Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2011 FBO #3533
SOLICITATION NOTICE

R -- ANTI ARMOR ANALYSIS PROGRAM SUPPORT

Notice Date
7/26/2011
 
Notice Type
Presolicitation
 
NAICS
561611 — Investigation Services
 
Contracting Office
National Ground Intelligence Center, ATTN: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, VA 22911-8318
 
ZIP Code
22911-8318
 
Solicitation Number
W911W5-11-R-0001
 
Response Due
8/10/2011
 
Archive Date
10/9/2011
 
Point of Contact
Darren Sinclair, 434-930-7366
 
E-Mail Address
National Ground Intelligence Center
(darren.sinclair@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SYNOPSIS NOTICE ONLY. This synopsis is issued by the National Ground Intelligence Center (NGIC) solely for informational purposes in accordance with FAR Subpart 5.2. It does not constitute a formal solicitation, Request for Proposal (RFP) or a promise to issue a formal solicitation, RFP or Broad Area Announcement (BAA). The primary purpose of this notice is to improve small business access to acquisition information and enhance competition. Responders are advised that the U.S. Government will not pay any cost incurred in response to this synopsis and all costs associated with responding will be solely at the interested parties' expense. Not responding to this synopsis does not preclude participation in any future and potential solicitation, or RFP. If a formal solicitation is released, it will be issued via the Army Single Face to Industry (ASFI) Acquisition Business Web Site (https://acquisition.army.mil/asfi/) and posted on the Federal Business Opportunities (https: //www.fbo.gov) web site. It is the responsibility of the potential offerors to monitor these websites for any information that may pertain to this synopsis. The information provided in this synopsis is subject to change and is not binding on the Government. This requirement is for onsite and offsite support services to the Anti Armor Analysis Program this is a follow-on to contract W911W4-09-F-0176 and will be a performance based acquisition. INSCOM DOC requires Vehicle Forensic Analytical support of battle damaged vehicles. Contractors will perform service on a worldwide basis utilizing resources, specialized tools to survey armor vehicles as well as surrounding scene. This service is In support of the NGIC AATF Insurgent Anti-Armor Battle Damage Reporting and Tracking Program. In addition provide technical services support to AAAP. The support entails providing mobile teams of at least two on a continual basis. The teams will photograph damaged vehicles, inspect and documenting findings. They will review and conduct analysis of maintenance/supply documentation from Army personal vehicles. As well as secure and forward the documentation back. This effort will provide support in the following areas. -Worldwide scope on analyzing damaged vehicles -Permanent Mission - not just for the OIF and OEF conflict -Collect all available information on collateral damage -Strengthen Ties with other Services (USMC) and allies. -Direct access to the database to be very restricted - normally via RFI to the AAAP. -AAAP to work with TRADOC to implement the AAAP system -Providd a direct communication between AAAP and Battalions The Government anticipates awarding a Single Award Indefinite Delivery/ Indefinite Quantity contract with 1 base year and 3 option years. Specific tasks to be performed under this contract and their deliverables shall be specified by the individual orders. Sources must be able to work at the TOP SECRET//Sensitive Compartmented Information level and must comply with security requirements as set forth in the Contract Security Classification Specification (DD Form 254). Listed below is a draft Performance Work Statement. Comments to improve upon this requirement are encouraged. All comment should be submit via email to darren.sinclair@us.army.mil and/or ngiccontracting@mi.army.mil PERFORMANCE WORK STATEMENT PERFORMANCE WORK STATEMENT (PWS) For ANTI-ARMOR ANALYSIS PROGRAM SUPPORT At NATIONAL GROUND INTELLIGENCE CENTER at CHARLOTTESVILLE, VA 1. Background. As attacks on armored vehicles deployed continue the requirement arose to collect, collate, and analyze data on the damage to these vehicles. In May of 2005, the Vice Chief of Staff of the Army (VCSA) directed the creation of the Army Anti-Armor Task Force-Iraq (AATF-I) and mandated the use of the AATF-I (Provisional) reporting system to collect required data. VCSA GEN Cody stated that this was so important that "Battalion commanders have the moral imperative to ensure that this information is correctly reported." NGIC AATF was directed to be the focal point for the Anti-Armor Battle Damage Reporting and Tracking Program. In August 2005, the Chief of Staff of the Army approved the VCSA Directive, stating that AATF-I pulled a number of separate threads together allowing him to see the whole picture of the threat - not just focusing on one problem set (e.g. IED). A July 2008 ALARACT issued by DA-G3 further reiterated the previous guidance with some notable modification. The basic mission requirements this program as directed in the ALARACT is: - Worldwide scope on analyzing attacks against vehicles - Permanent Mission - not just current conflicts - Collect all available information on attack incidents - Strengthen Ties with other Services (USMC) and allies. - Direct access to the information to be very restricted - normally via Request for Information (RFI) to the AAAP. - Work with TRADOC to implement the system - Direct communication between the program and Battalions 2. Objective. This requirement is to provide support to National Ground Intelligence Center's Anti-Armor Analysis Program as well as its Battlefield Vehicle Forensics Teams (BVFTs). The goal is to collect and submit specialized forensic data collected from damaged vehicles and attack incidents of vehicles. This support includes the transmission of collected data using established standard operating procedures (SOP) from forward deployed locations to the AAAP office. The support will provide analytical data collecting, processing, fusion, storage, analysis, and reporting for future use. Experts are necessary to ensure the success of the AAAP is vital to provide accurate assessments in a timely manner to produce intelligence products to counter attacks against vehicles and their occupants. Most of the analytical work on this contract will be done at the government's facility. The service will require instances of temporary duty for analysis at other facilities. There will be a depot survey effort as part of data collection that permanently places contractor's in-theater. Additionally, there will be a depot-survey effort as part of data collection that requires temporary duty at CONUS-based depots and vehicle maintenance facilities. And other Dodd or U.S. government agencies with whom AAAP is either supporting or working with. 3. TECHNICAL REQUIREMENTS 3.1 Data Mining. The contractor shall provide technical services to AAAP, primarily at the government's facility. Primary areas of technical services support include, but are not limited to: the timely collection, processing, storage, fusion, and analysis of data. Technical services also includes answering RFIs, preparing reports, preparing briefings, and assisting with meetings that support AAAP's customers seeking intelligence analysis on attacks against vehicles. 3.1.1. Data collecting is focused on retrieving data from known sources that publish on known schedules or have included AAAP on their distribution list and finding relevant information from external sources that may or may not be published on a regular schedule. This is information may not be sent to AAAP but must be discovered. The contractor will actively search for new data and new data sources. 3.1.2 The contractor shall maintain continuing liaison with counterpart analysts and similarly focused leaders throughout NGIC and the Intelligence Community to exploit all sources of information. Typical data mining efforts include, but are not limited to; retrieving data from the following sources are not limited to, retrieving data from the following sources: 1.Operational Reporting (CIDNE) 2.Weapons Intelligence Team (WIT) Reports 3.Other CITP (Counter IED Targeting Program) Reporting 4.Explosive Ordinance Detachment (EOD) Reports 5.Combined Explosives Exploitation Cell (CEXC) Reports 6.Weapons Intelligence Section (WIS -UK) Reports 7.Field Service Reports (FSR) 8.Maintenance Reports 9.Casualty and Autopsy Reports 10.Army Personnel Reporting Systems 11.Unit Operational and Intelligence files 12.Allied Reports 13.TIGRNet reporting and Patrol Briefs 14.Maintenance Reports 15.Casualty and Autopsy Reports 16.Open Source Reporting 17.Unit Storyboards on Attack incident The contractor will enter discovered data within three working days of receipt. The contractor shall generate summaries of the event within three working days of receipt of such data and new data or additional data as discovered. 3.2 Data Processing and Analysis. The contractor shall assist AAAP by reading the data found through data collection and data mining efforts to determine the significant pieces of information that should be stored to form an AAAP attack incident record. Where different reports on the same incident produce different data, the contractor shall use a standard methodology to resolve and record discrepancies. The contractor shall be qualified to conduct basic pattern analysis. The contractor shall identify significant intelligence trends and propose new or revised analytical efforts to alert leadership to developments and to meet customer needs. The contractor shall perform preliminary analysis and manipulation of the data captured and processed as well as draft analytic assessments to be provided to NGIC/AAAP analysts for completion. The contractor shall work with NGIC/AAAP analysts to identify intelligence gaps, specify, and write collection requirements to fill gaps and evaluate intelligence collected in response to requirements. The contractor shall identify methods or procedures that could be applied that would increase the robustness of the information stored while minimizing the need for expensive and redundant reviews of the same data at later stages of the program. 3.3 Software Development/Maintenance/Minor Enhancements. The contractor will maintain and performing minor enhancements to the existing database and AAAP software. The service will include the performing of major enhancements without disrupting on-going services. Also, include assistance in accrediting the AAAP software to operate on NGIC's computer systems. Software products include various codes and commercial products customized by the contractor to meet various technical requirements. The AAAP Program Manager or his designee will designate the format and form required by the Government. All software developed by the contractor for this effort or purchased by the contractor to support this effort becomes the property of the US. Government. All data, analysis results, analysis and processes are the sole property of the U.S. Government. 3.3.1 Major Enhancements. An example of a Major Enhancement that needs to be completed is the re-design of the database. The contractor shall assist AAAP by re-designing the database so that it is more responsive to AAAP queries. Major Enhancement releases will occur every 4 months with the priorities for that release established with the government at the beginning of that 4 month period of time. An additional Major Enhancement is support for JTAPIC initiatives and on-going efforts in casualty forensics and casualty reporting. 