Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2008 FBO #2343
SOLICITATION NOTICE

J -- Intrusion Detection System (IDS) Hardware/Software Monitoring, Maintenance, Modification, & Repair Services

Notice Date
4/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
DHQCSD08MPA0233
 
Point of Contact
Tara D Whitaker, Phone: 618-229-9485
 
E-Mail Address
Tara.Whitaker@disa.mil
 
Description
Referance #: DHQCSD08MPA0233 The Defense Information Technology Contracting Organization (DITCO), Contracting Division, Net-Centric Services Branch, Hardware/Software Section (DITCO/PL8322), 2300 East Drive, Scott AFB IL 62225-5406, intends to issue 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; quotes are being requested and a written solicitation will not be issued. This acquisition is for the purchase remote monitoring, hardware & software modifications, repair services, & maintenance for Intrusion Detection System (IDS) equipment located at the Hill Air Force Base facility. This requirement is not set-aside. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. All quotes are due NLT 29 Apr 2008, close of business. Questions will be accepted until 28 Apr 2008, 12pm CST. Please contact Tara.Whitaker@disa.mil with questions. Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: TECHNICAL ACCEPTABLENESS(1) AND PRICE (2). PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON YOUR SUBMITTED RFQ: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name ______________________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Delivery Date _________________________________________ 7. Business Size (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin)_______________________________________ Months Base Year 12 Option Year 1 12 Option Year 2 12 Option Year 3 12 Option Year 4 12 Statement of Work (SOW) Intrusion Detection System (IDS) Hardware/Software Monitoring, Maintenance, Modification, & Repair Services Ogden, Utah Background. Defense Information Systems Agency (DISA) Computing Services (CS) datacenters provide routine and mission-critical computer processing resources and support to numerous government agencies on a fee-for-service basis, 24 hours per day, 7 days a week. DISA sites are access-controlled and monitored to provide operational and mission security for customer programs and equipment. Changes in operational requirements, on-going and changing security concerns and regulations, DISA transformation initiatives, and aging systems all require that DISA continue to invest in maintaining modern, operational, secure intrusion detection systems at its facilities. Ongoing preventative and repair maintenance programs are essential to systems that are reliable and operate as designed. Modifications to the existing system may be required when operations dictate such, when equipment becomes outdated or obsolete, and when software systems are required by technology improvements or planned obsolescence of systems. Maintaining security systems that meet & exceed changing DISA security requirements is a challenge met by this agreement. The foundation of every good security system is intrusion detection. 24/7 monitored protection against unauthorized entry, access, and other penetrations of perimeter and internal security measures must be monitored and recorded for an accurate audit trail. DISA does not have the organic systems or manpower to install, maintain, and monitor the IDS to the required security standards, and so DISA SMC Ogden has outsourced this service. This contract will remove urgent and emergency repair requirements, maintain the site’s physical security program, and decrease logistics support requirements necessary in maintaining the existing system. Description of Services. The Contractor shall provide remote monitoring, hardware & software modifications, repair services, & maintenance for Intrusion Detection System (IDS) equipment located at the Hill Air Force Base facility. The contractor shall provide all parts, labor, materials, tools, equipment, services and supervision required performing the following tasks: 2.A. Covered Equipment. Government-owned equipment is currently installed and operational at the site. The primary equipment to be maintained includes all control and annunciator panels, motion sensors, and other associated IDS equipment installed at the site. Associated equipment and hardware such as auxiliary sensors, control units, battery backup units, and control & power wiring for the system is also included under this maintenance agreement. The security systems cover approximately 34 doors initially. 2.B. Evaluation of Offers. Contractors interested in this service contract shall submit a technical and cost proposal to the Contracting Officer for evaluation on a “Lowest Cost, Technically Acceptable” set of criteria. All proposals submitted shall be reviewed and evaluated by the COTR and site Security Manager to ensure they meet the rigid security guidelines required by DISA Computing Services. The maximum length of proposals submitted shall be six pages, single-sided, to include any background, expertise, pricing lists, cover sheets, and other included documentation. All proposals shall be evaluated for technical content in the areas noted in Section 2.C, as well as for cost. 2.C. Overview of Services. Contractor-provided services shall consist of the following: IDS 24/7 Monitoring & Response Periodic Preventive Maintenance Emergency Maintenance Services (24x7) Firmware Upgrades for Existing Equipment Installation of New Equipment & Software Realignment of Existing Equipment 2.D. IDS 24/7 Monitoring & Response. The Contractor shall provide full-time (24 hours per day, 7 days per week, no holidays or downtime) remote monitoring of all IDS components and systems. In the event of any alarm or warning condition being reported, the Contractor shall contact the site Security Manager within 15 minutes by telephone. 