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 1 -- PWS - PARET 1 OF 2 PERFORMANCE WORK SATEMENT FOR SUPPORT SERVICES FOR THE US COAST GUARD OFFICE OF PORT AND FACILITY ACTIVITIES TRANSPORTATION WORKER IDENTIFICATION CREDENTIAL BIOMETRIC HAND HELD READER SYSTEM 1.0 GENERAL 1.1 SCOPE: The purpose of this IDIQ ( Indefinite Delivery Indefinite Quantity) Contract under __________ is to acquire, Commercial Off-the-Shelf (COTS) hardware with related operational software, and obtain Contractor technical and administrative support services for the United States Coast Guard (USCG) Office of Port and Facility Activities (CG-3PCP2) Transportation Worker Identification Credential (TWIC) Biometric Hand Held Reader System (BHHRS) by modifying, deploying, and implementing modifications to the software to meet the USCG?s specific needs. The scope of this effort includes the contractor delivering handheld devices which utilize FIPS 201 (PIV) and the TWIC 2 Contactless Specification for the TWIC Program by designing and implementing the TWIC Biometric Hand Held Reader System which must operate independently of laptops, external computers, servers, panels, etc., and the USCG Standard Workstation network (with the exception of an interface with removable or portable media such as thumb drives, etc.). Support may be achieved by (1) showing the best likelihood of supporting the USCG users? tasks, (2) integrating the TWIC Biometric Identification System (BIS) within the scope of the TWIC Program, SOPs, and training materials for the TWIC BIS, providing technical expertise in addressing CG-3PCP2, Transportation Security Administration (TSA), and field queries regarding biometric capabilities, and (3) planning, designing, developing and conducting training of USCG inspectors who will use the reader. 1.2 BACKGROUND: The TWIC is a joint effort between the TSA and USCG mandated by Congress through public law entitled Maritime Transportation Security Act of 2007 (MTSA). 46 U.S.?C. ? 70105 Enrollment is expected to begin in the fall of 2007 and completed within 12-months after initial deployment. A biometric TWIC card will be required to be used by anyone needing unescorted access to secure areas of MTSA (Section 6.6) regulated vessels or facilities as well as by all USCG credentialed Merchant Mariners. Those workers identified as needing a TWIC will be required to enroll in the program by providing certain biographic data, submitting to biometric fingerprint collection and a digital facial picture upon enrollment. TSA will conduct a security threat assessment by conducting a search of the following databases: ? Terrorists - internal to Department of Homeland Security (DHS) ? Immigration - internal to DHS ? Criminal ? list of disqualifying crimes (Criminal History Record Check) Applicants will have the option of providing all of the information at an enrollment center or providing the biographic data and scheduling an appointment on-line (pre-enrollment) before their first visit to an enrollment center. This information is subsequently sent to TSA who will manage the security threat assessment and then to a centralized secure card processing and production facility. The card is then sent back to the initial enrollment station, activated and issued to the enrollee after a positive identification is confirmed. There are approximately fifty-two (52) Outer Continental Shelf (OCS) facilities, 3,200 maritime facilities and 10,000 vessels which are regulated under the MTSA ?6.6, which will be required to comply with the TWIC regulations. TSA will be using a contractor, Lockheed Martin (LM) to manage the TWIC System, help desk, and the actual enrollment and the issuance of TWIC. (Section 6.9) There will be a single version of the TWIC,. The TWIC will adhere to National Institute of Standards and Technology (NIST) Federal Information Processing Standards (FIPS) 201 (Section 6.8) standards and will be Homeland Security Presidential Directive (HSPD-12) (Section 6.5) compliant. The DHS approved ?TWIC Contactless Specification? will be applied to the TWIC as an additional feature enabling it to be read in a contactless manor without a PIN. The USCG needs hand held readers that will be capable of reading the TWIC in both the contact (PIV) and contactless (TWIC Contactless Specification) modes. The TWIC Contactless Specification will be published in the coming weeks and readers purchased under this contract must fully incorporate it to enable successful contact and contactless interface with the TWIC. Although readers are not required to be used by facility/vessel owners/operators under the Final Rule published January 25, 2007, 72 Fed. Reg. 3491, the USCG will be conducting spot checks of the TWIC using hand-held biometric readers. Currently, there are no FIPS 201 ?6.8 biometric compliant readers that have been tested successfully with TWIC. Due to concerns regarding the durability of the contact/open slot readers in the maritime environment, owners and operators of regulated facilities and vessels were not required to purchase, install and utilize readers under the first rule. Multiple issues, including environmental conditions with contact readers have led to the requirement to conduct pilots with contactless technology in the development of the Contactless Specification for the TWIC and TWIC readers. To facilitate industry needs and requirements, contactless recommended specifications were developed and published in the Federal Register on 16MAR07, 72 Fed. Reg. 12626 with a 14-day public comment period. CG-3PCP-2 worked with the TSA and the National Maritime Security Advisory Committee (NMSAC), with membership including biometrics and maritime industry experts, to develop these recommendations. As previously mentioned, TSA will select and publish the selected contactless specification in the Federal Register in the coming weeks. This specification will be utilized during the pilot tests required by the SAFE Port Act (Section 6.7) and the results will be utilized to inform the second rulemaking which will propose contactless reader requirements for the regulated facilities and vessels. When selecting hand held biometric readers for use during USCG spot checks, products must utilize the capabilities of both Contact and Contactless technologies and be capable of accomodating future upgrades necessary to support the TWIC program. 