3.3.2 Maintenance/Minor Enhancements and Major Enhancement ideas can be recommended by the contractor or the government. The AAAP COR or his designated representative will establish the priority of work and approve the enhancements. 3.3.3 Accreditation: The contractor shall assist AAAP by completing the documentation and testing to ensure the AAAP software is accredited for use on NGIC's computer systems. The contractor shall deliver its software in conformance with NGIC's IT operational environment. All software delivered under this contract must be in compliance with the latest version of the NGIC Enterprise Services Standards for Software Development" guidelines. Only tools approved for use within the NGIC Enterprise Architecture may be used. 3.4 The contractor shall provide collection services to AAAP, while deployed to theater on a continuous basis. All work will be performed in support of Operation New Dawn/Operation Enduring Freedom at secure Forward Operating Bases. It has been AAAP's experience that combining people into two-man teams works best for accomplishing this effort. 3.4.1 The contractor will manage the labor, TDY, and other expenses of all contractors associated with this effort to ensure that over-runs do not occur. The contractor will be responsible for the logistical issues involved with performing duties such as ensuring that the government issues employees with valid CAC cards. The contractor will ensure the forward-deployed BVFT personnel are ready to deploy by ensuring the following actions are performed by each contractor employee: Coordinating and purchasing flights into and out of theater. The intent is for each contractor to remain in-theater for the full year (minus initial train-up at NGIC and CRC). Contractors will be authorized one round-trip flight to CONUS (vicinity Charlottesville, VA) in the middle of the year. The contractor will also be responsible for updating medical readiness via obtaining the appropriate vaccinations, medicines, passed physicals, etc. updating dental readiness via obtaining the appropriate pre-deployment care, medicines, recent X-rays, etc.Ensuring legal wills are prepared and filed. As well as ensuring the required pre-deployment training takes place by sending the employees through the CONUS Replacement Center (CRC-Ft Benning) for contractor personnel. To include the accounting for the contractor's in-theater via the government's theater tracking tools. Maintaining accountability of government furnished equipment and retrieving it upon completion of mission. 3.4.2 The contractor shall provide battle damage data collection technical services support to AAAP, while deployed to specified theaters of combat operations on a continuing basis or, in selected cases, on an as-needed basis for missions of short-term duration. All work will be performed within designated secure Forward Operating Bases or secure US facilities. Primary areas of technical services support include, but are not limited to: inspecting battle-damaged vehicles and documenting findings, photographing battle-damaged vehicles, performing 3-D mapping, taking measurements, charting strike points and shot paths, collecting fragmentation and residue, gathering maintenance/supply documentation from deployed units, conducting analysis of maintenance/supply documentation, securing documentation, and sending documentation to AAAP at NGIC. The contractor shall provide technical services support to AAAP, at various CONUS-based depots and maintenance facilities. It has been AAAP's experience that a two-man team works best for this task. Primary areas of technical services support include, but are not limited to: photographing battle-damaged vehicles, inspecting battle-damaged vehicles and documenting findings, gathering maintenance/supply documentation from deployed units, conducting analysis of maintenance/supply documentation, securing documentation, and sending documentation to AAAP at NGIC. 3.4.3 The contractor shall provide a depot survey team that will operate throughout the life of the contract in-Theater. The contractor shall perform field work in the CENTCOM AOR, which is currently designated a hazardous duty zone. Contractors will perform work in an "unaccompanied" status with regard to dependents. The requirement includes surveying and photo documenting the damaged vehicles, 3-D mapping, coordinating with the RPATs, the TACOM LARs, and other key maintenance/sustainment nodes that inspect and process battle damaged vehicles to gather data from unit and above maintenance operations. 3.4.4 The contractor shall also review maintenance and supply documentation and related photos looking for information about battle damage. These documents are traditionally used to list repairs needed, itemize faults to justify property replacement, or track retrograde of equipment but contain relevant information. The contractor shall display a high-degree of initiative to discover sources of information about battle-damage since there is no single repository of this data. Contractors shall travel to units, supporting maintenance activities, and collection points to take precise measurements and collect fragmentation for high priority or time sensitive cases, as required. 