2.E. Periodic Preventative Maintenance. Preventative maintenance shall include thorough cleaning, adjustments, services, and recommendations for support of IDS equipment. Preventative Maintenance Services shall include all consumable parts, remedial repairs, labor, and expenses. The Contractor shall provide bi- annual (or more frequent if necessary) Preventative Maintenance Services for the intrusion detection system to include maintenance and routine inspection of systems hardware, setup and organization of hardware and cabling, c leaning of all equipment, checking and testing of all batteries, checks/calibrations/adjustments on all sensors, and review of site intrusion detection software setup and database(s) to ensure proper and efficient operation of all system components. Firmware releases to all system hardware released by the manufacturer shall be installed within a month of firmware release date (not necessarily coinciding with other periodic maintenance services). Any databases shall be backed up and stored in a secure offsite location at least quarterly, and shall be cleaned and optimized bi-annually by the Contractor. The first Preventative Maintenance service shall be completed within 60 days of contract award and again at least every six months, as scheduled and coordinated with the site Security Manager. 2.F. Emergency Maintenance Services. Emergency Maintenance Services shall include all troubleshooting and repair using Government-owned inventory as well as all items covered in Preventative Maintenance Services (above). Emergency services shall be available to the Government 24 hours per day, 7 days per week, with a 4-hour response time by Contractor personnel (report to site or as directed by site representative). Emergency calls shall be worked continuously “around the clock” until completed. Estimated completion date/times and progress reports shall be provided to the Security Manager at least three times per workday. Parts required in support of emergency service calls shall be obtained in the most expedient manner available. Emergency service calls can occur at any time, on any day. When system failures occur in covered equipment that require replacement of defective parts, the Contractor shall obtain the replacement components within eight business hours of notice from the Government for repair actions. The Contractor shall invoice for these required parts at the Contractor’s cost with the next monthly invoice. 2.G. Bench Stock. Bench Stock Storage to meet the Emergency Maintenance Services requirement (8 hours from notification to part on-hand and ready to install) shall be either on-hand at the Contractor’s local storage facility or available commercially within 8 hours (to include weekends and holidays). The Contractor shall maintain a minimum of one (1) replacement part for each piece of hardware identified in the “Covered Equipment” section above to meet this requirement. 2.H. System Modifications. In the event of new system requirements (for example, for additional system hardware, modifications to system layout due to space reallocation, or upgraded control/database software) defined by the Government, the Contractor shall prepare estimates of hardware/software cost and hours to complete such an installation. The site Facility Manager and the Chief of Facilities Engineering, DISA Computing Services, shall approve all upgrade and modification requirements. The Contracting Officer shall add these requirements to the current year contract by modification of the contract before any upgrade or modification project begins. The following are examples of new system requirements anticipated to be required during the term of this agreement: Additional access points or zones to be covered by IDS (new security requirements) Removal of access points or zones from IDS (removal of security requirements) Realignment of zones within IDS system (changes to security levels of individual zones) Replacement of obsolete, defective, or old technology sensor & control equipment (technology refreshes) Addition of new IDS system equipment to cover new zone requirements or for enhanced sensitivity, such as balanced magnetic switches, volumetric motion, passive IR, active IR, glassbreak, and heat/environmental sensor equipment (capability enhancements) Integration of IDS with access control, closed circuit television, or building automation system components (systems integration) IDS database software upgrades required to maintain system warranties Upgraded controller cards required for IDS database software compatibility The Government’s designated site POC for this contract is the site Security Manager, Mr. Paul Johnson. Government & Contractor Furnished Facilities, Supplies, & Services. The Contractor shall supply all parts & labor to accomplish all tasks described in Section 2. Contractor personnel assigned under this contract shall be certified or qualified to design, install, maintain, and operate the equipment and software systems covered. Documentation of these certifications may be required when the Contractor personnel report to the site to perform contract duties. Sites – Place of Performance. The Place of Performance data is considered Sensitive and is FOUO. This information should not be released to the public through the Commerce Business Daily (CBD) or through other public sources. Hill AFB, UT 84056 Announcements to public sources for bidding shall relate only the installation, city, and state where the performance of the contract is to take place. Complete place of performance information shall be released by the Contracting Officer to the winning bidder when the contract is awarded. Hours of Operation. All preventative maintenance work will be accomplished during core hours (0700-1630, Monday-Friday). The Contractor shall coordinate with the site Security Manager for any preventative maintenance scheduling. Date and time of service shall be by mutual consent of the site Security Manager and the Contractor. Emergency maintenance work can occur at any time. Period of Performance. This Agreement shall have a Period of Performance (POP) consisting of one (1) base year and four (4) option years. The Contractor shall provide annual pricing for preventative and emergency maintenance services as noted in Section 2 for base and option years at the time of bid. Additional services under this contract