submit the necessary background security checks to gain access to the USACE network. If the contractor is not able to gain access to the network, it will result in the cancellation of this contract. 4) Products a) Preliminary finding aid of GWOT electronic data collection b) Comprehensive GWOT electronic data collection management plan c) Arranged documents d) Accessioned materials e) New or updated finding aids 5) Payment Twenty-five percent (25 %) of the award price will be paid to the contractor upon the completion of a satisfactory data management plan. An additional sixty percent (60%) of the contract, payable in three equal installments, will be paid to the contractor as the GWOT electronic data collection (less duplicate records) is arranged and indexed. The final fifteen percent (15%) of the contract will be paid to the contractor when the arranged documents are transferred to CEHOs Electronic Research Collection an d the necessary finding aids prepared and accepted by the government. 6) Contractor Qualifications and Experience a) All personnel working on the project must demonstrate that they have at least a masters degree in history or a related subject and five years experience in working with material related to the history of the Corps of Engineers. b) All personnel working on the project must have at least two years experience working with USACE digital records related to current operations in Iraq and Afghanistan. c) All personnel working on the project must have two years experience preparing finding aids in accordance with generally accepted professional practices. 7) Service Contract Requirements Contract Manpower Reporting Clause The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where 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://cmra.army.mil. The required information includes: (1) Contracting O ffice, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail addres s, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Pred ominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UI C) 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 subcontractors perform the work (specified by zip c ode 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 subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance n ot 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 contractors systems 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 fro m the website. Attachment A (Contract Manpower Reporting Worsheet.doc) will be provided to each contractor as part of the applicable solicitation or contract and is considered part of this clause. 8) Schedule All work under this contract must be completed within one year of the date of award. ATTACHMENT A CONTRACT MANYEAR REPORTING WORKSHEET GOVERNMENT SUPPLIED INFORMATION: 1. Period of performance: Beginning and ending dates covered by reporting period 2. MACOM UIC: 3. Requiring Activity UIC: 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 info rmation 4. Federal Service Code: Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different) 5. Contracting Office Contact data: Contract number, including task and delivery order number 6. Contracting Officer Representative/Technical Representative contact data: 7. AMSCO: 8. Element of Resource (EOR): 9. Department: 10. Operating Agency (OA): 11. Basic Symbol: 12. FY Dollars: 13. Total Obligation: CONTRACTOR OR SUBCONTRACTOR SUPPLIED DATA: 1. Period of performance within reporting period: Beginning and ending dates covered by reporting period 2. Contractor contact information: Contractor name, address, phone number, e-mail address, identity of contractor employee entering data 3. Total Payment: (including subcontractors) 4. Direct labor hours: (including subcontractors) 5. Direct labor dollars: (including subcontractors) 6. Contractor/Subcontractor data entry flag: 7. Locations where contractor and subcontractors 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) 8. Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total c ost (if any) incurred to comply with this reporting requirement. Reporting period will 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 Comment: (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 contractors systems to the secure website without the need for separat e data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website)
- Place of Performance
- Address: US Army Humphreys Engineer Center Support Activity ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA
- Zip Code: 22315-3860
- Country: US
- Zip Code: 22315-3860
- Record
- SN01279465-W 20070425/070424014709 (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 |