3.4.5 The contractor shall fill out and submit the Depot-level battle damage data collection worksheets. The contractor shall maintain a tracking database by serial number of all vehicles on which AAAP battle damage has been collected and feed serial numbers into central data collection tracker. The contractor shall also network with any helmet sensor data collectors who are working with the units on filling out the AAAP Battle Damage Report forms, as directed by the AAAP COR. The contractor shall respond to Joint Trauma and Prevention of Injury in Combat (JTAPIC) requirements as channeled through the AAAP. Preferred skill sets include familiarity with logistics system and either Army or USMC maintenance, multi-function logistics, or investigations. The contractor shall display a high-degree of initiative to discover sources of information about battle-damage since there is no single repository of this data. 3.4.6 Contractors shall travel to units, supporting maintenance activities, and collection points to take precise measurements and collect fragmentation for high priority or time sensitive cases, as required. The contractor shall fill out and submit the AAAP battle damage data collection worksheets. The contractor shall maintain a tracking database by serial number of all vehicles on which AAAP battle damage has been collected and feed serial numbers into a central data collection tracker. The contractor shall respond to the requirements of Joint Trauma and Prevention of Injury in Combat (JTAPIC) partners (such as Army Research Lab) as channeled through the AAAP. 3.4.7 The contractor shall submit data collected, to include photographs and artifacts to the AAAP, NGIC in accordance with prescribed SOP, and ensuring the security of the data. The contractor shall respond to direction and tasking from Anti-Armor Analysis Program leadership at NGIC. Individual contractor personnel at NGIC may be required to perform OCONUS travel for meetings or tests in conjunction with their analysis and mission tasking. 3.5 The contractor shall provide a depot survey team that has a CONUS focus. This includes collecting data such as surveying and photo documenting battle damaged armored vehicles at various CONUS locations to include, but not restricted to, US Army depots, maintenance facilities, and military bases. The contractor shall coordinate activity and operations of the data collection team with the depot staffs for access to battle damaged/combat damaged vehicles. The contractor shall collect detailed and precise data on damage on the vehicles. The contractor shall submit data collected, to include photographs and artifacts to the AAAP, NGIC. The contractor shall respond to direction and tasking from Anti-Armor Analysis Program leadership at NGIC. The contractor shall respond to Joint Trauma and Prevention of Injury in Combat (JTAPIC) requirements as channeled through the AAAP. The contractor shall provide reports of data collection team activities and accomplishments, as required. Preferred skill sets include familiarity with logistics system and either Army or USMC maintenance, multi-function logistics, or investigations. Secret clearance required. 3.5.1The contractor shall facilitate AAAP data collection requirements by coordinating with other specialized collection capabilities in theater such as: - Operational Reporting (e.g. units, CIDNE) - Weapons Intelligence Team (WIT) Reports - Explosive Ordinance Detachment (EOD) Reports - Army Test and Evaluation Center Forward Operating Activity (ATEC FOA) - Combined Explosives Exploitation Cell (CEXC) Reports - Weapons Intelligence Section (WIS -UK) Reports - Field Service Reports (FSR) - Maintenance Reports - Casualty Reports - Additional sources and they become available/known 3.6 Archive Data & Information. The contractor shall store data in the database and file structure so that it is retrievable in multiple manners. Data must be input within 72 hours of receipt for data received on a regular basis. Timeframes for processing large data dumps will be coordinated with the AAAP COR. 3.6.1 As part of this support, the contractor shall comply with Army and DoD directives to ensure that data stored is in compliance with Intelligence Oversight guidance, Health/Medical guidance, Security classification guidance, etc. 3.6.2 The contractor shall provide monitoring to ensure their data entry accuracy. The Technical Manager, or other AAAP analyst, will randomly select at least two Operational Reports and one damaged vehicle report each month and verifies that the information has been correctly captured and entered into the Database. Verification will consist of "querying" the Database to ensure the record is found and verifying the accuracy and completeness of entered data. 3.7 Technical Inquiry, Reporting and Briefing support. The contractor shall assist AAAP by responding to internal and external queries for information. External queries could originate from other DoD or U.S. Government agencies with whom AAAP is either supporting or working. Areas of technical services support include, but are not limited to: responding to RFIs, preparing and presenting briefings, and preparation and generation. 3.7.1 The contractor shall assist AAAP by responding to technical inquires, also known as RFIs, in a timely manner and ensuring that a government representative has reviewed the response prior to submitting the answer. 