Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2010 FBO #3266
SOLICITATION NOTICE

D -- Non personal professional services for Information Technologist for Data Analysis & Reporting Services - Package #1

Notice Date
11/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ABG - 311 Air Base Group, 8150 Aeromedical Road, Brooks City-Base, Texas, 78235, United States
 
ZIP Code
78235
 
Solicitation Number
FA8900-11-R-0009
 
Archive Date
11/5/2010
 
Point of Contact
Mary N Farr, Phone: 210-536-6212, Veronica A. Romero, Phone: 2105366264
 
E-Mail Address
mary.farr@brooks.af.mil, Veronica.Romero@brooks.af.mil
(mary.farr@brooks.af.mil, Veronica.Romero@brooks.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CDRLs in support of FA8900-11-R-0009 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. Solicitation number FA8900-11-R-0009 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. Applicable NAICS is 561110; size standard is $7M. The Government intends to make a sole source award to TerraHealth, Inc. 5710 Hausman Rd. West, Suite 108 San Antonio, TX 78249-1646. Requirement is for non-personal services for one position as Information Technologist to report Data Analysis and Reporting Services. Period of Performance is for two (2) months from date of award. FOB: Destination. A firm fixed price (FFP) purchase order will be issued. All responsible offers will be considered; however, offers must be submitted for the item/services listed above. Substitutes are not acceptable. The following provisions are applicable: 52.212-1, Instructions to Offerors - Commercial; 52.212-2, Evaluation - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items. Include all applicable discounts and warranty information for this product. Interested parties capable of providing this requirement must submit offers NLT COB CST 2 Nov 2010. Offers may be emailed to Mary Navarro Farr, ph: 210-536-6212, email: mary.farr@brooks.af.mil PERFORMANCE WORK STATEMENT INFORMATION TECHNOLOGIST BROOKS CITY-BASE TEXAS 26 October 2010 I. DESCRIPTION OF SERVICES The contractor shall provide Advisory and Assistance Services (A&AS) in support services in support of United States Air Forces School of Aerospace Medicine (USAFSAM) Analytical Chemistry Division (OEHTA). 1. INFORMATION MANAGEMENT 1.1. ADP Technologies. The Contractor shall possess the expertise and capability to utilize ADP systems in support of the requirements of this PWS. The Contractor shall assist in the dissemination of information received from various analytical laboratories and apply this information to the USAFSAM/OEHTA Laboratory Information System (LIMS). 1.1.1. Data Collection. The Contractor shall in - process chemistry and occupational health sample packages for routine and priority analyses from Major Command (MAJCOM) bases located worldwide. This includes unpacking, sorting, completing the necessary login documentation, and if they are analyzed in-house, notify the various OEHTA in-house sections of sample arrival or transship the samples and data to various reference laboratories. 2. PROJECT MANAGEMENT 2.1. Technical Interchange - The Contractor shall provide properly qualified personnel with advanced analytical skills in chemistry documentation and procedures. This effort will involve the transfer of analytical chemistry documentation generated by various locations in and around Air Force installations to a single Laboratory Information System (LIMS). The Contractor shall provide assistance to USAFSAM/OEHTA data users by collecting data on TO laboratory services, analyze the data and report findings to the designated Government personnel. 2.2. Deliverable Review - The Contractor shall provide overall program and contract management oversight. The Contractor shall receive, coordinate, review, track, log, evaluate and analyze submitted data deliverables for functional and technical accuracy/completeness, and for compliance with applicable regulations. The Contractor shall use the necessary tools to provide a complete technical review. The Contractor shall make written recommendations regarding acceptance or rejection of documents submitted to the laboratory. Each MSR shall include status, issues, anticipated actions, and percentage of work. The contractor shall coordinate with Contracting and Program Management to ensure proper Contractor completion of programmatic and contractual closeout requirements. (CDRL A001) 2.3. Project Tracking - The Contractor shall provide advisory and assistance services to the Government in the documentation of the laboratory Electronic Data Deliverables (EDD). The Contractor shall import all relevant data from the various contract analytical laboratories into the USAFSAM/OEHTA Omega Laboratory Information System. The Contractor shall ensure that the contract laboratories provide the correct call requests to the established price as depicted in the OEHTA Laboratory Information System (LIMS). The Contractor shall perform technical analysis of call requests and if a discrepancy is noted, ensure that appropriate action is performed. 