Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2014 FBO #4576
SOURCES SOUGHT

59 -- Sources Sought Notice: The Government seeks to award a bridge contract that seamlessly implements the current AIE 2 system configuration known as quote mark AIE 2+. quote mark

Notice Date
6/3/2014
 
Notice Type
Sources Sought
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-14-R-0046
 
Response Due
6/9/2014
 
Archive Date
8/2/2014
 
Point of Contact
Brian P. Murphy, 407-384-5198
 
E-Mail Address
ACC-APG - Natick (SPS)
(brian.murphy3@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government seeks to award a bridge contract that seamlessly implements the current AIE 2 system configuration known as quote mark AIE 2+. quote mark AIE 2+ interfaces directly with the existing enterprise servers (primary and backup). The enterprise servers connect directly to the web-based middleware solution called Interoperability Layer Service (IoLS) and various authoritative databases. This interface is completed IAW the DIAC IoLS ICD version 2.1 and Software Development Guide. The enterprise servers provide data failover capability, thus supporting uninterrupted operations and fulfilling DOD Information Assurance Certification and Accreditation Process (DIACAP) requirements. The enterprise server suite is Government owned. The contractor is cautioned that throughout the implementation of this project, existing operations will not be disrupted. The enterprise servers at the current location shall remain operational throughout implementation. Interface with Department of Motor Vehicles (DMV) databases is required independent of IoLS. The objective of the Automated Installation Entry (AIE) 2 Program is to provide a cost effective system that enhances security of Installation Access Control Points (ACP). The System automates identity authentication and verification of authorized registered personnel entering the Installation, minimizes guard force requirements, maintains or increases pedestrian and vehicle throughput with enhanced security and allows for adaptation of increased authentication requirements at high threat levels. The system facilitates entry of registered personnel onto multiple Installations without re-registration. The AIE system is installed at Installation ACPs to provide automated access control onto an Installation for vehicular traffic and pedestrians that have been enrolled in the system and are authorized access in accordance with (IAW) the Department of Defense (DOD), Army and Installation Commander's policies. The AIE system is used in US military locations in the Continental United States (CONUS). Biometric enabled and operational equipment are standard on handheld units and on fixed lane equipment. Additional requirements include automated registration at the vehicle lane, automatic entry upon successful biometric scan, sharing data with other physical access control systems, vetting against authoritative databases such as state Driver's License Bureaus, remote monitoring and control of ACPs and connectivity to the federal cloud. All requirements in the Statement of Work are minimal threshold identified for both the Fixed-Full or Handheld install. All equipment shall be FIPS 201 compliant. The system provides reliable and timely registration of personnel and automatic processing of vehicle and pedestrian traffic at Army ACPs throughout CONUS and OCONUS. The existing system infrastructure shall continue to interface and be operational from the site to the enterprise servers. For site infrastructure, dark fiber is used when available; otherwise, Virtual Local Area Network (VLAN) capability is installed. The AIE-3 solicitation issued on February 25, 2013. The solicitation envisioned an extensive effort to expand the basic capabilities embodied by the AIE-2 system, which was then under contract to BAE. AIE-3 is intended as an upgrade to existing AIE-2+ systems. The original AIE 3 solicitation and award were terminated as a Corrective Action in response to an award protest. While the original AIE 3 RFP is being revised and updated, Joint Product Manager-Force Protection Systems (JPdM-FPS) has ongoing mission requirements and funding for CONUS installations. The current proposed sites for the bridge effort include, but are not limited to: Military Ocean Terminal, Concord, CA; Radford AD; Ft Irwin; Ft Drum; Holston AAP; Dugway PG; and Camp Roberts. The Government reserves the right to revise this list of sites dependent upon amended mission requirements, funding and other priority influencers. This bridge will not be utilized upon award, expiration of the protest period and resolution of potential protests for the pending AIE 3 RFP. The Government anticipates that the AIE 2 Bridge requirement will be fulfilled via a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with subsequent FFP Delivery orders awarded for each installation site. The proposed contract effort is for AIE-2, not AIE-3, and will be awarded pursuant to the authority of FAR 6.302-1. The AIE 2 bridge base ordering period is eighteen months with a single six month option in case of protest of the pending AIE 3 solicitation for a total ordering period of 24 months. The proposed ID/IQ contract for this effort is: W911QY-14-D-0023. An ID/IQ ceiling of $12.5M (inclusive of the option) is