Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2016 FBO #5315
SOLICITATION NOTICE

D -- TV Cable & Internet service La National Guard

Notice Date
6/10/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, Louisiana, 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-16-R-0024
 
Archive Date
7/6/2016
 
Point of Contact
David L. Bourgeois, Phone: 3182905933
 
E-Mail Address
david.l.bourgeois4.mil@mail.mil
(david.l.bourgeois4.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement (PWS) Television and Internet service 05/11/2016 Version 1.0 Vision Statement 4 1 Introduction 4 1.1 Mission 4 1.2 Background 4 1.3 Scope 4 2 General Requirements 4 2.1 Non-Personal Services 4 2.2 Business Relations 5 2.3 Contract Administration and Management 5 2.3.1 Contract Management 5 2.3.2 Contract Administration 5 2.4 Subcontract Management 5 2.5 Contractor Personnel, Disciplines, and Specialties 5 2.6 Location and Hours of Work 6 2.7 Travel / Temporary Duty (TDY) 6 3 Performance Requirements 6 3.1 Provide Internet Access for Military School operations. 6 3.2 Provide Internet Access for Joint Operations Center (Building 420) operations. 6 3.3 Provide broadcast television service for 13 Buildings at Camp Cook. 6 3.4 Provide bulk broadcast television service for one distribution node (Building 408) for 18 drops at Camp Beauregard. 6 4 Special Requirements 7 4.1 Security and Safety 7 4.1.1 Security 7 4.1.2 Safety 7 4.2 Transition 8 4.3 Government Furnished Materials 8 4.4 Environmental Requirements 8 4.5 Applicable Directives 8 4.6 Quality 8 4.6.1 Quality Control 8 4.6.2 Quality Assurance Surveillance Plan (QASP) 9 5 Deliverables 9 Performance Work Statement (PWS) Television and Internet service Vision Statement To provide television and internet services to the facilities at Camp Cook and Camp Beauregard. 1 Introduction This acquisition is to provide Television and Internet service to Camps Beauregard and Cook for Emergency operations and Military School operations. 1.1 Mission This service will be used during normal operations at Camp Cook for the Non-Commissioned Officer Academy and for Emergency Operations for the Joint Operations Center on Camp Beauregard. Continuity of service is very important for Emergency operations. Access to the 24 hour News channels and the Weather channels is paramount for Emergency Operations. 1.2 Background This television service serves as the primary connection to the 24 hour news cycle. The internet connection serves as a primary back-up to the military communications network and as an outlet to reduce traffic over the military bandwidth. 1.3 Scope The scope is to provide 200 mbps/20 mbps (100mps/10mbps minimum) internet access to both Camp Beauregard and Camp Cook, as well as access to the 24 hour news and weather channels. Television services must be available during inclement weather as Emergency Operations require continued access to changing news and weather conditions. 2 General Requirements This section describes the general requirements for this effort. The following sub-sections provide details of various considerations on this effort. 2.1 Non-Personal Services The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Procuring Contracting Officer (PCO) immediately. 2.2 Business Relations The contractor shall successfully integrate and coordinate all activity needed to execute the requirement. The contractor shall manage the timeliness, completeness, and quality of problem identification. The contractor shall provide corrective action plans, proposal submittals, timely identification of issues, and effective management of subcontractors. The contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all contractor personnel. 2.3 Contract Administration and Management The following subsections specify requirements for contract, management, and personnel administration. 2.3.1 Contract Management The contractor shall establish clear organizational lines of authority and responsibility to ensure effective management of the resources assigned to the requirement. The contractor must maintain continuity between the support operations at Camp Beauregard and Camp Cook and the contractor's corporate offices. 2.3.2 Contract Administration The contractor shall establish processes and assign appropriate resources to effectively administer the requirement. The contractor shall respond to Government requests for contractual actions in a timely fashion. The contractor shall have a single point of contact between the Government and Contractor personnel assigned to support contracts or task orders. The contractor shall assign work effort and maintaining proper and accurate time keeping records of personnel assigned to work on the requirement. 2.4 Subcontract Management The contractor shall 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 Contracting Officer Representative (COR). Cross teaming may or may not be permitted. 