SOURCES SOUGHT
70 -- Spectrum Management System
- Notice Date
- 8/5/2013
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- 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-0029
- Response Due
- 8/12/2013
- Archive Date
- 10/4/2013
- 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 qualified sources to provide an integrated spectrum command and control system that is compatible with the spectrum equipment already in place at DPG. Please refer to the Statement of Work (SOW) below for additional information. Additional Information: This Request for Information (RFI) of potential sources is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. A determination of the contract type, mechanism for procuring the service, and possible set-aside will not be made by the Government until after the market research has been completed. No proposals are being requested or accepted under this synopsis. The anticipated North American Industry Classification System (NAICS) code for this requirement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, and the size standard is 750 employees. Responses: Qualified companies are encouraged to respond. Responses should provide the following information in response to this Sources Sought Announcement: Business name and address, Name of company representative and his/her business title, Pertinent details and experience of performing this type of service, Business size as it relates to the NAICS code and size standard stated in this sources sought announcement, Contract types typically used for these types of services (e.g. firm-fixed price, cost reimbursable, indefinite-delivery indefinite-quantity, etc.), and 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 sources are also encouraged to submit product literature in response to this RFI. Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) via email to sandra.j.johnson90.civ@mail.mil or via facsimile to Sandra Johnson at 435-831-2085. 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. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. 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. Responses must be submitted no later than 10:00 AM (local prevailing time at U.S. Army Dugway Proving Ground, Utah), Monday, August 12, 2013 via email (Sandra.j.johnson90.civ@mail.mil) or via facsimile (435-831-2756). The point of contact concerning this sources sought action is Sandy Johnson, Contract Specialist at 435-831-2756 or via email at Sandra.j.johnson90.civ@mail.mil. STATEMENT OF WORK (SOW) FOR ACQUISITION OF A FREQUENCY CONTROL ANALYSIS SYSTEM FOR THE NETWORK ENTERPRISE CENTER, DUGWAY PROVING GROUND, UTAH 1.0 SCOPE The purpose of this SOW is for the Contractor to provide an integrated spectrum command and control system that is compatible with the spectrum equipment already in place at DPG. 1.1 BACKGROUND The NEC Spectrum Management Office is responsible for all spectrum operations taking place on the installation. The need for a software that can record, analyze, directional find, and store real time data is required to meet the needs of the mission on DPG. Performance of tasks specified in this SOW are necessary to meet the objective of Army C4IM services, Research, Development, Test, and Evaluation (RDTE), Unmanned Aircraft Systems, and Electronic Warfare (EW) Operations. 2.0 COMPLIANCE REQUIREMENTS The Contractor shall identify any additional applicable U.S. Army (AR), DOD, federal, state and local laws and regulations that may not be listed in 2.1 and 2.2 of this section, inform the Contracting Officer (KO), Contracting Officer's Representative (COR) and DPG Point of Contact (POC) of the additional requirements before applying them appropriately to this Acquisition. 2.1 PUBLIC LAWS AND STATUTES The Contractor shall comply with the issue or version (including all changes and amendments) of federal, state, and local statutes and other regulations governing radio frequency and motor vehicles in effect on the date of issuance of this SOW including the most recent version of the applicable portions of the compliance documents listed below. OSHA Regulations Standards-29 Code of Federal Regulations ( quote mark CFR quote mark ), Part 1910, Occupational Safety and Health Administration Standards OSHA Regulations Standards-29 CFR Part 1925 Safety and Health Standards for Federal Service Contracts. Title 40, Part 82 CFR Title 40 Part 82 Protection of Ozone. CFR, Chapter 5 of title 49, Federal Motor Vehicle Safety Standards (FMVSSs). FMVSSs 49 CFR Part 571, other National Highway Traffic Safety Administration (NHTSA) regulations in the CFR, or Chapter 301 2.2 DOD DIRECTIVES AND AR REGULATIONS/INSTRUCTIONS The Contractor shall comply with the most current versions of DoD and Army Policy, Regulations and/or Instructions, including, but not limited to, any applicable portions of the documents cited in the basic contract and the documents listed below: AR 5-12 Army Management of the Electromagnetic Spectrum FM 6-02.70 Army Electromagnetic Spectrum Operations DoD 5200.1-R Information Security Program 3.0 ENVIRONMENTAL ISSUES None. 4.0 PROJECT MANAGEMENT The Contractor shall supply all personnel, material, equipment, transportation, etc. required to perform the work described in this delivery order SOW. The Contractor shall conduct management and planning functions during the course of the effort. The Contractor shall plan activities, schedule activities, milestones, describe the status of resources, report on activity and progress toward accomplishing objectives and document the results of project efforts. 