3.7.2 The contractor shall assist AAAP by preparing and distributing reports in a timely manner. A common set of scheduled report requirements includes, but is not limited to the following: Office of Secretary of Defense DOT&E: Attacks on Stryker (weekly) Office of Secretary of Defense DOT&E: Attacks on MRAP (weekly) Iraq Trends (weekly) Afghanistan Trends (weekly) DA G3: Iraq Anti-Armor IED trends (weekly) DA G3: Iraq Under-belly Attack trends (weekly) DA G3: Afghanistan Under-belly Attack trends (weekly) Secretary of the Army: MRAP Attacks & Casualties (weekly) Chief of Staff of the Army/Vice Chief of Staff of the Army: MRAP summary for Read Books (weekly) Chief of Staff of the Army/Vice Chief of Staff of the Army: Stryker summary for Read Books (weekly) MNC-I Counter Insurgency Center: IED trends by Vehicle (monthly) Army Material Systems Analysis Agency: Regional study on MRAP and HMMWV attacks (monthly) PM CSS: Attacks on Heavy Trucks (quarterly) 3.8 Prepare and Present briefings as needed. Briefings may be used for information purposes or part of training to both internal and external customers. The contractor shall assist AAAP through the design, implementation and maintenance of 3D Visualization models, to include incorporating Computer-aided drafting (CAD) models and animation software, for use in attack analysis and information production. This includes the ability to compare incidents on similar vehicle types, assess damage and munitions trajectories and brief a varied consumer base on specific incident analysis. Use innovation and experience to produce high quality 3D illustrations of attack scene dynamics and lethal effect on target vehicles and occupants. Integrate results from selected analytical sources, references and information media. Develop approaches for testing the validity of product and limitations of methodologies. Provide evaluation of theoretical model compared to real world likelihood. 3.8.1 The contractor shall assist AAAP in producing products for external customers by using analytical, statistical, and mathematical techniques to properly interpret the data to solve problems and make predictions on future outcomes. The contractor shall be able to use probability and sampling techniques to present findings and recommendations both orally and in written form. The contractor shall be able to use statistical techniques to make forecasts in such areas as the change in anti-armor attacks, change in weapon systems usage by region, or the outcome of armor modifications. 3.8.2 The contractor shall prepare presentations, spreadsheets, graphs, and tables of analyzed data using software products to include, but not limited to: Microsoft Office, Statistical Analysis Tools, Adobe Professional Writer (or other software as may be adopted by the U.S. Army as its "standard").The contractor will ensure the government reviews all out-going products prior to release. The contractor will advise the government on the feasibility of responding to ad-hoc queries so that the government can best prioritize the contractor's tasks. 3.9 Meeting Support. The contractor shall coordinate, schedule, and facilitate program meetings/briefings with other DOD agencies and their contractors who are cooperating in the areas of attacks against vehicles as directed by the AAAP COR. The contractor shall assist AAAP in organizing, planning, and establishing the meeting agenda, inviting key participants, and preparing and distributing minutes of the meeting. The minutes of the meeting shall be reviewed and approved by the COR for AAAP. Additionally, the contractor shall organize and coordinate critical action items identified during the meetings with the AAAP COR or designated representative(s). The contractor shall also be required to attend meetings and briefings as determined by the AAAP COR. Individual contractor personnel at NGIC may be required to perform OCONUS travel for meetings or tests. Although the primary purpose of the Battlefield Vehicle Forensic Teams (BVFT) is to collect battle damage data, they shall assist the AAAP by collecting all available data and reports on a given attack. Such data collection may include but is not limited to contacting units for storyboards, INTSUMs, seating diagrams, internal investigations, conducting soldier interviews, photographing PPE, and photographing and measuring evidence that has been collected by other agencies and organizations. 3.9.1 Program coordination. The contractor will provide program coordination to include gathering of current program schedules, deliverables, action items from meetings, and the coordination of issues that need to be resolved and/or require response from AAAP and customers. The contractor shall manage multiple timelines and deliverables, and track multiple schedules and multiple deliverables. The contractor shall be responsible for prioritizing work-authorized requirements in accordance with scheduled delivery dates to ensure timeliness and efficiency of contract. The contractor will manage the labor, TDY, and other expenses of all contractors associated with this effort to ensure that over-runs do not occur. 3.9.2 The contractor shall ensure that a quality control program is established to manage each aspect of this contract with special attention on adding data into the database and the subsequent use of those records. The contractor will be responsible for the logistical issues involved with performing duties such as ensuring employees have valid CAC cards. The contractor will ensure the OCONUS depot survey teams are ready to deploy by ensuring the following actions are performed by each contractor employee: Coordinating and purchasing flights into and out of theater. 3.9.3 In addition to working relationships with maintenance personnel and organizations, the forward-deployed BVFT shall establish good working relationships with other organizations that serve as sources of attack data such as but not limited to EOD and WIT teams (TF Paladin in Afghanistan and TF Troy in Iraq), ATEC FOA teams, CIDNE, Mortuary Affairs teams, JEFF labs, Law Enforcement Personnel (LEPs), and Route Clearance units. In coalition operations, the BVFT should establish close working relationships with counterparts from other nations, wherever practicable and as approved by AAAP leadership. 