SOURCES SOUGHT
D -- Automated Directory Attendant Service
- Notice Date
- 7/25/2013
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S6-13-T-0025
- Response Due
- 7/31/2013
- Archive Date
- 9/23/2013
- Point of Contact
- Sandra Johnson, 435-831-2756
- E-Mail Address
-
MICC - Dugway Proving Ground
(sandra.j.johnson90.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Mission and Installation Contracting Command (MICC), Dugway Proving Ground (DPG) is seeking sources to provide an Automated Directory Attendant Service (ADAS) as outlined in the description of work below. Qualified companies interested in performing the work are encouraged to respond. Responses should provide the following information in response to this Sources Sought Announcement: 1.Business name and address, 2.Name of company representative and his/her business title, 3.Pertinent details and experience of performing this type of service, 4.Business size as it relates to the NAICS code and size standard stated in this sources sought announcement, 5.Contract types typically used for these types of services (e.g. firm-fixed price, cost reimbursable, indefinite-delivery indefinite-quantity, etc.), and 6.Other contract vehicles that would be available to the Government for the procurement of these services, to include General Service Administration (GSA) federal Supply Schedules and/or any other Department of Defense contracts. Interested parties should provide a statement of interest on company letterhead (not to exceed 10 pages in length) via email to sandra.j.johnson90.civ@mail.mil or via facsimile to Sandra Johnson at 435-831-2085. Statements of interest must be received no later than 9:00 AM (MT) Wednesday, July 31, 2013. The point of contact concerning this sources sought action is Sandra Johnson, contract specialist at 435-831-2756 or via email at Sandra.j.johnson90.civ@mail.mil. No basis for claim against the Government shall arise as a result of a response to this Sources Sought or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this Sources Sought Announcement. Description of Supplies/Services Dugway Proving Ground (DPG) requires a contractor to engineer, furnish, install, secure, & test, (EFIS&T) and make operational a Joint Interoperability Test Command (JITC) certified turnkey solution for a new ADAS system at Dugway Proving Ground, Utah. Dugway Proving Ground is a remote military installation located in the Great Salt Lake Desert approximately 90 miles southwest of Salt Lake City, Utah. The new system components must also appear on the Army Approved Product Listing (APL), and the system software must have a valid Certificate of Networthiness (CoN). All applicable documentation shall be provided to the Network Enterprise Center (NEC) for approval and confirmation 2 weeks prior to installation by the awarded contractor. The awarded contractor shall provide and install all necessary parts and pieces needed for integration of the new ADAS system to interface with DPG's existing SL-100 telephone switch and will program the new system using information and call trees that will be provided by DPG personnel. Currently there is no Automated Directory Attendant Service for Dugway proving Ground. A new system needs to be installed that will fully integrate with the SL-100 telephone switch. The system shall provide automated directory services for incoming and inter-post call traffic for up to 5,000 users with the potential to update the system as needed. It should include procurement, installation, and one year maintenance/warranty support. The contractor shall be responsible for the provision of a completely functional system and required hardware/material, software, ancillary equipment, parts, cabling, programming, and interfaces for all identified subscribers, services, and requirements. The contractor shall be responsible for replacing and correcting switching facilities omitted and/or installed in error without any extra expense or delay to the Government. The contractor shall not be responsible for replacing or correcting existing plant facility problems and/or errors not part of this specification. The new ADAS system shall include a database which will contain a directory, web administration software console, system administration, management tools, automatic backup utilities, DoD approved operating system, and be able to generate reports using Crystal Report Writer and standard reports. It should have speech-to-text and text-to-speech (Vocalizer) recognition programming, voice card for speech processing, morale call management application, professionally recorded prompts, speech processor, KVM (Keyboard - Video - Mouse) or operator workstation(s), and all servers and applicable licenses for operation of the system. The awarded contractor shall coordinate an initial project meeting with the customer and the entire project team to review the implementation process. The contractor's project manager will make reasonable modifications to the project plan based on the customer's planned use of the ADAS solution, including any mutually agreed test plan modifications. The contractor shall coordinate with the customer to complete a pre-implementation information checklist. The contractor shall inspect and evaluate the existing AC (Alternating Current ) power systems in the affected areas. The contractor shall notify the government if the existing electrical equipment does not meet the contractor's requirements. The government will be responsible to correct any deficiencies noted. The contractor shall provide all interface devices and/or equipment to interface with existing copper and/or fiber optic infrastructure for all required voice and data transport circuits from the data center to the DPG telephone switching equipment. There is an existing 50 pair copper 66-block located in the data center as well as several strands of single-mode fiber