4.1 STAFF ORGANIZATION AND RESPONSIBILITIES The Contractor shall provide all necessary personnel for completion of this contract. Contractor personnel shall not give any news releases or conduct media interviews concerning the work performed under this delivery order without the express written consent of the CO. All media inquiries will be directed to the CO and COR. Data gathered in performance of this Delivery Order (DO) shall not be used or distributed by the Contractor without special written DPG permission. 4.2 SUBMITTALS/DELIVERABLES All information and data related to this project that the Contractor gathers or obtains shall be both protected from unauthorized release and considered the property of the Government and submitted to the DPG project manager at the closure of the project. Timely submission of deliverables is essential to the successful completion of this delivery order. Data gathered during the evaluation shall not be used or distributed by the Contractor without special written DPG permission. All deliverables shall be prepared and submitted to the DPG project manager. All quote mark hard copy quote mark deliverables will be submitted on recycled-content paper, and printed double-sided. Software and Computers: Software must be able to operate and interface with the current spectrum monitoring equipment in place at DPG. This equipment includes 2 Rohde and Schwarz (R&S) PR-100, 3 - R&S EM-100 and 2 - R&S HF907 down converting antenna system. Software must have or have an application submitted for an Army Certificate of Networthiness (CoN) Identification number to operate on the U.S. Army Non-Secure Internet Protocol Routable Network (NIPRNET). Any vendor submitting software that does not have a CoN Identification number or an application already submitted into the CoN system will be disregarded. Vendor will install all required programs, firm wares, or system upgrades to existing equipment to allow the software to interface correctly. Vendor will ensure the software is expandable and of the latest, most up-to-date version available at time of contract ending. Software must be able to operate on the DPG PC image and operate on Windows 7 Army Golden Master (AGM) and higher. Any computers that are included as part of the system shall be capable of holding Windows 7 (Win7) Army Golden Master (AGM) with sufficient storage, processing power, and RAM to operate the program. Training: Contractor shall identify and submit to the DPG Project Manager training needs of DPG personnel within 1 month from Contract award and train up to 8 DPG personnel to operate and maintain the software system Training will include hard and soft copies of all documentation and procedures taught in training for each individual in training. Training should cover topics, but not limited to: Software Operation Software Setup and Testing Software Maintenance (example: how to update software) Software Troubleshooting System Testing 4.2.1 REPORTS: All final documents shall be submitted in hard and or PDF soft copies on DVDs or CDs. All reports and Data generated or acquired during this acquisition shall be completed by Contractor in a PDF format. 4.2.2MEETINGS, CONFERENCES, AND SITE VISITS The Contractor shall participate in telephone conference call meetings as required to successfully complete this project. The Contractor shall attend all meetings detailed in this SOW on-site with DPG representatives. Contractor shall make sure that contractor representatives have the right security clearance to be on the DPG installations. DPG installation visits are dependent on DPG Mission Schedule; contractor shall accommodate DPG Mission Schedules. The Contractor shall be responsible for preparing and distributing meeting agendas and meeting minutes. 4.2.2.1 POST AWARD KICK-OFF MEETING. Within 1 week of contract award, the vendor shall make contact with the DPG Project Manager and start coordinating a plan. 5.0 POINTS OF CONTACT DPG NEC project manager for this delivery order: Contact information will be provided at time of award 6.0 GOVERNMENT FURNISHED PROPERTY/BASE SUPPORT The Government will provide assistance to the Contractor by providing instructions for obtaining personnel identification badges, vehicle passes and/or entry permits upon written notification of names of personnel, citizenship and state of birth for American citizens. Contractor shall complete all administrative activities (filling out forms, etc.) associated with obtaining personnel identification badges, passes and/or entry permits prior to DPG processing. The DPG will provide escorts to restricted areas on the installation, when required, to complete the data collection and testing as specified in the SOW. The Government will provide assistance to the Contractor by providing directions regarding obtaining existing records and files, engineering plans, drawings, diagrams, aerial photographs, digitized map files, etc., to facilitate work required in the SOW. The Contractor shall conduct all administrative activities (copying, etc.) associated with performance of this delivery order. The Government will provide temporary work space for contractor for a period normally not to exceed duration needed to perform a task relating to this delivery order. Wherever possible the location will be equipped with a telephone or telephone hook-up for local calls. All long distance or other toll calls shall be made at Contractor expense. The location will provide access to 110/115 VAC power sufficient to operate Contractor-owned small office equipment such as a copier, personal computer and FAX machine. The Government will furnish access to all available maps, records and other information, necessary to complete the requested work whenever security permits. Specific information to be provided to the Contractor will be given names, specific facilities, POCs, phone numbers and emergency POCs at DPG as relates to this project upon Contractor Request. 