estimated. Interested offerors that are capable of immediately meeting the requirements outlined in the Statement of Work (SOW) below must provide an emailed capabilities briefing not to exceed 10 pages outlining their approach for this effort; and a Program Management Plan and a mobilization schedule not to exceed five pages outlining their timeline for readiness to provide the bridge AIE 2+ system. These items shall be provided no later than 4:00PM Eastern Standard Time, 9 June 2014. NOTICE: The purpose of this SSN is to capture updated market research on those offerors who can immediately successfully meet the stated bridge requirements. DISCLAIMER: This notice does not constitute an Invitation for Bids, or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services. The point of contract for information regarding this solicitation is Brian P. Murphy at 407-384-5198. Responses can be sent to brian.p.murphy52.civ@mail.mil no later than 4:00PM EST, 9 June 2014. A determination by the Government not to compete this effort based on any responses to this notice is solely within the discretion of the Government under FAR Part 6. Statement of Work C.1. Introduction The AIE effort is to procure, field and support all the requirements in the current AIE 2+ configuration. The AIE program provides a cost effective, supportable and integrated AIE 2+ system. Since automated entry technology has been demonstrated and is active at various military Installations, the Government does not plan to support any development or detailed component design activities under the AIE 2 program. C1.1 Tiered Approach The system consists of two tiers: Tier 1 is a complete or full system and Tier 2 is a hand-held system without the implementation of fixed lane equipment that provides the full functionality for authentication of registered personnel. The purpose of this quote mark tiered quote mark approach is to quickly install and operate the core AIE components needed to achieve an initial, limited capability. The installation of core AIE components does not require completion of long-lead site preparation activities. The AIE System is typically installed after Access Control Point Equipment Program (ACPEP) site preparation.The use of a tiered approach allows Installations not requiring full system capability to achieve a level of AIE capability consistent with their requirements. The Contractor will field the AIE 2+ System In Accordance With (IAW) the current Fielding Schedule. C.2. Statement of Requirements C.2.1. Program Management The Program Management Objective is to design, field and sustain an integrated automated entry system within the prescribed cost, schedule and performance parameters and perform interim integrated logistics support functions. Supporting management objectives include: providing appropriate and qualified personnel, developing optimized products from their associated processes and managing multiple near-simultaneous Installation designs and fieldings while supporting the technical evolution of the system. This will require a streamlined and effective management organizational structure and contract support base that can successfully execute the proposed approach. Incorporation of customer feedback to improve cost, schedule and performance must also be consistently applied as the program evolves. C.2.2. Technical The Contractor shall provide a total package system that satisfies the AIE 2+ SCD. The system shall be reliable and have an interoperable, modular and scalable open architecture. The Contractor shall use an open system approach for system and subsystem design for long-term maintenance and capability growth. This approach shall be based on the specifications and standards adopted by Industry and Government for system interfaces (functional and physical), products, practices and tools. The system shall interface with the Interoperability Layer Services (IoLS) middleware for connection to Defense Enrollment Eligibility Reporting System (DEERS), National Crime Information Center (NCIC) and authoritative databases described in the previously provided Interface Control Document (ICD) for the Defense Installation Access Control (DIAC) IoLS. The system shall query Department of Motor Vehicles (DMV) databases independent of IoLS. The system shall be flexible to allow future upgrades and integration with other authoritative sources. C.2.3. Information Security and Assurance The Contractor shall ensure the AIE system obtains Defense Information Assurance Certification and Accreditation Process (DIACAP) certification and Department of the Army Net Worthiness Certifications for connection to an Installation's Non-secure Internet Protocol Router Network (NIPRNET). The system shall protect Personally Identifiable Information (PII) IAW the Privacy Act of 1974, DOD Privacy Program, implemented by DoDD 5400.11, DOD 5400.11-R and applicable Federal laws regarding the protection of privacy information. The system shall comply with the DoD Personnel Identity Protection (PIP) Program as implemented by DoDD 1000.25. C.2.4. Testing The Contractor's testing program shall include planning, execution and assessment of system performance against the SCD. The Contractor shall develop and implement test plans and procedures that support verification and validation of system