optic cabling with ST (Sam Tom) style interface. The awarded contractor shall notify the Network Enterprise Center site COR with all interface requirements at least two weeks prior to the start of system installation. The contractor shall place new servers in Government provided rack space within the existing data center in Bldg 5330. The contractor shall be responsible for all initial programming of call trees and any special features associated with the overall functionality of the Automated Directory. The contractor will supply all needed translations for the programming of the DPG SL-100 switches to operate the ADAS correctly. Call tree information will be provided by the Government to the contractor once the contractor is identified and demonstrates the format in which the information is needed. The contractor shall completely test the system to ensure complete functionality to the satisfaction of Government representatives. Any and all discrepancies shall be noted and corrected prior to final system acceptance. Work will be performed at various locations on Dugway Proving Ground. Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles Southwest of Salt Lake City, UT. Normal workdays are Monday through Thursday except US Federal Holidays. USAG Dugway operates on a four (4) day work week, Monday through Thursday from 7:00 a.m. to 5:30 p.m. (local time), except for US Federal Holidays. SEQUESTRATION WORK HOURS: During a period of sequestration as implemented by the Contracting Officer (KO), U. S. Army Dugway Proving Ground will operate on a four (4) day work week, Monday through Thursday, from 7:00 a.m. to 3:30 p.m. (local time)(32 hours) except for Federal Holidays. A one-half hour (30 min.) lunch period will be taken between the hours of 11:00 a.m. and 1:00 p.m. Summary of Performance Requirements: Contractor will provide preliminary schedule within 2 weeks of award and final schedule 7 calendar days before work begins. Testing of the installed systems shall be accomplished prior to cut-over to ensure all work is fully functional. The contractor will develop a system Installation Plan (SIP) for the ADAS. An SIP is a complete set of design and installation documentation that provides all specific instructions for installing the ADAS system. The SIP will describe the installation process step-by-step, and will include site, installation drawings and the bill of materials. The contractor will develop the SIP after a systematic review of the System Design Plan, Wiring Design Criteria, Facility Design Criteria, and the Site Grounding Requirements. The contractor shall provide configuration management documentation to enable the Government to verify that the system is identified in sufficient detail and performs as intended. The documentation shall facilitate orderly management of system information and system changes for beneficial uses, such as, but not limited to revise capability, improve performance, reliability, or maintainability, extend life, reduce cost, reduce risk and liability, or correct defects. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ and then click on Department of the Army CMRA or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on Send an email which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Components CMR website. All work will be completed within the period of performance. All requests for delays must be coordinated in writing (via email) with the COR with a copy to the Contracting Officer. The COR will coordinate approval/disapproval for the request with the KO and notify the contractor of approval status. The Contractor shall Install and make fully operational an ADAS system following all industry standards and guidelines. System shall be installed and operational according to schedule for The ADAS system installation. Installation of the ADAS systems needs to be installed following industry standards and operational within the scheduled time frame. The contractor shall provide on-site training for up to eight (8) local support staff on the overall usage of the system. This should include all administrative functions, troubleshooting of the system, and system maintenance requirements. The contractor shall provide current maintenance practices relative to this effort. The Government requires all practices be submitted on CD-ROM format and include any reader software required. The term maintenance practices shall include, but is not limited to, all commercial documentation required for all contractor-provided equipment. The commercial documentation shall address maintenance as well as operational information. Security 1. AT Level I Training. This provision/contract text is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within XX calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within [insert number of calendar days] calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: https://atlevel1.dtic.mil/at. 3. AT Awareness Training for Contractor Personnel Traveling Overseas. This standard language text required US based contractor employees and associated sub-contractor employees to make available and to receive government provided area of responsibility (AOR) specific AT awareness training as directed by AR 525-13. Specific AOR training content is directed by the combatant commander with the unit ATO being the local point of contact. 4. iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 7 calendar days of contract award and within 7 calendar days of new employees commencing performance with the results reported to the COR NLT 7 calendar days after contract award. 5. Contractor Employees Who Require Access to Government Information Systems. All contractor employees with access to a government info system must be registered in the ATCTS (Army Training Certification Tracking System) at commencement of services, and must successfully complete the DOD Information Assurance Awareness prior to access to the IS and then annually thereafter. 