SOURCES SOUGHT
70 -- STARS Enhancement
- Notice Date
- 8/21/2014
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- MICC - Fort Gordon, Directorate of Contracting, 419 B Street, Bldg 29718, 3rd Floor, Fort Gordon, GA 30905-5719
- ZIP Code
- 30905-5719
- Solicitation Number
- 0010536484
- Response Due
- 8/25/2014
- Archive Date
- 10/20/2014
- Point of Contact
- Gregoru, 7067911814
- E-Mail Address
-
MICC - Fort Gordon
(gregory.m.hamilton10.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This Sources Sought notice is for informational and planning purposes only. It does not constitute a Solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The NAICS Code for this requirement is 511210. The intent of this notice is to determine the availability of qualified commercial sources technically capable of providing the below. 1. GENERAL: This is a non-personnel service contract to provide software enhancements to STaCS-DB for enrollee submissions by STaCS DNA Inc. for use by the USACIL's DNA Database branch. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to produce the Enhancements to STaCS-DB for Enrollee Submissions as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: The USACIL DNA Database branch uses STaCS software as a laboratory management system to track and control database samples and database sample related data. 1.3 Objectives: The objective is for the provider to produce Enhancements to STaCS-DB for Enrollee Submissions to allow for submission data entry and sample processing within the DNA Databasing Branch. 1.4 Scope: Services include design, production, and maintenance service of the Enhancements to STaCS-DB for Enrollee Submissions, as well as in-house training on use of the new modules and functionalities. 1.5 Period of Performance: The Period of Performance reads as follows: approximately 180 days from date of award. 1.6 General Information 1.6.1 Quality Control : The contractor shall engage in an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall follow all current Quality Manual procedures and FQS/ISO requirements. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. 1.6.2 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the USACIL Quality Manual, DNA Database Branch Technical Procedures and the FQS/ISO requirements. These standards primarily focus on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. The standards define how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Federal Government Holidays: The contractor is not required to perform services on holidays. New Year's Day1st day of January Martin Luther King Jr.'s Birthday3rd Monday of January President's Day3rd Monday of February Memorial Daylast Monday of May Independence Day4th day of July Labor Day1st Monday of September Columbus Day2nd Monday of October Veteran's Day11th day of November Thanksgiving Day4th Thursday of November Christmas Day25th day of December 1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 0800-1700 Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at STaCS DNA Inc. 1.6.6 Type of Contract: The government will award a firm fixed price contract. 1.6.7 Security Requirements: The contractor shall comply with personnel security regulations and protocol for Non-U.S. citizens entering onto a military installation or facility, where applicable. Forms will be provided on award of contract. 1.6.7.1 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.7.2 Key Control. NA 1.6.7.3Lock Combinations. NA 1.6.8 Special Qualifications: NA 1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.10 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.11 Key Personnel: NA 1.6.12 Identification of Contractor Employees: Contractor Employees will be required to display issued visitor identification while in the facility. 1.6.13 Contractor Travel: Contractor Employee travel and labor expenses will be covered under the terms of the contract. 1.6.14 Other Direct Costs: NA 1.6.15 Data Rights: NA 1.6.16 Organizational Conflict of Interest: NA 1.6.17 PHASE IN /PHASE OUT PERIOD: NA 1.6.18 Safety: Contractors will be expected to conform to the DFSC requirements for employee safety including, but not limited to, OSHA, post fire safety requirements, general laboratory safety protocols, etc. 1.6.19 Training: Contractors will be required to complete Anti-terrorism (AT)/Force Protection (FP)/Operations Security (OPSEC) training prior to arrival or within 30 days of arrival and complete on-going training as needed. The training websites will be listed in the contract cover sheet. 1.6.20 Supervision of Contractor Employees: The Government will not exercise any supervision or control over Contractor or subcontractor employees while performing work under the contract. Such employees shall be accountable solely to the Contractor, not the Government. The Contractor, in turn, shall be accountable to the Government for Contractor or subcontractor employees. Potential offerors having the ability to provide the product described are invited to provide a statement via e-mail. The statements shall not exceed five (5) pages and must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; 3) Small Business Size/Certification (to include 8(a), HUBZone, SDVOSB, etc.); and 4) Ability to provide the product. Responses are due no later than 12:00 p.m. EST, Monday, 25 August 2014, and shall be electronically submitted to SFC Hamilton, Gregory at gregory.m.hamilton10.mil@mail.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/23152f60609173ccc5bc0c42f5593df6)
- Place of Performance
- Address: MICC - Fort Gordon Directorate of Contracting, 419 B Street, Bldg 29718, 3rd Floor Fort Gordon GA
- Zip Code: 30905-5719
- Zip Code: 30905-5719
- Record
- SN03475769-W 20140823/140822000615-23152f60609173ccc5bc0c42f5593df6 (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 |