requirements. The Contractor's testing methodologies shall address how future upgrades are tested and validated. C.2.5. Total Package Fielding (TPF) The TPF employs a fielding strategy to support multiple, near-simultaneous deployments and ensures that when a system is transferred to a gaining Installation, the equipment is trainable, supportable and maintainable. The Contractor should refer to Army Regulation 700-142; Type Classification, Material Release, Fielding and Transfer for additional guidance. TPF shall be coordinated with the Installation to ensure fielding does not adversely impact normal activities. C.2.6. Contractor Logistics Support (CLS) The Contractor shall integrate and field a sustainable capability that provides for maintenance, logistics support, test equipment/equipment support, reduced manpower, training support, design interface, technical data, computer resource support, packaging, handling, storage and transportation capabilities. The Contractor shall execute one base year plus one optional year of CLS and Integrated Logistics Support (ILS) planning. C.2.7. Training The Contractor shall provide a strategy to address system training for both Tier 1 and Tier 2. Training includes: new equipment training and system operation instruction for administrators, registrars, operators and maintainers at each gaining Installation. Training curriculum will be presented at least 30 days before training and will be easily adaptable as the system matures. The Contractor shall conduct rehearsal training at the request of the Government. The system training plan will incorporate computer-based instruction to the greatest extent possible and support follow-on refresher and transition training. C.2.8. Quality The Contractor shall establish and maintain a program/quality management system that complies with the standards established by ANSI/ISO/ASQ-9001:2000, Capability Maturity Model Integration (CMMI) Level 3 or higher or other comparable quality management systems that provide equivalent process establishment and control. C.3 Technical Solution The Contractor shall provide an AIE 2+ System that meets all the requirements in the SCD. The system shall at a minimum provide the capabilities listed in Attachment 6. C.3.1. Systems Engineering (SE) C.3.1.1. The Contractor shall provide flexible, responsive and high quality systems engineering and technical support. The Contractor shall conduct systems engineering analysis to ensure the system meets requirements. The Contractor shall manage a repeatable SE process. In accordance with the AIE 2 System Engineering Management Plan, the process shall support at a minimum: design, fielding, logistics, maintenance, system requirements traceability and system upgrades. C.3.1.2. Information Assurance (IA) The Contractor shall provide system-level support in accordance with references cited in the SCD and provisions of DOD Instruction 8510.01, DOD Information Assurance Certification and Accreditation Process (DIACAP), 28 Nov 2007 and Army Regulation 25-1 and 25-2, Army Knowledge Management and Information Technology, 25 June 2013. The system shall provide Common Access Card (CAC) enabled server computers and all workstations except at the guard booth, gatehouse and remote monitoring location. The Contractor shall support the Government Security, Test and Evaluations (ST&Es) for yearly assessments. The Contractor shall provide documents, data, certification tests results and access as required for major changes and recertification. The Contractor shall continuously assess and monitor security policies and procedures to incorporate an Information Assurance Vulnerability Management (IAVM) program, as referenced under Enclosure (6) of DODI O-8530.2, Support to Computer Network Defense, 09 March 2001 and Chairman Joint Chiefs of Staff Instruction, CJCSI 6510.01F, 21 March 2012, IA and Computer Network Defense (CND), current as of 12 August 2008, into the AIE deployment and production environments. The Contractor shall comply with the requirement for Information Assurance Vulnerability Alerts. The Contractor shall continuously maintain, review and assess the status of the system as it relates to the certification and accreditation security posture. C.3.1.2.1. DIACAP Certification Testing and Support. The Contractor shall support the Government with DIACAP certification encompassing both Tier 1 and Tier 2 solutions. In order to support this effort the Government will conduct scans of the system using Army-approved IA product and vulnerability scanners (for example: Defense Information Systems Agency (DISA) Security Readiness Review (SRR) Scripts) prior to installation of the system at the first site. The Contractor should plan to support the following tasks for the stated durations: Certification Test and Evaluation (CT&E) - approximately 2 months ST&E - approximately 1 month DIACAP Package Preparation and Submission - approximately 1 month Authority To Operate (ATO) Decision - approximately 4 months The ATO decision will not require Contractor participation but is included to provide an estimate of the time required. ATO is required to use the system in an operational environment. C.3.1.2.1.1 The AIE System Lab shall be used to support DIACAP certification and accreditation, life-cycle IA measures, testing system