13. Contractor is responsible for ensuring that all personnel working under this SOW have completed the AT awareness training and will furnish a copy of their certificates to the COR before the start of work. Safety The services contractor shall conduct operations following the safety guidance provided. Under provisions of AR 40-3, Army medical activities will provide emergency care to any persons when required to prevent undue suffering or loss of life. Charges for such emergency care will be collected from the individual who receives the treatment at rates prescribed by AR 40-3. General Safety The services contractor shall conduct operation in strict conformance with AR/PAM 385-63, AR 385-10, SPG safety regulations, the Occupations Safety and Health Act and applicable provisions of 29 Code of Federal Regulation (CFR), part 190, Occupational Safety and health Standards. The contractor shall use and make available forms and implementation instructions for employees to report unsafe working conditions. These instructions shall include safe practices, proper use, care and maintenance of tools and equipment and known hazards in work areas. The contractors safety program shall instruct employees on Accident reporting IAW AR385-40, safety inspections and investigations, Inspecting work areas for potential safety hazards, required Protective equipment and safety devices, and required safety training. The service provider shall report SERIOUS Accidents to the COR within 30 minutes, DPG Safety Office within 24 hours, or the Police Desk afterhours. These include but are not limited to loss of life, critical injury, hospitalization, property damage in excess of $10,000 or Fire causing major damage to structures, equipment or land. The contractor shall report all job related injuries through the COR and Contracting Officer to the DPG Safety Officer, using a contractor designed accident report form. The contractor shall coordinate with and provide to the COR a confined spaces permit prior to working in those designated areas and manholes. It is Army policy that Government safety and health responsibilities in contractor facilities and contractor operations on Government property are limited to helping ensure the safety of Government-owned equipment, protecting the production base, protecting Government property and on-site Government personnel from accidental losses, and protecting the public. The contractor is responsible for the safety and health of its employees, including, but not limited to, subcontractors, and protection of other personnel, including the public, at contractor facilities and worksites. The contractor is directly responsible to Federal or State Occupational Safety and Health Act (OSHA) regulators for the safety and health of its employees as required under Federal, State, County, or local laws. The distinction here is critical. The Army does not exercise direct control over the safety and health of Contractors, except in those instances when the contractor's activities create the potential for accidental injury or property damage to the Government or public. Conversely, it is in the interest of the Army that its contractors have strong safety and health programs since this will help ensure the quality of work performed and protection of Army personnel and property. The specific areas of safety concern pointed out in the following paragraphs are not intended to be all-encompassing. The contractor is responsible for formulating and executing a comprehensive safety program for its activities under this contract. The contractor shall perform position hazard analysis for each of its employees as warranted by the hazards associated with the positions tasks. The contractor shall determine the need for analysis of each position within its area of responsibility. In developing the analysis for a particular position, the contractor should draw upon knowledge and experience of employees in that position, safety and occupational health professionals, relevant characteristics and abilities of the work force, task and type of work descriptions, training related to the position or tasks, available materials and facilities, and environmental conditions. The contractor shall review each position analysis at least annually, or as hazards and work conditions change. The Contractor is responsible for initiating, maintaining and supervising all safety precautions and programs in connection with this contract. This includes Contractor employees and other persons, who may be affected thereby, as well as materials and equipment, both in storage and on-site. In an emergency, the Contractor shall act at its discretion to prevent threatened damage, injury or loss. The Contractor shall obtain a hot work permit from the Dugway Fire Department before commencing any activities that may or could start a fire. Activities that require a hot work permit include, but are not limited to: open flames, welding, grinding and cutting (activities that may create sparks). Use a qualified person to prepare the written site-specific Accident Prevention Plan (APP). Prepare the APP in accordance with the format and requirements of USACE EM 385-1-1. Within one (1) calendar day after commencement of work, erect a safety bulletin board at the job site. Enforce use of the fall protection equipment and systems designated for each specific work activity in the Fall Protection and Prevention Plan and/or AHA at all times when an employee is exposed to a fall hazard.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3d97569f2dfcf46706e4fb265a17c5dc)
- Place of Performance
- Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Zip Code: 84022-5000
- Record
- SN03127706-W 20130727/130726000012-3d97569f2dfcf46706e4fb265a17c5dc (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 |