7.0 SUBCONTRACTOR MANAGEMENT The contractor will be responsible for any subcontract management necessary to integrate work performed on this requirement and shall be responsible and accountable for subcontractor performance on this requirement. The prime contractor will manage work distribution to ensure there are no Organizational Conflict of Interest (OCI) considerations. Contractors may add subcontractors to their team after notification to the Procuring Contracting Officer (PCO) or COR. 8.0 LOCATION, HOURS OF WORK, AND HOLIDAYS The U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 6:50 A.M. to 5:20 P.M. (local time), except for recognized Federal Holidays. Deliveries of supplies, materials, and equipment will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). Unless otherwise specified herein, the contractor's operations shall coincide with the Governments operations to ensure continuity of operations. Any exceptions to the normal duty hours must be pre-coordinated by the KO. Holidays: Except for work categorized as emergency, the contractor is not required to provide services on the following federal holidays listed below. Any of the holidays falling on a Sunday shall be observed on the following Monday. Any of the holidays falling on a Friday or Saturday shall be observed on the preceding Thursday. The Federal Government will designate all holiday dates. New Years Day 1st day of January Martin Luther King, Jr. Birthday 3rd Monday in January Presidents Day 3rd Monday in February Memorial Day Last Monday in May Independence Day 4th day of July Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veterans Day 11th day of November Thanksgiving Day 4th Thursday in November Christmas Day 25th day of December SEQUESTRATION WORK HOURS: During a period of sequestration as implemented by the Contracting Officer, U. S. Army Dugway Proving Ground will operate on a four (4) day work week, Monday through Thursday, from 7:00 am to 3:30 pm (local time)(32 hours) except for Federal Holidays. A one half hour (30 min.) lunch period will be taken between the hours of 11:00am and 1:00pm. Deliveries will be accepted on regular scheduled workdays between 7:00 am and 3:30 pm (local time). The Federal Holidays are the same as those listed above. When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. The Contracting Officer will notify the contractor, in writing, 21 days in advance, when the government anticipates implementing a reduced work schedule of 32 hours per week. The contractor will conform to the reduced work schedule unless otherwise authorized by the contracting officer through the approval of overtime hours above the scheduled 32 hour per week. The Contracting Officer will send a written notice of Termination when the sequestration work schedule is no longer required. The contract will resume normal operations as soon as practicable after receipt of the termination notice. 9.0 SPECIAL REQUIREMENTS 9.1 SECURITY 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 60 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor will 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 30 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. Access and General Protection/Security Policy and Procedures. This standard language text is for contractor employees with an area of performance within an Army controlled installation, facility or area. Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor will also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. AT Awareness Training for Contractor Personnel Traveling Overseas. Not Applicable. 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 60 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR upon completion. Contractor Employees Who Require Access to Government Information Systems (IS). Not Applicable. For contracts that require an OPSEC Standing Operating Procedure/Plan. Not Applicable. 7. 8. For Information assurance (IA)/information technology (IT) training. All contractor employees and associated sub-contractor employees must complete the DoD IA awareness training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DoD and Army training requirements in DoDD 8570.01, DoD 8570.01-M and AR 25-2 within six months of employment. For information assurance (IA)/information technology (IT) cortication. Per DoD 8570.01-M, DFARS 252.239.7001 and AR 25-2, the contractor employees supporting IA/IT functions shall be appropriately certified upon contract award. The baseline certification as stipulated in DoD 8570.01-M must be completed upon contract award. 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. Non-Government-owned computing systems or devices. The Contractor will comply with AR 25-1, AR 25-2, and DoD 8570.01-M. The Contractor will not install or connect non-Government-owned computing systems or devices to Government networks without the CORs coordinating and obtaining proper authorization from the appropriate Information Assurance Program Manager (IAPM), ensuring that all software has a Government Certificate of Networthiness. All Non-Government owned computing systems that are on the Army network must be imaged with an Army approved image. The use of any Apple devices (computers, iPods, iPads, etc) are strictly forbidden. The non-Government-owned computing systems or devices include, but are not limited to, personal computers, personal or contractor-owned thumb drives (e.g., memory