3.10 Training: The contractor shall develop and conduct a training plan/program that will be given to both government and contractors on an "as-needed" basis. The intent is to train the skills and methodologies required by the analysts working on the project so that the trainees are capable of performing analyst duties. 3.10.1 The contractor shall develop draft critical program related issues directly related to the program. These draft issues will be derived from an assessment of the data collection, data storage, analysis capabilities and reporting ability. The contractor shall identify data voids and these voids will be assessed for their importance to the overall program's effectiveness. 3.10.2. The contractor shall provide personnel specially trained in battlefield vehicle forensics investigation techniques that will be forward deployed in designated Theaters of operations. The contractor shall initially perform field work in the CENTCOM AOR, which is currently designated a hazardous duty zone, and be prepared to provide services in other AORs, should the need arise. Contractors will perform work in an "unaccompanied" status with regard to dependents. Training will include surveying and photo documenting the damaged vehicles, coordinating with the RPATs, the TACOM LARs, and other key maintenance/sustainment nodes that inspect and process battle damaged vehicles to gather data from unit and above maintenance operations. Review maintenance and supply documentation, and related photos looking for information about battle damage. These documents are traditionally used to list repairs needed, itemize faults to justify property replacement, or track retrograde of equipment but contain relevant information. 4. CONTRACT DELIVERABLES. 4.1The contractor shall providethe items listed below in a format defined by AAAP. All documentation products, software products, and other materials shall be presented in draft form and upon receipt of Government comments, shall be finalized, and delivered within 60 days unless otherwise specified in the Modification or changed by the Contracting Officer. 4.2The AAAP Program Manager or his designee will designate the format and form of documentation products required by the Government. Draft and Final documentation products include, but are not limited to the following: - Customer Reports - Databases - Custom Software Interfaces - Accreditation Plans - Program Briefing Charts - Meeting Minutes (including, but not limited to, Program Meetings, Trip Reports, After Action Reports, In-Process Reviews, and Working Groups) - Modification Progress Reports 4.3The contractor shall provide the results of battlefield vehicle forensics examinations by delivering photographs, diagrams, data collection forms, strike points, and artifacts such as fragmentation or residue. The AAAP Program Manager or his designee will designate the format and form of documentation products required by the Government. The BVFT will submit weekly status reports of their activities and accomplishments to the contract PM, who will deliver to the government upon request. Documentation products include, but are not limited to the following: - Database of vehicle serial numbers of inspected vehicles - Strikepoint notation - Weekly status reports 4.4The contractor shall prepare written progress reports for each modification that will be presented to the AAAP COR after every thirty (30) day work period, or as required by the AAAP COR. 4.5Progress reports will describe the status of the contractor's efforts to date, accomplished activities, planned meetings attended during the period, planned activities over the next thirty (30) day work period, and shortfalls impeding the accomplishment of each modification on schedule and within budget. 5PERSONNEL REQUIREMENTS. 5.1The contractor shall provide to the AAAP COR written certification attesting to the adequacy of training and experience for all employees assigned to work under the auspices of this contract. Any personnel changes or substitutions shall be made only after review and approval by the AAAP COR. The AAAP COR, upon reviewing and approving personnel changes, shall provide a written copy of the changes and approval, to the cognizant contracting officer on record. 5.2The contractor shall propose a cross section of labor categories and hours sufficient to provide the required services delineated in the PWS. If changes are required based on the content of a specific modification or the contractor's own analysis of the tasks as they are executed, the contractor may provide alternate labor categories and hours if the total cost to the Government for the specific modification remains the same or is less. 5.3The contractor shall be required to attend technical coordination meetings as determined by the AAAP COR. 6GOVERNMENT FURNISHED SUPPORT/GOVERNMENT FURNISHED EQUIPMENT. 6.1The AAAP COR will provide supporting documents relevant to the execution of required tasks to the contractor within ten (10) working days after receiving the request. 6.2All Government furnished reference material, information; data, equipment, hardware, and software provided to the contractor under this Performance Work Statement remain the property of the U.S. Government. For example, the government may request that the contractor maintain and account for the laptops that are used in a stand-alone mode, such as those required to support the depot survey teams. 6.3The Government will provide access to meetings, briefings, orientations, and on-site activities as needed. 6.4The Government will provide all contractors working at a Government site with office space, supplies, reproduction, telephone service, and/or Automatic Data Processing Equipment (ADPE) facilities, and equipment, as required. 