Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

D -- ENG 101 Contingency Exercise Software Maintenance

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-11-T-0108
 
Archive Date
10/8/2011
 
Point of Contact
Jerry B. Smith, Phone: 7193333587, Russell W. Jordan, Phone: 7193333961
 
E-Mail Address
jerry.smith@usafa.af.mil, russ.jordan@usafa.af.mil
(jerry.smith@usafa.af.mil, russ.jordan@usafa.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NAICS Code: 541511 Custom Computer Programming Services, this is a combined synopsis/solicitation for a commercial service prepared in accordance with the format set forth in Federal Acquisition Regulation 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 solicitation is issued as a Request for Quotation (RFQ); solicitation number FA7000-11-T-0108, in accordance with FAR parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53, dated 4 August 2011. The North American Industrial Classification System (NAICS) number is 541511 and the business size standard is $25 Million. The proposed acquisition business size is 100% small business set aside. All responsible small businesses may submit a response, which if received timely, will be considered by 10 CONS/LGCB, USAF Academy (USAFA). REQUIREMENTS FOR QUOTE The terms and conditions do not conflict with the terms and conditions of the Vendor's license agreement but merely implement federal statute which governs the operation of entities funded through appropriated dollars and as such are binding upon this agreement and supplemental to the conditions expressed in the license. Provide pricing for each of the following line items: LINE ITEM 0001 Description; As part of Engineering 101, the Contingency Support Exercise encompasses 10 duty days each semester. For FY12, the onsite dates are anticipated to be 4-25 Oct 2011, 26-27 Jan 2012, 6 Mar-1Apr 2012 and 26-27 Jul 2012. The contractor will be provided with an academic schedule and course syllabus each semester, and apprised of changes at least 10 calendar days before needed onsite. Work should be billed at the end of each semester as follows. GIS Developer/Technical Support $___________ Semester 1 1 Oct 2011- 16 Dec 2011 GIS Developer/Technical Support $___________ Semester 2 4 Jan 2012 - 13 May 2012 GIS Developer/Technical Support $___________ Summer 28 May 2012 - 30 Sep 2012 TOTAL PRICE $ _____________ Quotes must be received no later than 12:00 PM Mountain Standard Time, 23 September 2011. Questions should be addressed to the Primary POC Jerry B. Smith, Contract Specialist, USAF Academy (719) 333-3587, jerry.smith@usafa.af.mil. Alternate POC is Russell Jordan, Contracting Officer, (719) 333-3961, russ.jordan@usafa.af.mil. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be considered unless it is received before award is made, and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. Period of Performance is 1 October 2011 through 30 September 2012 The Government activity shall place orders with the contractor that can provide the supply or service that represents the best value. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the acceptable offer with the lowest evaluated price which meets or exceeds the requirements of the Performance Work Statement. The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items (June 2008), addenda applies: The contractor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, any discount terms, delivery terms, cage code, DUNS number, tax identification number, size of business, warranty information and acknowledgement of solicitation amendments if required. Quoted price must be valid for 30 days. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. a. Prices quoted must be Firm Fixed Price to include shipping and handling charges based on F.O.B Destination. Quotes received with FOB: Other than Destination will not be considered. b. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011), must be completed. Offerors are highly encouraged to complete all representations and certifications electronically on line at http://orca.bpn.gov/publicsearch.aspx). If not completed on-line, 52.212-3 shall be completed in hard copy and submitted with quote. c. In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration. (www.ccr.gov) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998): This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. 52.212-4 Contract Terms and Conditions-Commercial Items(Jun 2010) 52.204-10 Reporting Executive Compensation(Jul 2010) 52.219-6 Notice of Total Small Business Set-Aside (June 2003) 52.219-28 Post-Award Small Business Program Representation (Apr 2009) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.232-7003 Electronic submissions of Payment Requests and Receiving Reports (Mar 2008) 252.232-7010 Levies on Contract Payments (Dec 2006) FAR 52.212-5 Contract terms and conditions required to implement statutes or executive order-commercial items (May 2011) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (October 2000) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (iv) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (v) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vi) Reserved. (vii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (viii) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (ix) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (x) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xi) 52.222-54, Employment Eligibility Verification (JAN 2009). (xii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xii)i 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense acquisitions of commercial items (DEC 2010) (Deviation) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (DEVIATION) clause of this contract (FAR 52.212 -5) (JUL 2010), the Contractor shall include the terms of the following clauses, if applicable in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417). 