shall be negotiated by contract modification if and when those services are required. Security. Security Classification Requirements: Performance under this contract will involve access to and work in a secure area. There will be no access to classified material. The work to be accomplished in this contract is unclassified. The Contractor shall be responsible to possess a National Agency Check with Local Record Check (NACLC) or security clearance for each Contractor employee representative that will perform work under this contract, to provide for any required Computer Room and Building access. Facility Access: Unescorted access to the facilities is strictly limited to Contractor personnel who have a valid contract and a favorably completed NACLC with an Interim Secret security clearance, or a finalized Secret security clearance (or higher). DISA operational sites are not staffed to provide Contractor escort; Contractor personnel credentials must support the operational site mission. Contractor personnel without a favorably completed NACLC shall NOT be granted access to the access-controlled locations without a Government-assigned escort. A representative of the Government shall be on the premises during the Contractor’s performance of contract services. The Government customer may, at his discretion, assign an escort for uncleared Contractor personnel, but the Contractor is required to assume that such escort will not be provided. Sample Statement for Position of Trust Sensitivity Designation: “This contract provides the following contracted personnel unescorted access to a DISA facility to perform various services. All persons performing these types of services under this contract require a favorably completed National Agency Check with Local Record Check (NACLC) and an Interim Secret clearance granted prior to performance. Required requests for investigation, for each employee without a current, favorable NACLC, will be submitted within 15 calendar days after award of the contract to the local DISA Security Manager for Interim building access determination prior to performance.” To control unauthorized entry/penetration during the performance of this contract, the Contractor shall not prop doors open at the perimeter of the computer room controlled area. With the award of this contract, the Contractor accepts responsibility to protect the physical security of the building and prevent unauthorized entry, when prevention of such violation is under the Contractor’s control. A Security Pre-Brief of the Contractors responsibility will be provided upon contract award. General Requirements. <!--[if !supportLists]--> <!--[endif]--> PROTECTION OF GOVERNMENT PROPERTY: The Contractor shall provide protection to Government property to prevent damage or compromise during the period of time the property is under the control or possession of the Contractor. Safety requirements listed herein that do not concern the Contractor’s operations or services shall be deleted as mutually agreed by the Contractor and the Procurement Contracting Officer (PCO). <!--[if !supportLists]--> <!--[endif]--> LOCAL SAFETY AGREEMENT: To prevent or eliminate hazardous working conditions for both Contractor and Government personnel, and to minimize Government property damage, a written agreement between the Contractor and the individual site Facility Managers establishing safeguards and procedures will be established during the orientation phase, that will be followed prior to commencement of work. <!--[if !supportLists]--> <!--[endif]--> LOCAL SAFETY REQUIREMENTS: The Contractor shall comply with all local safety requirements implemented at the installation where the work is to be accomplished provided that they do not conflict with the requirements of this Appendix. If conflicts arise, they shall be referred to the PCO for resolution. <!--[if !supportLists]--> <!--[endif]--> SUBCONTRACTORS: The Contractor shall include a clause in all subcontractor agreements to comply with the safety provisions of this contract as applicable. <!--[if !supportLists]--> <!--[endif]--> ACCIDENT/INCIDENT REPORTING AND INVESTIGATIONS: <!--[if !supportLists]--> <!--[endif]--> The Contractor shall record and submit promptly to the Facility Manager all available facts relating to each instance of or accidental damage to Government property or injury to either Government or Contractor personnel. <!--[if !supportLists]--> <!--[endif]--> The Contractor shall not perform any work on the damaged equipment/property until released by an authorized Government representative. <!--[if !supportLists]--> <!--[endif]--> If the Government elects to conduct an investigation of the accident, the Contractor shall cooperate fully and assist the Government personnel until the investigation is completed. The following provisions apply to this requirement: FAR 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt I, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer, 52.239-1 Privacy or Security Safeguards, 52.222-22 Previous Contracts & Compliance Reports, 52.243-1 Changes-Fixed Price, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 Item Identification and Valuation, 252-212-7001 Contract Terms and Conditions, 252.243-7001 Pricing of Contract Modifications, 52.204-9000 Points of Contact, 252.232-7003 Electronic Submission of Payment Requests, 52.232-9000 Wide Area Workflow, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Foreign Transactions, 52.203-12 Limitations on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.215-20 Requirements for cost or Pricing Data or Information Other Than cost or Pricing Data, 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-17 Interest, 52.242-13 Bankruptcy, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications-Commercial Items, and 52.217-8 Option to Extend Services.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e511a80bb15ac53dcc07afd3ec77ffd8&tab=core&_cview=1)
 
Place of Performance
Address: Confidential, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN01560613-W 20080426/080424220727-e511a80bb15ac53dcc07afd3ec77ffd8 (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.