6.5All Government furnished reference material, information; data, equipment, hardware, and software provided to the contractor under this Performance Work Statement remain the property of the U.S. Government. 6.6The Government will ensure BVFT access to maintenance facilities, maintenance documentation, meetings, briefings, orientations, and on-site activities as needed. 6.7The Government will equip the BVFT personnel with the tools and equipment they need to perform their duties or authorize the contractor to purchase the tools and equipment for reimbursement on a Government provided listing. 7CONTRACTOR FURNISHED SUPPORT/EQUIPMENT. 7.1The contractor will provide all employees working at a contractor site with office space, supplies, reproduction, telephone service, laboratory and/or ADPE facilities, and equipment, as required. 7.2The contractor will procure equipment for systems to be developed that involve hardware and software. Such procurement will be authorized by either being specifically listed in the Equipment, Rental, and Supplies section or must be approved in advance by the AAAP COR. Once these systems are delivered to and accepted by the Government, ownership will be passed to the Government. 7.3The vendor is authorized to lease rental vehicles, preferably non-tactical, to support operations on the Forward Operating Bases in theater when government provided vehicles are not available. Up to 1 vehicle for each 2 man team is allowed. Lease prices need to be cost competitive. 8TRAVEL. 8.1The contractor has no authority to incur travel costs without explicit written approval of the COR. Request for travel shall be submitted by contractor and validated in advance and in writing by the COR. Validation consists of compliance with the JTR rates and requirements for travel. Travel shall be approved by the COR, in writing, prior to commencement. 8.2All travel and per diem shall be in accordance with the Joint Travel Regulation (JTR) and applies to only actual costs incurred. 8.3The contractor's vouchers for the travel costs incurred must contain supporting detail that is satisfactory to the AAAP COR. Travel Vouchers will be approved by the AAAP COR and the AAAP COR reserves the right to not approve any outstanding travel vouchers until adequate supporting data is provided. 9 TRAINING. 9.1 In the event that the Government determines that knowledge of system-specific or emerging technology is deemed necessary by contractor personnel to complete tasks in a more cost and/or technically efficient manner, the COR or ACOR must approve the contractor's request and approve in advance the contractor's cost estimate, if reimbursement is being sought from the Government. Such training will be limited to the minimum number of contractor personnel deemed essential by the contractor and approved by the AAAP COR. 9.2 Reimbursement for any training expenses shall be limited to those costs specifically approved by the COR in advance on a case-by-case basis. 10.0 PERIOD OF PERFORMANCE. The period of performance will be a base year and two option years for a total performance period of three years. 11.0 PLACE OF PERFORMANCE. 11.1 With the exception of the Depot Survey Teams and the Battlefield Vehicle Forensics Team, performance of services shall be typically at the government's site (NGIC-Charlottesville, VA). Occasionally, contractors may be TDY to other locations as appropriate. These employees may be required to travel to Alaska and Hawaii as well as within the contiguous United States. 11.2The CONUS Depot Survey Team performance of services will occur at site(s) designated by the AAAP COR. These sites will typically be depots, maintenance facilities, and bases. All sites will be within CONUS during the base year. They may include OCONUS travel in the option years. 11.3The Battlefield Vehicle Forensics Team performance of services will occur at site(s) designated by the AAAP COR. These sites will typically be Forward Operating Bases and maintenance facilities located within the combat theater of operations. These locations will be secured by US personnel and be large bases, as opposed to small combat outposts. Initially, these theater sites will be primarily in Kuwait, Iraq, Afghanistan and Qatar. 11.4The place of performance for the BVFT may be changed by the AAAP COR as the mission dictates. 11.5The place of performance for the Depot Survey Teams may be changed by the AAAP COR as the mission dictates. The permanent place of performance for the on-site contractors at NGIC's government facility may not be changed by the AAAP COR without the Contracting Officer (CO) issuing a modification, provided that the total cost to the Government remains the same or is less. 12. Details on potential TDY Costs: TDY Costs will vary depending on which task the contractor is supporting. 1.Some contractors operating at NGIC will go out to support various organizations on a limited basis. These trips will be relatively infrequent and will consist of Lodging/ Per Diem, and transportation costs. Based on previous experience, AAAP estimates approximately 6 TDYs of 3 days duration requiring airfare and about 20 TDYs within driving distance of about 3 days in duration. The contractor operating at Dover AFB will have a number of trips to the AFME office in Bethesda, MD (18) and to NGIC in Charlottesville, VA (16). 