1.3 CONTRACTOR PERSONNEL 1.3.1 Project Manager. The Contractor shall provide a Project Manager who shall be responsible for all Contractor work performed under this contract. The Project Manager is further designated as Key by the Government (see PWS ?1.4). 1.3.1.1 The Project Manager (PM) shall be a single point of contact for the Contracting Officer (KO) and the Contracting Officer?s Technical Representative (COTR). It is anticipated that the PM shall be one of the senior level employees provided by the Contractor for this work effort. The name of PM, and the name(s) of any alternate(s) who shall act for the Contractor in the absence of the PM, shall be provided to the Government as part of the Contractor's proposal. During any absence of the PM, only one alternate shall have full authority to act for the Contractor on all matters relating to work performed under this IDIQ Contract. The Project Manager and all designated alternates shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the Project Manager without prior acknowledgement from the KO. 1.3.1.2 The PM shall be available to the COTR via telephone between the hours of 0800 and 1600 EST, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within two (2) hours of notification. 1.3.2 Qualified Personnel. The Contractor shall provide qualified personnel to perform all requirements specified in this IDIQ Contract. All Contractor employees supporting this IDIQ Contract shall also be citizens of the United States. 1.3.3 Employee Identification. Contractor employees visiting Government facilities shall wear an identification badge that, at a minimum, displays the Contractor name, the employee?s photo, name, clearance-level and badge expiration date. Visiting Contractor employees shall comply with all Government escort rules and requirements. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display all identification and visitor badges in plain view above the waist at all times. 1.3.3.1 Contractor employees working on-site at Government facilities shall wear a Government issued identification badge. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display the Government issued badge in plain view above the waist at all times. 1.3.4 Employee Conduct. Contractor employees shall present a professional appearance at all times and their conduct shall not reflect discredit upon the United States (US), the Department of Homeland Security (DHS) or the USCG. 1.3.5 Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from USCG facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under any task order awarded. The KO will provide the Contractor with a written explanation to support any request to remove an employee 1.3.6 Conflict of Interest. The Contractor shall not employ any person who is an employee of the United States Government if that employment would, or would appear to cause a conflict of interest. 1.4 KEY PERSONNEL. Before replacing any individual designated as Key by the Government, the Contractor shall notify the Contracting Officer no less than 15 business days in advance, submit written justification for replacement, and provide the name and qualifications of any proposed substitute(s). All proposed substitutes shall possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not replace Key Contractor personnel without acknowledgment from the KO. The Government may designate additional Contractor personnel as Key at the time of award. 1.5 SECURITY. Contractor access to unclassified and Security Sensitive Information (SSI) may be required under this IDIQ Contract. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination. 1.6 PERIOD OF PERFORMANCE. The ordering period of this IDIQ Contract is two (2) years after date of award. 1.7 PLACE OF PERFORMANCE. The primary place of performance will be a combination of the Contractor?s facilities and the USCG Headquarters Building at 2100 2nd Street, SW, Washington, DC 20593, and the Port of Wilmington, Delaware. Additional details will be provided in each task order awarded under this IDIQ Contract. 1.8 HOURS OF OPERATION. Contractor employees shall generally perform all work between the hours of 0800 and 1600 EST, Monday through Friday (except Federal holidays). 1.9 TRAVEL. Contractor travel shall be required to support this IDIQ Contract. All travel required by the Government outside the local commuting area(s) will be reimbursed to the Contractor in accordance with the Joint Federal Travel Regulations (JFTR). The Contractor shall be responsible for obtaining COTR approval (electronic mail is acceptable) for all reimbursable travel in advance of each travel event. 1.10 KICK-OFF MEETING. The Contractor shall attend a Kick-Off Meeting with the KO and the COTR NLT ten (10) business days after the date of award of associated task orders. The purpose of the Kick-Off Meeting, which will be chaired by the KO, is to discuss technical and contracting objectives of this task order and review the Contractor's project plan. The Kick-Off Meeting will be held at the Government?s facility. 1.10.1 IMPLEMENTATION MEETING. The Contractor shall facilitate a project implementation meeting at the Government?s facility in Washington, D.C. within ten (10) business days of the kick-off meeting. (This meeting may be combined with the Kick-off Meeting described in Section 1.10.) During this meeting, the Contractor shall present a preliminary project implementation plan that includes, at a minimum, an approach and schedule for interviews with prospective TWIC Program handheld users, for analysis of the interviews, for recommendations of the concept of operation with the handhelds, for acquiring and linking operational requirements to the interviews, for reviewing and preparing final recommendation for USCG use of the handheld biometric device that will support the TWIC Program, and for measuring and analyzing program progress. 