modifications, software updates, helpdesk and troubleshooting. The Contractor shall provide an identical operational system, including all hardware, software and network equipment. This includes backup servers and equipment for one Access Control Point (ACP) and two lanes. The system shall be capable of being expanded with equipment for additional lanes and registration stations with minimal reconfiguration. The Contractor shall provide operations, administration and maintenance training to Joint Project Manager Information Systems Software Support Activity (JPM-IS/SSA) personnel. At the conclusion of testing, the hardware, software and network equipment will remain property of the Government. C.3.1.3. System Update and Enhancement The Government may request or the Contractor may propose system updates. As required, the Contractor shall propose a System Update and Implementation Plan (Contract Data Requirements List (CDRL) A001) and an Engineering Change Proposal (CDRL A002). The System Update and Implementation Plan will contain planned activities to ensure the continued viability of the system architecture and allow for the system to incorporate future growth. These areas of future growth may include implementing an expanded enterprise solution and integration with other authoritative sources, biometric systems and/or response systems. C.3.2. Site Survey and Site Design C.3.2.1. Site Survey The Contractor shall perform an initial site-survey of the Installation to include a physical survey of the ACP and entry lanes; collect information on the Installation's network; layout and configuration of the visitor control center and other information to support system design efforts. The Contractor shall deliver a Site Survey Report (CDRL A003) to document their findings. The Contractor shall collect sufficient information to support both Tier 1 and Tier 2 designs. C.3.2.2. Site Designs The Contractor shall provide a detailed Installation design to meet the operational requirements and site conditions as determined by the site survey. The design shall incorporate Installation-specific items; building and utility system diagrams; Installation maps; system integration diagrams and construction permitting requirements. The system design shall include the integration of the system with the Installation's network and any existing entry technologies and capabilities. The system shall use standard communication protocols and communication links of Continental United States (CONUS) Installations. Approximately 10 days after submission of the Installation Engineering Plan (CDRL A004), the Government requires an Initial Design Review (IDR) for each site. The review shall be approximately one day and shall take place at the receiving Installation. During the review the Contractor shall present proposed architectures and equipment models. In addition, the Contractor shall discuss technical issues. At the end of IDR, the government will provide feedback on the Contractor's presentation including suggestions identified by the government review team. A final design package shall be submitted for each Installation and consist of, but not limited to, an executive summary, site description, system description for that Installation, fielding schedule, light construction specifications, Bill of Materials (BOM) and engineering drawings. At the conclusion of the design phase, the Contractor shall document the Installation's design IAW CDRL A004. Additionally, as a part of CDRL A004, the Contractor shall be prepared to address the fielding of the system as either Tier 1 or Tier 2 and be able to break out the equipment required for fielding down to the entry lane level, ACP, registration system(s) and overall installation. Not later than 10 days following receipt of CDRL A004, the Government requires a Final Design Review (FDR). The FDR shall be approximately one day at the receiving Installation. During the FDR, the Contractor shall present its selected architecture and equipment models. Upon satisfactory completion of any outstanding FDR issues, the Government will concur with the final design. C.3.3. Fielding The Contractor shall provide a fully functioning system at each Installation as defined in the approved Installation Engineering Plan. The Contractor shall execute all aspects of installation to include: site preparation, installation of equipment and integration with existing infrastructure. Upon completion of the equipment and system install, the Contractor shall provide a Technical Data Package (TDP) (CDRL A005) to document the complete system. C.3.4. Test and Evaluation C.3.4.1. General The Contractor shall perform the tests described in the following paragraphs. The Contractor shall provide personnel, equipment, instrumentation and supplies necessary to perform or support all testing activities. C.3.4.2. Contractor System Performance Verification (SPV) C.3.4.2.1. The SPV shall include a Performance Verification Test (PVT) and 30 day Endurance Test (ET) conducted at all sites. SPV shall be conducted on a fully integrated system, either Tier 1 or Tier 2. The Contractor shall prepare an AIE 2+ System Test Plan (CDRL A006) and Test Procedures (CDRL A007) to verify all requirements defined in the AIE 2+ SCD. The test report shall be submitted IAW Test Inspection Report (CDRL A008). The