2.5 Contractor Personnel, Disciplines, and Specialties The contractor shall accomplish the assigned work by employing and utilizing qualified personnel with appropriate combinations of education, training, and experience. The contractor shall match personnel skills to the work or task with a minimum of under/over employment of resources. The contractor shall ensure the labor categories as defined in the Labor Categories document (see attachment), labor rates, and man-hours utilized in the performance of each Task Order (PWS line item) issued hereunder will be the minimum necessary to accomplish the task. The Contractor shall provide the necessary resources and infrastructure to manage, perform, and administer the contract. 2.6 Location and Hours of Work Accomplishment of the results contained in this PWS requires work at Camp Beauregard and Camp Cook. Normal workdays are Tuesday through Friday except US Federal Holidays. Workers typically work ten (10) hours per day, 40 hours per week. 2.7 Travel / Temporary Duty (TDY) Travel is not included in this effort. 3 Performance Requirements The following section specifies the Performance Objectives and Performance Elements for the contract. 3.1 Provide Internet Access for Military School operations. Performance Standards a) Standard: Not more than 200 mbps download/ 20 mbps upload but not less than 100 mbps download/ 10 mbps upload AQL: not less than 100 mbps download/ 10 mbps upload Deliverables A001 Speed test 3.2 Provide Internet Access for Joint Operations Center (Building 420) operations. Performance Standards a) Standard: Not more than 200 mbps download/ 20 mbps upload but not less than 100 mbps download/ 10 mbps upload AQL: not less than 100 mbps download/ 10 mbps upload Deliverables A001 Speed test 3.3 Provide broadcast television service for 13 Buildings at Camp Cook. Performance Standards a) Standard: Must provide access to the 24 hour News and Weather channels. AQL: Service is available. Deliverables A002 Service is available 3.4 Provide bulk broadcast television service for one distribution node (Building 408) for 18 drops at Camp Beauregard. Performance Standards a) Standard: Must provide access to the 24 hour News and Weather channels. AQL: Service is available. Deliverables A002 Service is available 4 Special Requirements This section describes the special requirements for this effort. The following sub-sections provide details of various considerations on this effort. 4.1 Security and Safety This section describes the security and safety for this effort. The following sub-sections provide details of various considerations on this effort. 4.1.1 Security DD Forms 254: Overarching security requirements and Contractor access to classified information shall be as specified in the basic DD Form 254, which will be further identified in the DD Form 254 for each TO, as required. All contractor personnel with access to unclassified information systems, including e-mail, shall have at a minimum a favorable National Agency Check (NAC). Visitor Group Security Agreement. The contractor shall sign a Contractor Visitor Group Security Agreement to protect classified information involved in performance under this contract or Task Order. The Agreement will outline responsibilities in the following areas: Contractor security supervision; Standard Practice Procedures; access, accountability, storage, and transmission of classified material; marking requirements; security education; personnel security clearances; reports; security checks; security guidance; emergency protection; protection of government resources; DD Forms 254; periodic security reviews; and other responsibilities, as required. 4.1.2 Safety Contractor Compliance: The contractor and its subcontractors shall comply with Public Law 91-596 (Occupational Safety and Health Act (OSHA)) and the Environmental, Safety, and Occupational Health (ESOH) (DODD 4715.1E). These requirements shall be incorporated into the contractors safety and health program. The Department of Defense (DoD) participates in the OSHA Voluntary Protection Program (VPP). Contractor personnel performing services on a DoD installation shall participate in the local VPP. Information on the VPP is available at http://www.osha.gov/dcsp/vpp/index.html. Mishap Notification and Investigation: The contractor and its subcontractors (if applicable) shall promptly report pertinent facts regarding mishaps involving Government property damage or injury to Government personnel and to cooperate in any resulting safety investigation. The contractor shall notify (via telephone) the cognizant contracting officer, the contracting officers representative, and/or other applicable members within four (4) hours of all mishaps or incidents. The Government person notified by the contractor will in-turn notify the Safety office. Contractor notifications made after duty hours shall be reported to the appropriate installation Command Post. If requested by the cognizant contracting officer, the contracting officers representative, and/or the cognizant program manager, the contractor shall immediately secure the mishap scene/damaged property and impound pertinent maintenance and training records until released by the investigating safety office. If the Government investigates the mishap, the contractor and the subcontractors shall cooperate fully and assist the Government personnel until the investigation is completed. 