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).) (End of clause) 5352.201-9101 OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-2379 email: kelly.snyder@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) USAFA 5352.242-9000, Contractor Access to Air Force Installations (USAFA Supplemented JULY 2008) applies to this acquisition. (a) Per Air Force requirements, the contractor shall obtain base identification for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. ADDED: All contractor employees shall comply with United States Air Force Academy (USAFA) security requirements while on the installation. USAFA security needs are supported by both military personnel and contractor employees. (1) Added: At the USAFA, contractor personnel are required to obtain Contractor Access Badges (CABs). CABs are only applicable to contractor employees performing duties requiring weekly access to the installation for a period of time exceeding 7 days. If required access is less than 7 days, the process to obtain access is via application for an AF Form 75, Visitor Pass. Both CABs and Visitor Passes are issued at the Pass and Registration Center (PRC) located at the south entrance to the USAFA. (2) Added: All references to contractor in this clause include the prime contractor and all subcontractors. (3) Added: Vehicle Usage (i) Contractor vehicles delivering food or water onto the installation are subject to inspection at entry control points. Vehicles making food and water deliveries on the installation will secure their vehicles when not attended to prevent unauthorized access and potential tampering. Vehicles making deliveries off the installation prior to arriving at the USAFA will ensure delivery vehicles remain locked when not attended. Failure to comply with these requirements may result in termination of vehicle access privileges. (ii) Contractors filling water trucks on the installation are only authorized to fill trucks from the non-potable hydrant outside Bldg 8034 and non-potable reservoir #3. The approved potable location is from the hydrant south of Bldg 8124, Snow Barn. Exceptions to these locations can be approved by 10 CES after coordination with 10 SFS. Any location where contractors are filling water trucks will have a back-flow preventor installed. (4) Added: Security Requirements. The contractor shall adhere to the installation security requirements as provided for in AFI 31-601, Industrial Security Program Management, USAFA supplement Chapter 2,Para 2.3 and 2.4; Chapter 7, Para 7.3; and Chapter 8) AFI 10-245, Air Force Antiterrorism (AT) Standards (Paragraphs 2.22, Atch 3), DoDI 2000.16, Department of Defense Antiterrorism Standards, Paragraphs E3.18 and E3.25). (i) Antiterrorism (AT). During increased Force Protection Conditions (FPCONs), entry requirements to the installation may change with little to no notice. During FPCON Charlie, contractors without a "C" on their CAB may be denied access. Depending on the incident or threat, all personnel to include contractors may be denied access to the installation for safety/security reasons. (I) Contractors are subject to spot checks or inspections of their vehicles and personal items at entry control points or facility access points during higher threats or during random antiterrorism measure checks. Failure to comply with these added security measures may result in denial of access to the installation. (II) Contractors are encouraged to receive Antiterrorism Awareness Training annually available at no cost, but it is not required in CONUS. Installation, Mission Element or the Unit Antiterrorism Representative (ATR) can provide this training when requested. Contractors can play an important role in protecting the installation and are encouraged to report suspicious activity to Security Forces by either calling 911 during emergencies or 333-2000. (ii) Operations Security (OPSEC): As applicable based on the scope and nature of the contract, the contractor shall comply with Government OPSEC guidance and training as prescribed in AFI 10-701, Operations Security, Chapter 4, paragraph 4.1 and AFI 33-332, Privacy Act, for handling of For Official Use Only (FOUO) information and HQ 10 ABW/CC Memorandum, USAFA Operations Security (OPSEC) Policy. Government provided OPSEC training is offered at no charge to the contractor. The contractor shall notify the applicable Unit OPSEC representative of the using activity receiving the contracted support, within one business day upon the discovery of any OPSEC violations (iii) Communications Security (COMSEC): The contractor shall comply with Government COMSEC requirements as contained in AFI 33-201V2, Communications Security, user requirements and USAFA COMSEC Manager guidance/directives. (5) Added: Prior to contractor employees providing services on the installation under this contract, the contractor shall validate that all contractor employees performing services on the installation are United States citizen or hold a valid resident alien status providing proof of alien registration with the Immigration and Customs Enforcement Service. (i) Background Checks. Prior to contractor personnel working on USAFA installation properties, the