Contractor shall conduct SPV IAW approved test plans and procedures to verify that system performance complies with the SCD. In the event of system failure, the Contractor shall conduct an analysis of the failure and prepare a Failure Analysis and Corrective Action Report (FACAR) (CDRL A009). The Contractor shall obtain Government approval prior to closing any FACAR. All FACARs generated during PVT requiring corrective action shall be implemented prior to starting ET. C.3.4.2.3. The Government may terminate testing at any time when the system fails to perform as specified in the contract. Upon termination of testing, the Contractor shall commence an assessment period to identify all failures, determine the causes of all failures, correct all failures and deliver to the Government a Test/Inspection Report (CDRL A008). C.3.4.3. Test Readiness Review (TRR) C.3.4.3.1. Prior to any test, the Government will conduct a TRR at all gaining Installations. The Contractor shall provide to the Government, in writing, an integrated system installation and checkout test report under CDRL A008 and a letter of test readiness that the installed system is ready for testing. C.3.4.3.2. The Contractor shall attend test meetings, prepare minutes, provide required documentation and assist in the resolution of issues or concerns. C.3.4.3.3. Discrepancies in the documentation, design or training shall be corrected prior to the conduct of all test events by the Contractor Site Manager and may involve re-test and re-training of personnel at Contractor's expense. C.3.4.4. Testing for Changes in System Configuration C.3.4.4.1. As the system configuration changes, in response to system growth or changes in capabilities, the Government may perform or direct the Contractor to perform additional testing. C.3.5. Supportability C.3.5.1. ILS Under each Installation Delivery Order (DO), the Contractor shall provide one-year CLS. Army Regulation 700-127 Integrated Logistics Support defines the elements which collectively comprise CLS. CLS includes all warranty, licenses, scheduled and unscheduled field level maintenance, sustainment level maintenance tasks, above basic operator maintenance tasks and supply support. Prior to warranty expiration, the Government will assess the viability of using either Government furnished centralized sustainment or CLS support. If the determination is made to acquire one additional year of CLS, the Government will bilaterally execute a one-year DO. The Contractor shall deliver Maintenance Service Reports (CDRL A010). C.3.5.1.1. Data Collection The Contractor shall collect system performance data and Reliability, Availability and Maintainability data throughout the Warranty and Maintenance period to verify system performance requirements. Data collection shall be IAW Logistics Management Information Data Products (CDRL A011). C.3.5.1.2. System configuration is managed by the Government. The Contractor shall maintain updates (including but not limited to software patches) of AIE 2+ hardware and software following acceptance of the system by the Government for each Installation under CLS. Configuration control shall include a list of all AIE 2+ components and software applications identified in the baseline configuration, as well as tracking of all parts. The Contractor shall deliver all software and firmware support tools, utilities and associated documentation necessary to maintain and upgrade the software as specified in System Description and Architecture (CDRL A012). C.3.5.2. Configuration Management (CM) The Government will manage and chair the AIE Configuration Control Board (CCB) throughout its lifecycle. The Contractor shall participate in and support the CCB and conduct configuration control activities. As part of the CM process, the Contractor shall provide field change documentation and ensure each Change Request (CR) is complete. The CR should include impact and independent analysis for submission to the CCB. The Contractor shall coordinate with the assigned Government Point of Contact (POC) who will monitor and track CRs to closure. C.3.5.2.1. CM Requirements The Contractor shall comply with the Government CM requirements for all equipment, hardware and system software. The Government is the Configuration Manager/Decision Authority. There is no specific Government CM system with which the Contractor needs to interface. The Contractor shall use their tools for CM. C.3.5.2.2 Physical Configuration Audit (PCA) The Contractor shall conduct a PCA witnessed by the Government. The PCA follows correction of all failures experienced during SPV. The PCA shall validate proper execution of CDRL A004 and confirm all items have been base-lined. A Configuration Audit Summary Report (CDRL A013) shall be provided to the Government IAW the previously provided Physical Configuration Audit Plan. C.3.5.3. Technical Manuals (TM) The TM shall be delivered IAW System TM (CDRL A014). C.3.5.3.1 TM Specifications. Page Based TM Requirements Matrix for CL-11-6625-135-13&P Operator and Field Maintenance Manual (Including Repair Parts and Special Tools List) for AIE 2+ Installations are included in CDRL A015. C.3.5.3.2 Requirements for TM. The Contractor shall develop the following TM: CL-11-6625-135-13&P Operator and Field Maintenance Manual (Including Repair Parts and Special