sticks, flash drives, Universal Serial Bus (USB) drives, jump drives, pen drives), removable or external hard drives, Personal Digital Assistants (PDA), PC Cards/Express Cards, MP3 players, cell phones, digital media, floppy disks, compact disc (CD)/digital video disk (DVD) burners, optical recordings, photo flash cards, laptops, or any devices that can store data. Protection of Sensitive Unclassified Data. The contractor will ensure any sensitive information, including, but not limited to, Personally Identifiable Information (PII) and For Official Use Only (FOUO), proprietary, and Law Enforcement Sensitive information residing on Mobile Computing Devices (MCD) or other external media, is protected in accordance with current Data at Rest (DAR) guidelines and requirements. The contractor will use an authorized, approved, and prescribed DAR solution. The MCDs include, but are not limited to, laptop, netbook, notebook, or tablet computers, and Blackberry or equivalent devices. External media include optical disk media such as CDs, DVDs, USB drives (also referred to as flash or thumb drives) (when authorization to use them is restored), floppy disks, and other portable digital storage devices. Guidance for protecting DAR information appears in DoD Policy Memorandum, 3 July 2007, subject: Encryption of Sensitive Unclassified Data at Rest on Mobile Computing Devices and Removable Media, and DoD Component implementing instructions. 9.2 KEY CONTROL Key control will be administered in accordance with the following government publications. AR 380-5, Department of the Army Information Security Program, 29 Sep 2000 AR 190-51, Security of Unclassified Army Property, 30 Sep 1993 TCFE Supplement I to AR 190-31, Department of the Army Crime Prevention Program, 31 Dec 1987 Site-specific Standard Operating Procedures (SOPs) 9.3 SECURITY OF GOVERNMENT FURNISHED EQUIPMENT Contractor personnel shall comply with all applicable security regulations when using Government Furnished Property/Government Furnished Equipment (GFP/GFE). It is understood the Government has the right to conduct unannounced security inspections at any time on Government equipment and facilities. The contractor will be liable for any damages to GFP/GFE caused by its personnel. Should any loss, destruction, misuse, or damage to government facilities or property, other than normal wear and tear, be caused by contractor personnel, the repair or replacement costs shall be borne by the contractor. Contractor will cooperate in any investigations of theft, misuse, damage, or loss of Government property. The contractor will comply with reporting provisions of AR 735-5, when Government property is lost, damaged, or destroyed while in the possession of the contractor. The KO will determine the appointing and approving authority for reports of survey initiated by the contractor. The contractor will adhere to FAR Clause 52.245-1 Government Property. 9.4 ID REQUIREMENTS In accordance with FAR subpart 37.114, all contractor personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious are required to identify themselves as such to avoid being mistaken for Government officials. All signature blocks on e-mails shall indicate the contractor's name. All e-mail address lines shall include quote mark CTR quote mark and company name in the address line. The contractor will also ensure that all documents or reports produced by the contractor are suitably marked as contractor products or that contractor participation is appropriately disclosed. 9.5 DISPLAY OF ID BADGES Contractor personnel shall wear the government issued ID badge at all times when performing work under the contract to include attending Government meetings and conferences. Unless otherwise specified in the contract, each contractor employee shall wear the ID badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health prohibits such placement. Contractor personnel shall ensure all government issued ID badges are returned to the COR upon expiration of the contract or termination of employment with the contract company. 9.6 REQUIRED BACKGROUND INVESTIGATIONS Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). Upon contract award and with COR coordination contractor will provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed be DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. Contractor personnel that have their clearance suspended, denied, or revoked will not be granted a waiver from the Designated Approving Authority (DAA) and are unacceptable for fulfilling the requirements of this contract. 9.7 CONTRACTOR FURNISHED PROPERTY/MATERIALS The contractor is responsible to provide all equipment required to perform the duties outlined within this SOW. Examples of materials the contractor will provide includes, but not limited to, desks, chairs, telephones, computers, monitors, printers, hand tools, power tools, basic test equipment, and vehicles. 9.8 CONTRACTOR TRANSPORTATION The contractor is responsible for providing necessary transportation to fulfill the requirements. The contractor is responsible for all fuel, maintenance, and services required ensuring the transportation provided is safe, reliable, and available as needed. Travel may include driving over diverse terrain and during inclement weather. Driving on paved, dirt, gravel, mountainous roads and (on occasion) off-road may be required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/06c61ab3fe51682f7df2eef63289b2f3)
- 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
- SN03137208-W 20130807/130805234442-06c61ab3fe51682f7df2eef63289b2f3 (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 |