Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
MODIFICATION

59 -- Transportation Worker Identification Credential Biometric Hand Held Reader System

Notice Date
9/7/2007
 
Notice Type
Modification
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG23-07-R-MMN648
 
Response Due
9/17/2007
 
Archive Date
10/2/2007
 
Description
AMENDMENT III -- DELIVERABLES 7.0 DELIVERABLES. The Contractor shall consider items in BOLD as having mandatory due dates. Items noted as ?COTR Checkpoints? are deliverables or events that must be reviewed and approved by the COTR prior to proceeding to the next deliverable or event in this PWS. ITEM PWS ? DELIVERABLE / EVENT DUE BY 1 1.10 Kick-Off Meeting NLT 10 business days after contract award date 2 1.10.1 Implementation Meeting NLT 10 business days after contract award date 3 1.11 Final Contractor Project Plan NLT 15 business days after contract award 4 1.12 Progress Reports Due on weekly 5 1.13 Progress Meetings Weekly 6 1.14 General Report Requirements Weekly 7 1.14.1 Project Summary Report NLT 14 DEC 07 8 5.1.1 First Article Testing Delivered to COTR for approval 60 days after award of contract. 9 5.1 Hand Held Biometric TWIC Readers (Quantity: 10) In field and operational 30 days after first acceptance 10 5.2 Project Implementation for TWIC Biometric Identification System In accordance with USCG approved Final Contractor Plan 11 5.3.1 User Needs and Wants In accordance with USCG approved Final Contractor Plan 12 5.3.2 Requirements & Specifications In accordance with USCG approved Final Contractor Plan 13 5.4.1 5.4.2 Component Coordination In accordance with USCG approved Final Contractor Plan 14 5.6 Training No later than November 15, 2007 15 5.7 System Lessons Learned Brief No later than January 8, 2008 16 5.1.3 Full Rate Production Units As ordered per Task Order PERFORMANCE REQUIREMENTS SUMMARY (PRS). The PRS table below reflects the deliverables considered by the USCG to be most important for the successful performance of this task order. This includes the expected standards of performance and planned reductions for not meeting those standards. The Government will establish a Quality Assurance Surveillance plan that is not part of this task order in order to monitor performance requirements summary items described in the table below. CONTRACTOR PROGRAM MANAGEMENT, TECHNICAL AND ADMINISTRATIVE SUPPORT SERVICES FOR THE OFFICE OF PORT AND FACILITY ACTIVITIES (CG-3PCP2) Objectives Required Service Performance Standard Reductions 1. Delivery of Hand Held Biometric TWIC Devices & System Provide Hand Held System (PWS 5.1) 100% on time delivery (unless Government causes delay) Late delivery not caused by the government will be reflected in the contractors past performance evaluation. 2. High Quality Project Management Support that results in informed, accurate and timely decisions by Project Leaders so that project goals are accomplished. Project management support services including project planning, project execution, project control and project close-out services. (PWS 5.0) Project management quality standards are as follows: Accurate information is provided to decision makers in timely manner. Attention to detail. Reports are logical & clearly written. Effective analysis of variables is used to analyze risk. Thorough research is apparent and effectively utilized in the reporting process. Milestones are realistic and actionable. If deliverables are determined to be unacceptable to the COTR and cannot be resolved to the satisfaction of the Government, results may be reflected in the contractor?s past performance evaluation 3. Facilitation, Comprehensive Analysis, Recommendations and other deliverables. The Contractor shall provide comprehensive deliverables that provide best alternative solution (PWS 5.0) The Recommendations shall: ? Meet all requirements set forth in the PWS ? Be written in a clear and logical manner ? Identify source searched ? Provide recommended strategies for USCG If deliverables are determined to be unacceptable to the COTR and cannot be resolved to the satisfaction of the Government, results may be reflected in the Contractor?s past performance evaluation. 4. Timely resolutions of system failures The contractor shall resolve all system failure issues in a timely manner. (PWS 5.0) Respond to all system failure issues within 2 business days of notification of failure. Untimely resolution (more than 2 business days) not caused by the government will be reflected in the contractors past performance evaluation.. 5. Quality Technical Writing and Desktop Publishing All documents and publications produced by the Contractor shall be well designed, clearly written, and expertly edited (PWS 5.0) No Contractor rework required beyond the first drafts (unless the Government causes delay) Contractor failure to meet this performance standard may result in negative feedback in the Contractor's performance evaluation 6. High quality training related support All training related material produced by Contractor shall be well designed, clearly written and expertly edited (PWS 5.0) The Contractor shall provide experienced biometrics operators for training, develop training indicators of success, metrics of training acquisition, provision of varied training styles, and a phased transition to the users? independent operational performance under trainer supervision If deliverables are determined to be unacceptable to the COTR and cannot be resolved to the satisfaction of the Government, results may be reflected in the Contractor?s past performance. 7. The system is fully operational and accessible 24 hours a day, seven days a week The Contractor shall be responsible for ensuring the system is accessible to all users and remains fully operational 24 hours a day, seven days a week (PWS 5.0) No system failures or unscheduled maintenance result in more than a total of 18 hours loss of service during any 30-day period. A 10% reduction will apply for each failure to achieve the performance standard during each 30-day period of performance (as verified by the COTR).
 
Place of Performance
Address: 1900 Half Street, SW, Washington DC
Zip Code: 20053
Country: UNITED STATES
 
Record
SN01398529-W 20070909/070907220803 (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.