Tools List) for Automated Installation Entry (AIE) Increment 2 Installations. Prior to the TM start-of-work meeting, the Government will obtain the TM number from the Communications-Electronics Life Cycle Management Command (C-E LCMC LRC), which will also be the TM publisher. C.3.5.3.3 Meetings. The TM start-of-work meeting shall take place at a predetermined location. The Contractor shall be prepared to discuss all TM requirements in CDRL A014 and this section. C.3.5.4. In-process reviews of TM development shall take place at the Contractor's facility when approximately 30 percent and 70 percent of the TM development is complete. C.3.5.3.4 Incorporation of Approved Changes and Comments. The Contractor shall incorporate all Government-approved equipment changes into the draft TM up to delivery of the final equipment under this contract. All publication comments received by the Contractor from the Government will be forwarded to the TM publisher for disposition. Approved comments shall be included in the final delivery of the TM. C.3.5.3.5 Validation and Verification (V&V). When 100 percent of the TM development is complete, a combined V&V will be conducted prior to Government acceptance of the first AIE 2+ site. The Government will witness the Contractor validation that all operation and maintenance procedures in the TM are correct. A 100 percent desk review of those portions of the TM not subject to hands-on performance will also be conducted. C.3.5.3.6 Delivery, Style and Format The Contractor shall deliver digital files for all TM versions prepared under this contract, including In-Process Reviews (IPR). All draft TM deliveries shall have the words quote mark DRAFT-NOT FOR IMPLEMENTATION quote mark printed across the top of every page. The TM shall be approximately formatted for a vertical (portrait) finished trim size of 8-1/2 inches by 11 inches. The TM font style, size and spacing shall be IAW best commercial practices for technical publications. All fonts in both the delivered Microsoft Word and Adobe Acrobat PDF files must be embedded. Line drawing illustrations shall be used to support operational and maintenance procedures. The Contractor shall prepare a separate figure for each breakdown of a repairable assembly. Existing Government owned or commercial illustrations may be used if they meet the requirements of MIL-PRF-32216. Up to three sheets may be used if appropriate for each multi-sheet figure. The Contractor shall provide to the receiving Installation two paper copies of the TM and one CD-ROM with Adobe Acrobat PDF files. C.3.5.4. Transition Plan The Contractor shall develop a Sustainment Transition Plan (CDRL A015) for transition from CLS to centralized sustainment for each Installation using the previously provided AIE 2 Sustainment Transition Instructions as a guide. The initial Transition Plan is due no later than 90 days prior to the scheduled transition date. The final Transition Plan is due 60 days prior to the scheduled transition date. C.3.6. Training A separate Training Conduct Support Document Package (CDRL A016) shall be prepared for administrator, registrar, operator and maintainer student groups for each new equipment, system operation, follow-on refresher and transition training event. The Contractor shall provide specific training on a per course basis. The ratio of student to trainer shall be 5 students to 1 trainer (5:1) for the Administrator, Maintenance and Registrar and up to 20:1 for the Operator course. C.3.7. Quality Requirements The approved Quality Control (QC) Management Plan is a measuring tool for work performed under this contract. C.3.8. Risk Management Plan The Contractor shall utilizethe previously provided AIE 2 Risk Management Plan. Risk events shall be identified and mitigated at all organizational levels. Risk data shall be collected, evaluated and appropriate mitigation strategies identified. All risk items shall be reported to the Government upon identification. C.3.9. Program Management C.3.9.1. Program Management Plan. The Contractor shall develop and implement a (Contractor's) Management Plan (CDRL A017) for the overall management and execution of the contract. The Contractor shall provide a Program Management structure that identifies the level, type and experience of key personnel: Program Manager, Deputy Program Manager, Contract Manager, Fielding Manager, System Engineering Manager and Logistics Manager. The Contractor shall develop and maintain an Integrated Master Schedule (CDRL A018) and immediately report any schedule deviations to the Government. C.3.9.2. Monthly Status Report The Contractor shall provide a monthly status report to the Government. The report will be structured to provide the Government with an up-to-date status of the Contractor's technical, operational, financial and programmatic progress. This report shall be IAW the Contractor's Progress, Status and Management Status Report (CDRL A019). The Contractor shall provide a QC monthly report as part of CDRL A019. C.3.9.3. Data Repository The Contractor shall utilize the Government's SharePoint portal as directed by the Government. C.3.10. Meetings and Briefings The Contractor shall conduct meetings to manage all program aspects to include planning, programming, controlling, executing and managing risk. These meetings will