2.The contractors on the CONUS depot survey team will incur TDY costs. This team will be on travel for the majority of the contract. They will have normal TDY expenses such as Lodging/ Per Diem, and transportation costs. We have built in a small amount to purchase supplies, since they may require that flexibility to support operations. The table found below shows the estimated effort that will be required. Their travel schedule will be approved by the COR based on mission requirements. For planning purposes, the potential places they may go during the year include, but are not limited to: a.Red River Army Depot, Texas b.Sierra Army Depot, California c.Anniston Army Depot, Alabama d.Letterkenney Army Depot, Pennsylvania e.Albany USMC depot, Georgia f.Aberdeen Proving Ground, Maryland g.NGIC, Virginia (for some conferences and limited reporting) 3.The contractors on the OCONUS depot survey team will incur some TDY costs. Once the OCONUS teams are deployed to theater, their TDY costs are minimal. In-theater travel will be provided by the military. (Note, the exception is any contractors operating in Kuwait. There is no authority available to NGIC that would enable contractors to live on base). With the exception of Kuwait, contractors will stay on US bases in theater, so lodging, food, and laundry services will be provided by the military. The typical costs are estimated as follows: a.Lodging/Per Diem in Charlottesville, VA, Aberdeen Proving Ground, and Red River Army Depot for a total of approximately 4-5 weeks at the beginning of contract for training b.Transportation to CONUS Replacement Center (CRC), Fort Benning, Georgia c.One week of Lodging/Per Diem vice Fort Benning, GA while in CRC d.Commercial Transportation to Theater e.Commercial round trip transportation for one trip back to the US during the entire deployment (entire deployment is approx 11 months) f.Commercial Transportation from Theater to return to CRC for out processing g.Approximately 2 days TDY at CRC at Fort Benning for out processing. h.Transportation to NGIC i.No more than 1 week of TDY at NGIC in Charlottesville, VA for debriefing at end of mission. Work Locations: Contractors will primarily work at the following locations, though some travel will be needed to accomplish the missions. All work will be done on secure US Military bases, however, there will be travel to and from these locations that may or may not be considered "secure". All travel to and from bases in Iraq and Afghanistan will be done via military channels using military assets. Carrying weapons is not authorized: Balad AFB, Iraq: Will primarily operate from Balad but may also go to other bases north of Balad such as Speicher. Victory Base Complex (VBC): Will primarily operate from VBC but may also go to other bases around VBC and south of VBC. Afghanistan: Will primarily operate from Kandahar and Bagram. May go to other secure bases depending on availability of transportation and lodging support. Camp Arifjan, Kuwait: The priority is to operate in Iraq and Afghanistan. Any work done in Kuwait will only be because of lack of access to battle-damaged vehicles in Iraq and Afghanistan. If a team is moved to Kuwait, it will operate primarily at Camp Arifjan. The team will perform some travel to off-site contractor repair facilities. May do some travel to visit the 1st Battalion, 401st AFSB located in Qatar. May go to other bases in Kuwait, such as Camp Buehring Medical/Dental Care: All contractors need to be in good health to support this contract. In-theater medical care is extremely limited. For contractors in Iraq and Afghanistan, the U.S. military only offers emergency medical and dental care. All other care is not authorized. For example, routine checkups, prescriptions, or minor problems need to be addressed by a civilian medical facility. In Iraq, there is a civilian facility located on the Victory Base Complex. This site visit did not produce knowledge of any additional civilian facilities located in other parts of Iraq. Contractors in Kuwait do have access to many medical and dental providers on the Kuwaiti economy. Contractors need to deploy with a minimum of 6 months of prescription medicine and need to have a plan to obtain refills as needed. Kuwait Lodging/Transportation/Laundry: For any contractor team that is based in Kuwait: There is no available government housing on Camp Arifjan. Housing charges need to be factored into the costs. With only a few exceptions, all contractors working at Camp Arifjan live off base. Many contractors are leasing the villas at the Hilton Resort, which is approximately 25 minutes away from the base. Additionally, the cost for an SUV needs to be factored into the contract costs. The government will not be able to provide this transportation. Contractors need to deploy with a valid stateside driver's license that will be in effect for at least the duration of the contract. It is recommended that contractors obtain an international drivers license while in the US. The contractors in Kuwait cannot turn-in laundry to the base laundry facility. They must make separate arrangements with commercial vendors off-post. Miscellaneous: The contractor is responsible for managing other deployment issues as they arise. For example, contractors operating in Kuwait may require sponsorship from a local Kuwaiti firm. Similarly, the contractor must arrange for Visas as needed. All contractors need to have a valid passport for the duration of the contract. The contractor is responsible for all life and health insurance. The contractor shall use the Synchronized Pre-deployment and Operational Tracker (SPOT) web-based software to enter data on the contract and contractor personnel prior to deployment and maintain this data for all Contractor personnel that are authorized to accompany US Armed Forces deployed outside the United States.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC02/W911W5-11-R-0001/listing.html)
 
Place of Performance
Address: National Ground Intelligence Center ATTN: IANG-CS-LO/MS204, 2055 Boulders Road Charlottesville VA
Zip Code: 22911-8318
 
Record
SN02510922-W 20110728/110726235418-b2c2f3afccd7fb5e628e85a756cce5fd (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.