contractor shall agree that USAFA Security Forces may conduct a criminal history check, as applicable, on any or all employees performing on this contract. Criminal history checks may include accessing the appropriate state crime information center and national crime information center database to include, but not limited to, any state listed by the employee as current and past addresses. If this contract requires that any of the contractor's personnel must submit to a National Agency Check with Inquiries (NACI) background check, the Government shall bear the expense of that background check. Contractor employees found in violation of this process will be immediately removed from Academy grounds, are subject to barment, and will not be allowed to re-enter until completion of the CAB process. (ii) Convictions. Based on the results of the background check, any felony conviction in the past ten (10) years shall constitute indisputable grounds for the Contracting Officer (CO), with coordination from the 10th Air Base Wing Commander, to immediately require denial of access or removal of the employee from the effort under this contract. For felony convictions more than ten (10) years ago, the contractor may recommend the employee be retained on the contract. In addition, any misdemeanor conviction in the past five (5) years shall also constitute indisputable grounds, with coordination from the 10th Air Base Wing Commander, to restrict or immediately remove employees from effort under this contract. (I) Applicable convictions include: Murder; Assault with intent to commit murder; Espionage; Sedition (Conspiracy); Kidnapping or hostage taking; Treason; Rape or aggravated sexual abuse; Unlawful possession, use, sale, distribution, or manufacture of an explosive or weapon; Extortion; Distribution or intent to distribute a controlled substance; Illegal possession of a controlled substance; and Any felony conviction involving: Armed or unarmed robbery, Arson, Acts involving a threat, Willful destruction of property, Importation or manufacture of a controlled substance, Burglary or theft, Dishonesty, fraud, or misrepresentation, Possession or distribution of stolen property, Aggravated assault, Bribery, Violence at international airports (18 USC 37), or Conspiracy or attempt to commit any of the criminal acts listed above or any violations of immigration and naturalization laws. (II) Actions that involve restrictions or removal do not relieve the contractor from complete and satisfactory performance of the contract tasks specified herein. (iii) Warrants. If during the course of the CABs processing, any contractor personnel are found to have an outstanding warrant, Security Forces may detain the contractor employee and may notify the appropriate law enforcement authorities. The 10th Air Base Wing Commander may issue a barment letter based upon the gravity of the offenses surrounding a warrant. (iv) Barment. Employees removed by the CO may also be subject to barment from entering the USAFA. (I) Barment appeals are processed through 10th Security Forces Squadron Commander to the 10th Air Base Wing Commander who may rescind the barment and permit the contractor employee to work on the installation. (II) Individuals have 30 days from the date of the initial contractor access denial letter to submit a justification in writing to 10 SFS/S5B, along with any notarized copies of court documents or other documents they determine necessary to rebut the disqualifying information. (III) In the case of a barment based on an outstanding warrant, the contractor may appeal the barment through the 10th Security Forces Squadron Commander to the 10th Air Base Wing Commander who may rescind the barment and permit the contractor employee to work on the installation. (IV) The CO may require the contractor to restrict the employee's use on this contract until the case is resolved. (V) Actions that involve barment do not relieve the contractor from complete and satisfactory performance of the contract tasks specified herein. (b) See USAFA implementation procedures below. (1) Added: The contractor shall submit a letter to the CO specifying contractor personnel authorized to sign a USAFA Form 111, Application for Personnel and Vehicle Pass to Work Under Air Force Contract. The contractor shall submit a USAFA Form 111 on each contractor employee requiring access to the installation to perform work cited in the contract. All contractors require issuance of a CAB from the Pass and Registration Center (PRC). CABs will be issued to contractors performing duties on USAFA as identified on the USAFA Form 111 and who require weekly access to the installation for a period of time exceeding 7 days. If required access is less than 7 days, contractors are issued an AF Form 75, Visitor Pass. CABs will be issued for a performance period not to exceed one year. (2) Added: The CO, Contract Specialist (CS) or Sponsoring Official will endorse the USAFA Form 111 and the individual requiring the badge will hand-carry the original USAFA Form 111 to the PRC for processing. Badges processed by contractors themselves will not be accepted. Contractor personnel are required to prominently display their CABs in a visible location above their waist while visiting or performing work on the installation. The Contracting Office may restrict the contractor's employees from accessing the installation(s) until CABs are obtained. The CO will maintain a copy of all USAFA Form 111s accomplished for each contract for accountability of badges issued. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to work site. (1) Added: CABs shall be returned by the contractor to the PRC within 5 calendar days after the employee no longer requires access to the work site. (2) Added: Contractors are required to submit a letter to the CO immediately after employee(s) being terminated or otherwise leaving their employment on a contract. The letter shall contain the names(s) of the individuals(s) with their social security numbers. The CO will endorse the letter and forward it to PRC. The contractors shall collect CABs and return them to the PRC within 5 days. (3) Added: At the end of each performance period (i.e. options) and at the expiration of the contract, the contractor shall submit a letter to the CO containing the number of badges issued on each contract, the names of the individuals with their social security numbers, and identify those badges being returned. The CO will verify the names and number of badges on the letter utilizing their copy of the USAFA Form 111. The CO will maintain a copy of the letter and forward the contractor's original letter to PRC. By endorsement of the letter, the PRC will notify the CO of receipt of all badges or of any discrepancies. (4) Added: Denial of Access of Contractor Employees. The Government reserves the right to deny access of contractor employee(s) for substantiated misconduct (has the potential to jeopardize the mission, put themselves or others at risk, etc.) or security reasons. This action does not relieve the contractor from complete and satisfactory performance of the contract tasks specified herein. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1 Air Force Installation Security Program and AFI 31-501, Personnel Security Program Management, Paragraphs 3.24 and 3.27. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Performance Work Statement for Software Maintenance in Support of E101 Exercises 1. Scope of Work. This work involves providing technical support and maintenance of the existing, custom-built Contingency Support Exercise (CSE) software used in the classroom at the Air Force Academy. This software includes both server and client side components of the CSE Instant Messenger application, custom Google Earth data files, preparation and maintenance of pertinent classroom video tutorials, and other related AF software products. Engineering 101, "Introduction to Air Force Engineering," is taught by the Department of Civil and Environmental Engineering. Over thirteen hundred cadets each year will use the software. The contract shall provide all labor, travel, and other related items necessary to maintain the software, prepare instructors for its use, and provide real-time maintenance support during periods of classroom use. The work will include periodic maintenance and software repairs throughout the academic year. These exercises and software are so complex and extensive that occasionally they exhibit instability (due to the ever-changing network security scripts pushed to the cadet laptops) and require incremental updates and repairs. Though the actual programming may take place on any computer that is capable of running the software, the final repairs and updates must be loaded on classroom network computers, student laptops, and Academy servers. The period of coverage is for 1 Oct 2011 through 30 Sept 2012. 1.1. Work Timeframe. Contractors must be present on site a minimum of four times per year to support two events each semester: Instructor Orientation and the Contingency Support Exercise scheduled as part of Engineering 101. Instructor Orientation is typically held in January and July, and the CSE is typically in March and October. The contractor must be on site one to several days immediately prior to each event occurring to ensure the software components are working and ready to function. Additionally, the contractor must be on site during the entire CSE execution to trouble-shoot errors encountered by the students and instructors, and to make repairs and/or identify work-arounds when the error is a result of outside factors such as changes to Academy network server, internet, or security operations, or Google Earth server configuration. Additionally, the E101 course curriculum may change between semesters, and the contractor must revise the CSE for the new curriculum, test it thoroughly, and make sure it is ready for the upcoming semester. For Instructor Orientation, the CSE is run during one day between 0800 and 1630 hrs. As part of Engineering 101, the CSE encompasses 10 duty days each semester. For FY12, the onsite dates are anticipated to be (except Holidays and weekends): 4-25 Oct 2011, 26-27 Jan 2012, 6 Mar-1 Apr 2012, and 26-27 Jul 2012. However, the actual dates for these events are subject to change depending upon academic schedule changes and mission needs. The contractor will be provided with an academic schedule and course syllabus each semester, and apprised of changes at least 10 calendar days before needed onsite. 