DOCUMENT
R -- Digital Imaging Acquisition and Security Accreditation Support Specialist - Performance Work Statement - Questions and Answers
- Notice Date
- 7/15/2008
- Notice Type
- Questions and Answers
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW, Naval Station Anacostia Annex, Suite 310, Bolling AFB, District of Columbia, 20032-0305
- ZIP Code
- 20032-0305
- Solicitation Number
- F1ATB28133A001
- Archive Date
- 8/19/2008
- Point of Contact
- Theresa Booker,, Phone: 2024041219, William F Moses,, Phone: 202-767-7987
- E-Mail Address
-
theresa.booker.ctr@afncr.af.mil, william.moses@bolling.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- (I) This is a combined synopsis/solicitation for commercial items 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. This is for a 100% small business set-aside. The Request for Quotes (RFQ) is for a Firm Fixed Price contract, to procure services for a Project Manager/Task Leader for Digital Imaging Acquisition and Security Accreditation Support Services and Travel. Please not that this subject to FAR 52.232-18 "Availability of Funds (Apr 1984)" Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (II) Submit written quotes on RFQ number F1ATB28133A001. (III) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (IV) This procurement is 100% small business set-aside. The associated NAICS code is 561110. The small business size standard is 1,500 employees. (V) This combined solicitation/synopsis is to purchase the following commercial services: The contractor shall provide network security, Information Assurance (IA) and technology management and refresh as it relates to Picture Archiving and Communication Systems (PACS). The contractor must be knowledgeable and have experience in DoD Information Assurance Certification and Accreditation Process (DIACAP) testing and verification, System Security Authorization Agreement (SSAA) development, network communications and systems administrations, PACS Request for Proposal (RFP) development, PACS programming, installation and acceptance testing. The period of performance will be for twelve months following date of award, plus four one-year options. Base Year CLIN 0001 Labor Hours Labor Rate Total Project Manager/Task Leader for Digital Imaging 1880 Acquisition and Security Accreditation Support Services (POP 18 Aug 2008 - 17 Aug 2009) CLIN 0002 Number of Trips Labor Rate Total Other Direct Cost/Travel 15 (POP 18 Aug 2008 - 17 Aug 2009) Total Option Year 1 CLIN 1001 Labor Hours Labor Rate Total Project Manager/Task Leader for Digital Imaging 1880 Acquisition and Security Accreditation Support Services (POP 18 Aug 2009 - 17 Aug 2010) CLIN 1002 Number of Trips Labor Rate Total Other Direct Cost/Travel 15 (POP 18 Aug 2009 - 17 Aug 2010) Total Option Year 2 CLIN 2001 Labor Hours Labor Rate Total Project Manager/Task Leader for Digital Imaging 1880 Acquisition and Security Accreditation Support Services (POP 18 Aug 2010 - 17 Aug 2011) CLIN 2002 Number of Trips Labor Rate Total Other Direct Cost/Travel 15 (POP 18 Aug 2010 - 17 Aug 2011) Total Option Year 3 CLIN 3001 Labor Hours Labor Rate Total Project Manager/Task Leader for Digital Imaging 1880 Acquisition and Security Accreditation Support Services (POP 18 Aug 2011 - 17 Aug 2012) CLIN 3002 Number of Trips Labor Rate Total Other Direct Cost/Travel 15 (POP 18 Aug 2011 - 17 Aug 2012) Total Option Year 4 CLIN 4001 Labor Hours Labor Rate Total Project Manager/Task Leader for Digital Imaging 1880 Acquisition and Security Accreditation Support Services (POP 18 Aug 2012 - 17 Aug 2013) CLIN 4002 Number of Trips Labor Rate Total Other Direct Cost/Travel 15 (POP 18 Aug 2012 - 17 Aug 2013) Total (VI) Brief description of requirement as follows; see attached Performance Work Statement: The Contractor shall provide comprehensive technical support to the Air Force Medical Support Agency (AFMSA), Clinical Engineering Division, for network security, Information Assurance (IA) and technology management and refresh as it relates to Picture Archiving and Communication Systems (PACS). The contractor must provide a qualified individual that possesses the knowledge, skills, and abilities to fully perform the duties and functions detailed in Section 1.3. The contractor personnel must be knowledgeable and have experience in DoD Information Assurance Certification and Accreditation Process (DIACAP) testing and verification, System Security Authorization Agreement (SSAA) development, network communications and systems administration, PACS Request for Proposal (RFP) development, PACS programming, installation and acceptance testing. The Contractor shall be provided an orientation to familiarize him/her with the work to be performed. During the first 10-15 days on site, the Contractor shall meet with various internal groups to gain a better understanding of the purpose and mission of the AFMSA/SGRK, Clinical Engineering Division. The Contractor shall perform Clinical Use Determination (CUD) and Acceptance Testing (AT) for PACS and Teleradiology systems deployed to Medical Treatment Facilities. This will include providing sound engineering solutions to enhance the security posture of the PACS and Teleradiology systems being deployed. (VII) Place of performance is located at the Clinical Engineering Division (AFMSA/SGRK), 1423 Sultan Street, Suite 200, Fort Detrick, MD 21702-5006. (VIII) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2007), with this quote. (IX) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), applies to this acquisition. (X) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (April 2008) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.217-8 Option to Extend Services (Nov 1999) 52.219-9 Option to Extend the terms of the Contract (Mar 2000) 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) (15 U.S.C. 644) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor (Feb 2008) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam Era, and other Eligible Veterans (Sep 2006) 52.222-36 Affirmative Actions for Workers with Disabilities (Jun 1998) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other eligible Veterans (Sep 2006) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.222-41 Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service contract Act-Price Adjustment (Multiple Year and Option Contracts) 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (XI) Quotes are due no later than 12:00 pm, Eastern Standard Time, Monday, August 4, 2008. Offers shall be submitted electronically via email to: Theresa.Booker.ctr@afncr.af.mil or faxed to (202) 767-7817. For additional information, contact Ms. Theresa Booker, Contracting Specialist at Theresa.Booker.ctr@afncr.af.mil or (202) 404-1219.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6776df19a39e646801e8aa3d8b4b3421&tab=core&_cview=1)
- Document(s)
- Questions and Answers
- File Name: Detailed performance work statement (PWS revised.doc)
- Link: https://www.fbo.gov//utils/view?id=7533706999d7d99e2b4a940071f3a840
- Bytes: 93.50 Kb
- File Name: Overview of questions from the contractors and answers from the customer. (QUESTIONS AND ANSWERS.doc)
- Link: https://www.fbo.gov//utils/view?id=16757229464917adb9dc0710eef300fb
- Bytes: 25.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Detailed performance work statement (PWS revised.doc)
- Place of Performance
- Address: Air Force Medical Support Agency, Ft Detrick, Maryland, United States
- Record
- SN01614441-W 20080717/080715223318-6776df19a39e646801e8aa3d8b4b3421 (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 |