1.11 PROJECT PLAN. The Contractor shall provide a draft Project Plan at the Kick-Off Meeting for Government review and comment. The Contractor shall provide a final Project Plan to the COTR not later than five (5) business days after the Kick-Off Meeting. 1.12 PROGRESS REPORTS. The PM shall provide weekly progress reports to the KO and COTR via electronic mail. This report shall include a summary of all Contractor work performed, including an assessment of technical progress, schedule status, any travel conducted and any Contractor concerns or recommendations for the previous weekly reporting period. 1.13 PROGRESS MEETINGS. The PM shall be available weekly for progress meetings in order to keep the COTR informed about Contractor progress throughout the performance period of task orders awarded under this IDIQ Contract, and ensure Contractor activities are aligned with USCG objectives. 1.14 GENERAL REPORT REQUIREMENTS. The Contractor shall provide weekly all written reports in electronic format with read/write capability using applications that are compatible with USCG Standard Workstation III (Windows XP and Microsoft Office Applications). 1.14.1 PROJECT SUMMARY REPORT. The Contractor shall produce a project summary report. The report shall include appropriate information from the Lessons Learned brief (? 5.5), NLT 14 Dec 07, as well as the information gathered in the logs of troubleshooting, maintenance, and associated logistics support (? 5.6). The report shall document system performance based upon an analysis of the system metrics developed in (? 5.6.2) and the training system developed in ?5.6.4. 1.15 PERFORMANCE REQUIREMENTS SUMMARY. Subsequent task orders will include a Performance Requirements Summary (PRS). In general, the PRS sets forth the expected outcomes (objectives) of the task order, the service(s) required of the Contractor to achieve the objectives, a performance standard per outcome, and a plan for a reduction in payment in the event the Contractor does not meet the performance standard. The PRS is not an exclusive remedy and inclusion of the PRS does not preclude the Government from using any other remedy available by law or contract terms, including reductions in payment in accordance with any clause for inspection of services. 1.16 INTELLECTUAL PROPERTY. All Contractor developed processes and procedures and other forms of intellectual property first developed under subsequent task orders shall be considered Government property. All documentation, photography and electronic data and information collected by the Contractor and entered into or generated in support of this IDIQ Contract and subsequent task orders shall be considered Government property, and shall be returned to the Government at the end of the contract performance period. 1.17 PROTECTION OF INFORMATION. Contractor access to information protected under the Privacy Act is required under this IDIQ Contract.. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with the law and Government policy and regulation. 1.18 SECTION 508 COMPLIANCE. Section 508 of the Rehabilitation Act (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998, requires that when Federal agencies develop, procure, maintain, or use electronic and information technology, they must ensure that it is accessible to people with disabilities, unless it would pose an undue burden to do so. Federal employees and members of the public who have disabilities must have access to and use of information and services that is comparable to the access and use available to non-disabled Federal employees and members of the public. For additional information, please refer to FAR 39.2 or http://www.section508.gov. 2.0 GOVERNMENT TERMS & DEFINITIONS 2.1 USCG ? US Coast Guard 2.2 DHS ? Department of Homeland Security 2.3 TSA ? Transportation Security Administration 2.4 PWS ? Performance Work Statement 2.5 CG-3PCP-2 ? Coast Guard Office of Port and Facility Activities 2.6 TWIC ? Transportation Workers Identification Credential 2.7 SOP ? Standard Operating Procedures 2.8 MTSA ? Maritime Transportation Security Act 2.9 OCS - Outer Continental Shelf 2.10 NIST ? National Institute of Standards and Technology 2.11 FIPS - Federal Information Processing Standards 2.12 HSPD ? Homeland Security Presidential Directive 2.13 NMSAC ? National Maritime Security Advisory Committee 2.14 COTS - Commercial Off-the-Shelf 2.15 C&A - Certification and Accreditation 2.16 COTR - Contracting Officer?s Technical Representative 2.17 CONOPS - Concept of Operations 2.18 FISMA - Federal Information Secuirty Management Act 2.19 ISSO ? USCG Information Systems Security Officer 2.20 POA&M ? Plan of Action and Milestones 2.21 ISSM ? USCG Information Systems Security Manager 2.22 DAA - Designated Accrediting Authority 2.23 CY ? Calendar Year 3.0 GOVERNMENT FURNISHED RESOURCES. The Contractor shall use Government furnished property only for the performance of work under this IDIQ and subsequent task orders and shall be responsible for returning all Government furnished property in good working condition, subject to normal wear and tear. 4.0 CONTRACTOR FURNISHED PROPERTY. The Contractor shall furnish all facilities, materials, equipment and services necessary to fulfill the requirements of this IDIQ and subsequent task orders except for the Government Furnished Property (GFP) specified in PWS 3.0 and 5.0 of this work statement.
 
Place of Performance
Address: 1900 Half Street, SW, Washington DC
Zip Code: 20053
Country: UNITED STATES
 
Record
SN01398530-W 20070909/070907220804 (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.