4.2 Transition The contractor shall follow the transition plan submitted as part of the proposal and keep the Government fully informed of status throughout the transition period. Throughout the phase-in/phase-out periods, it is essential that attention be given to minimize interruptions or delays to work in progress that would impact the mission. The contractor must plan for the transfer of work control, delineating the method for processing and assigning tasks during the phase-in/phase-out periods. 4.3 Government Furnished Materials The Government will make available the required access points and installation points of contact to the contractor in the performance of this contract. 4.4 Environmental Requirements None 4.5 Applicable Directives None 4.6 Quality This section describes the Quality Control components for this effort. The following sub-sections provide details of various considerations on this effort. 4.6.1 Quality Control The Contractor shall develop a QCP and maintain an effective quality control program to ensure services are performed in accordance with the contract and this PWS. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractors QCP is the means by which he assures himself that his work complies with the requirement of the contract. The finalized QCP will be accepted by the Government at the time of the award of the Task/Delivery Order. The Contracting Officer may notify the Contractor of required modifications to the plan during the period of performance. The Contractor then shall coordinate suggested modifications and obtain acceptance of the plan by the Contracting Officer. Any modifications to the program during the period of performance shall be provided to the Contracting Officer for review no later than 10 working days prior to effective date of the change. The QCP shall be subject to the Governments review and approval. The Government may find the QCP "unacceptable" whenever the Contractors procedures do not accomplish quality control objective(s). The Contractor shall revise the QCP within 10 working days from receipt of notice that QCP is found "unacceptable." 4.6.2 Quality Assurance Surveillance Plan (QASP) The Government shall monitor the Contractors performance under this Task/Delivery Order in accordance with the Governments QASP. 5 Deliverables The contractor shall provide deliverables as described in subsequent task orders. Deliverables shall be specified by the government. Format and delivery schedule for deliverables shall be outlined in CDRLs and/or other means TBD. Number Name Frequency Quantity A001 Speed test monthly 4 Random monthly speed test conducted by customer A002 Service is available monthly Service is available Performance Requirement Summary (PRS) Statements Standards/AQLs Incentive/Remedy 3.1 Provide Internet Access for Military School operations. a) Not more than 200 mbps download/ 20 mbps upload but not less than 100 mbps download/ 10 mbps upload AQL: not less than 100 mbps download/ 10 mbps upload If services is degraded for longer than 24 hours, a 5% price reduction for every day that service is degraded. If service is interrupted for any reason for longer than 12 hours, there will be no charge for service during the interruption. Statements Standards/AQLs Incentive/Remedy 3.2 Provide Internet Access for Joint Operations Center (Building 420) operations. a) Not more than 200 mbps download/ 20 mbps upload but not less than 100 mbps download/ 10 mbps upload AQL: not less than 100 mbps download/ 10 mbps upload If services is degraded for longer than 24 hours, a 5% price reduction for every day that service is degraded. If service is interrupted for any reason for longer than 12 hours, there will be no charge for service during the interruption. Statements Standards/AQLs Incentive/Remedy 3.3 Provide broadcast television service for 13 Buildings at Camp Cook. a) Must provide access to the 24 hour News and Weather channels. AQL: Service is available. If services is degraded for longer than 24 hours, a 5% price reduction for every day that service is degraded. If service is interrupted for any reason for longer than 12 hours, there will be no charge for service during the interruption. Statements Standards/AQLs Incentive/Remedy 3.4 Provide bulk broadcast television service for one distribution node (Building 408) for 18 drops at Camp Beauregard. a) Must provide access to the 24 hour News and Weather channels. AQL: Service is available. If services is degraded for longer than 24 hours, a 5% price reduction for every day that service is degraded. If service is interrupted for any reason for longer than 12 hours, there will be no charge for service during the interruption.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA16/W912NR-16-R-0024/listing.html)
 
Place of Performance
Address: 420 F. STREET, PINEVILLE, Louisiana, 71360, United States
Zip Code: 71360
 
Record
SN04145532-W 20160612/160610233908-cb39a60a9489df9e8e859775138652ff (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.