include Start of Work, Technical Interchange Meetings, Integrated Process Teams, Monthly Program Management Reviews and other meetings as directed by the Government. The Contractor shall be responsible for recording, producing and distributing all meeting and briefing minutes, Conference Minutes (CDRL A020). The Contractor shall create, review and provide technical briefings, graphics support and/or other presentations. C.3.11. Notional Fielding Schedule The Notional Fielding Schedule provides a list of probable Installations, a description of Installation size and a notional schedule for fielding. Schedule variances may occur throughout the life of the contract. Each Installation has an associated number of ACPs and lanes that may be subject to change. Final number of ACPs and lanes information will be provided with the request for proposal for each Installation DO. Validation of these numbers will occur during Site Survey. C.3.12. Deliverables The Contractor shall prepare and deliver all deliverables as required. Any additional deliverables shall be further identified and delineated on individual DOs or contract modifications. C.3.13. Security C.3.13.1. Clearances The Contractor shall provide personnel with the appropriate clearance levels to fulfill requirements set forth in each individual DO without impact to schedule, cost or quality levels. It is anticipated that most of the effort on this contract will be UNCLASSIFIED/For Official Use Only (FOUO). All Contractor personnel shall be required to access, view, possess, process and/or use information designated as (FOUO). In addition, certain Contractor personnel must possess and maintain a SECRET security clearance and/or be eligible for immediate adjudication by the appropriate cognizant security authority upon award of the contract. Future requirements for SECRET-eligible personnel shall be established by individual DOs. The DOs requiring such access will be awarded or modified in accordance with a revised DD Form 254 allowing appropriate access and outlining the specific security requirements. The responsible Contracting Officer (KO) or written designee shall apprise the Contractor of any increased security requirements. The Contractor shall submit completed clearance packages within ten (10) calendar days of identification of any increased security requirements. C.3.13.2. DOD CAC Those Contractor personnel requiring recurring logical access may (at the discretion of the Government) be issued a CAC by the Government. The Contractor shall furnish all requested information required to facilitate CAC use and possession. The Contractor's Program Manager shall be responsible for ensuring that all identification badges issued to Contractor employees are returned immediately following the completion of the contract, relocation or termination of an employee and/or upon request of the KO or the Contracting Officer's Representative (COR). C.3.13.3. Access to SECRET Data The Contractor's access to SECRET data will be IAW the requirement set forth in the National Industrial Security Program Operating Manual (NISPOM) (DOD 5220.22M). The Contractor shall ensure that all classified material is handled in accordance with the NISPOM and the appropriate Security/Program Guides/Directives. The Contractor shall obtain appropriate security clearances for required personnel and provide security orientation briefings as directed by the Government. C.3.13.4. Outside Continental United States (OCONUS) In the event that OCONUS travel becomes necessary the Contractor shall ensure that any and all employees subsequently scheduled to support OCONUS shall have the prerequisite passports, visas, inoculations (if required) and clearances in adequate time prior to the trip with no impact to schedule. However, unique costs attributable solely to specific travel locations may be presented at the DO level for consideration. C.3.14. Contract Support Information C.3.14.1. Government-Furnished Equipment (GFE) The Contractor shall take receipt of all GFE and shall be responsible for fielding and maintaining all GFE as a part of the total design solution set, throughout the logistics support period. The Contractor shall closely coordinate their supply and delivery schedules with the Government to ensure all hardware and software are available to meet schedule requirements. The Contractor shall coordinate procurement of items identified as available from Government sources. First priority will be given to DOD mandatory sources, DOD required sources, and other Government available sources. Procurement of equipment on behalf of the Government will be in compliance with all applicable regulations and policies. C.3.14.2. Health and Safety The Contractor shall update and maintain the programmatic Environmental Compliance (EC), Health and Safety (HS) program compliance and 29 Code of Federal Regulations (CFR) 1926 Occupational Safety and Health Administration (OSHA) compliance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/51329f2af9fe69f7bb09db3f5934b821)
 
Place of Performance
Address: Joint Product Manager-Force Protection Systems (JPdM-FPS) 5000 Putnam Road, B365, Suite 1 FT Belvoir VA
Zip Code: 22060-5420
 
Record
SN03383755-W 20140605/140603234927-51329f2af9fe69f7bb09db3f5934b821 (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.