3. QUALITY CONTROL: The contractor shall provide QA/QC oversight in support of the mission. The Contractor shall develop, maintain, enforce and document a Quality Control Plan (QCP). The QCP shall ensure the Government receives the level of quality that is consistent with the requirements specified in the TO. 4. CONFIGURATION MANAGEMENT SUPPORT: The Contractor shall perform configuration and data management tasks related to the transfer of analytical reports into an electronic archive. Typical reports consist of in-house files, contract laboratory files and completed work orders. 5. SECURITY: 5.1 Position of Trust. All contractor personnel require a minimum of a National Agency Check with written Inquires (NACI)/SF85 for any position that requires access to the internet, use of automated systems or unescorted entry into restricted or controlled areas prior to reporting for duty in support of any task order. The investigation is not for a security clearance; it is for a position of trust. This is a mandatory requirement set forth in DoD 5200.1-R and AFI 31-501 Information Security. All documentation required for security certification shall be the responsibility of the contractor. No foreign nationals shall be employed for any task order issued under this contract without prior approval of the Government. 5.1.1. Operations Security (OPSEC): The contractor shall provide OPSEC protection for all sensitive/critical information as defined by AFI 10-701 (Operations Security), the 711 HPW OPSEC Plan, and critical information list. The contractor shall participate in the 711 HPW sustained OPSEC awareness training or include OPSEC training as part of their on-going security program. The 711 HPW OPSEC coordinator will evaluate the OPSEC posture of AF contract activities and operations. This requirement is set forth in 311 HSW Sup 1 to AFI 10-701. 5.1.2. Information Security and Force Protection. The contractor shall provide Information Security and Force Protection training as defined by AFI31-401 (Information Security Program Management) and AFI 10-245 (Air Force Antiterrorism Standards). The contractor shall participate in the 711 HPW sustained Information Security and Force Protection/Anti-terrorism training or include this training as part of their on-going security program. The 711 HPW Security Manager will evaluate the training posture of AF contract activities and operations. This requirement is set forth in AFI 31-40, AFI 10-245 and applicable AFMC and local supplements. II. GENERAL INFORMATION 1. DUTY LOCATION 1.1 LOCATION OF WORK. Accomplishment of required tasks shall be performed at Brooks City-Base, B140. The contractor shall conform to the regular Monday through Friday working hours (7:30 to 4:30) of the Air Force office. Contract personnel shall not work "flex" or "compressed schedules". 1.2 Travel. Contractor shall be required to perform one two week trip to Wright Patterson AFB to assist in setting up the sample control branch for OEHTA 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES: Access to relevant government documentation and facilities will be provided through coordination with the government program manager. USAFSAM/OEHTA will provide office space and furniture, routine office supplies, computer hardware and software necessary to perform tasks of contract. All data and reports generated shall become the property of the USAF. 3. PERIOD OF PERFORMANCE: 60 days from date of award: 2 Nov through 31 Dec 2010, this effort is considered severable. 4. Government POCs Primary Contracting Officer (COR) Alternate COR Contracts Program Mgr Mitchell Rubenstein, PhD Michael Lazenby Sue Stark USAFSAM/OEHTA USAFSAM/OEHT 711 HPW/OMP 3675 Third Street 2513 Kennedy Circle 2513 Kennedy Circle WPAFB IH 45433 Brooks City-Base, TX Brooks City-Base, TX (937) 656-6847 (210) 536-5447 (210) 536-6028 5. APPLICABLE DOCUMENTS AFI 32-7047, AFI 48-145, AFI 48-119, AFI 33-119 Air Force Messaging, and AFI 33-202VI Network and Computer Security 6. MISSION ESSENTIAL STATEMENT: Continuation of Essential Department of Defense (DoD) Contractor Services During Crisis. The performance of these services is not considered to be mission essential during time of crisis. Should a crisis be declared, the Contracting Officer or his/her representative will verbally advise the Contractor of the revised requirements, followed by written direction. Appendix -PAAS STATEMENTS USAFSAM SURVEILLANCE DIVISION USAFSAM CHEMISTRY DIVISION - Provides chemical sampling and analytical expertise for occupational and environmental health programs AF-wide. Mission requirements include global reach-back consultation and rapid response capability for air, soil, and water analysis. The goals are to (1) ensure availability of quality chemical analysis for all chemicals of concern; (2) provide cost effective and timely analytical support and sampling guidance; and (3) support "proof of concept" work for emerging Commercial Off the Shelf (COTS) technologies to improve deployed analyti
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HSW/FA8900-11-R-0009/listing.html)
 
Place of Performance
Address: Brooks City-Base, Texas, San Antonio, Texas, 78235, United States
Zip Code: 78235
 
Record
SN02320166-W 20101103/101101234040-6cdc05bd3c9bca6f302d845094adbe44 (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  © 1994-2020, Loren Data Corp.