1.2. Work Requirements. Contractors will be prepared for Instructor Orientation and execution of the Engineering 101 CSE by ensuring allrelated programs function properly prior to the events. Preparation may include but is not limited to installing the programs on the current network, adjusting for current conditions (security updates, software updates, hardware updates, etc.), and preparing the classroom network infrastructure. As an example, the incoming class of cadets is issued new computers each year and Contractors must ensure all programs related to the CSE function properly on the new hardware. During the CSE, contractors must be able to trouble-shoot issues on participant's computers and make changes to the program code as necessary in a timely manner (30-minutes or less). For example, cadets often install a variety of personal software on their laptop computers that occasionally result in conflicts with the CSE software; when conflicts are discovered, the contractor must be present and able to trouble-shoot the issue and provide a solution so the student can participate in the exercise. Further, contractors may be required to brief/explain details of the CSE to instructors and/or students at any time before or during the CSE. Contractors shall correspond with 3rd-party vendors and other organizations as necessary to solve compatibility issues and ensure proper exercise execution. Contractors shall provide any feasible adjustments to program software that the Contracting Officer's Representative(s) deem necessary to ensure exercise objectives are efficiently met. Contractors shall be responsible for obtaining and maintaining appropriate base badging and security credentials. 2. Contractor Experience. Contractors must have experience interacting with students in a classroom setting and must also have the ability and experience to troubleshoot software and server connectivity issues throughout the classroom exercise. In addition, contractors must have some knowledge of and familiarity with the roles of Air Force Civil Engineers in deployed military environments. Additionally, this work must be accomplished by a GIS developer with intimate knowledge and experience with the current version of the CSE software which has been developed incrementally over a period of 10 years. Care must be taken to secure the services of a GIS developer and not just a GIS products dealer. Dealers, though possibly familiar with using GIS, generally do not have the programming expertise needed for this work. The time sensitive nature of the requirement will prevent us from dedicating resources to instructing a new developer on operating procedures and purposes. Potential contactors must be able to (on their own time) become familiar with thousands of lines of code, a server side application, two administrative applications, the application that the Cadets use, the databases used by various pieces of the system, the Google Earth data files created for the exercise, and the actual scenario the instructors have created. The contractor should further be versed in the following technologies used by the CSE Software: • Windows Communication Foundation • VB.Net • C#.Net •.Net Framework 4.0 and previous versions • Microsoft Visual Studio 2010 • WPF/XAML • XML • KML • Microsoft SQL Server 2008 • Microsoft Access 2010 • Microsoft InfoPath 2010 • Google Earth customization • Microsoft Click-Once technology • Infragistics NetAdvantage 2011 3. Software List. The CSE source code is maintained in the Department of Civil and Environmental Engineering. Application: Description: CSE Server A software service that resides on a business server and provides the scenario communications with client computers on the USAFA network. It is responsible for real-time communications of scenario events and messaging, storing cadet responses to time-based questions in a separate SQL Server database, and reading the various scenarios from Microsoft Access databases. CSE Administrator A software application that sets up, monitors, and ends the available CSE scenarios for the cadet classrooms. CSE Messenger A software application that is installed on cadet computers that acts as an instant messaging program specifically designed for communicating with the CSE Server program. This application shows communications to and from various personas that participate in a scenario exercise. CSE Question A software application that gets called by CSE Messenger to provide a time-sensitive question to the cadets who are participating in a CSE Exercise. It poses a quiz question and multiple choice answers with a count-down timer that times the cadets while they try to respond to the questions. The results are sent to the CSE Server program for logging the cadet responses. CSE Manager A software application that is utilized by the classroom instructors to control a CSE Exercise scenario. It displays which cadets are participating in the exercise, provides instant messaging service between the individual cadets and the instructors, provides for exercise control, and displays results for cadet responses to time-sensitive questions using the CSE Competition Tracker plugin control. CSE Competition Tracker plugin control A software application that provides audible and visual cues to the cadet teams on the results of each time-sensitive question. Google Earth Data (.kmz) Files Data files used during the CSE to demonstrate the use of geographical information systems (GIS) in obtaining information about a location of interest, to provide simulated infrastructure data on potential deployment beddown locations, and to provide options for various base beddown design. 4. Payments. Work should be billed upon completion of each line item. 5. Invoices. Copies of invoices must be electronically submitted into WAWF.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-11-T-0108/listing.html)
 
Place of Performance
Address: USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02576659-W 20110916/110915000620-26082c17934eb1759d7882661e06f36f (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.