Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2019 SAM #6583
SOURCES SOUGHT

D -- Request for Information (RFI) Maintenance and Operations (M&O) Services for a Motorola Project 25 (P25) Phase II Land Mobile Radio (LRM) System

Notice Date
12/6/2019 7:49:50 AM
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
NASA-GSFC-RFI-Maintenacne-Operations-Services-LRM
 
Response Due
1/3/2020 1:30:00 PM
 
Archive Date
01/18/2020
 
Point of Contact
Tiera Greene , Phone: 301-286-8003, Maikeyza Brown, Phone: 301-286-4473
 
E-Mail Address
Tiera.M.Greene@nasa.gov, Maikeyza.Brown-1@nasa.gov
(Tiera.M.Greene@nasa.gov, Maikeyza.Brown-1@nasa.gov)
 
Description
The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-Owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for sustaining Maintenance and Operations (M&O) services on a fully redundant Motorola Project 25 (P25) Phase II compliant Land Mobile Radio (LMR) system that was installed in October 2017. The M1 system core is located in Greenbelt, MD, with connectivity to the following hub locations: Wallops Flight Facility (WFF) in Wallops Island, VA, NASA’s Goddard Institute for Space Studies (GISS) in New York, NY, and the Katherine Johnson Independent Verification and Validation (IV&V) Facility in Fairmont, WV. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.The North American Industry Classification System (NAICS) code for this procurement is 811213 Communication Equipment Repair and Maintenance, with a size standard of $12.0 million dollars.NASA intends to award a single contract to provide M&O on all infrastructure components, including five (5) dispatch locations (three (3) located at Greenbelt and two (2) at WFF), a Verint logging recorder and three (3) playback clients, as well as, repairing defective portable, desktop and vehicle-mounted radios at all four (4) locations. Each site uses the same Ultra High Frequencies (UHF), but each location is designed to meet site-specific requirements. Greenbelt is a single 5-channel trunking site; WFF a two-site 6-channel simulcast site; IV&V a 2-channel trunking site and GISS uses an APX 7500 consolette connected to a Conventional Channel Gateway (CCGW) that provides a means for interfacing the consolette with the NASA/GSFC core in Greenbelt, MD. There are approximately 1300 portable, desktop and vehicle-mounted radios between all four 4 sites.The scope of work includes but is not limited to:Information Security:The Contractor shall ensure all LMR system components stay compliant with Information Technology (IT) security standards defined by the Office of Management and Budget (OMB) Circular A-130, NIST Special Publications 800-37 and 800-53a and the NASA Procedural Requirements (NPR) 2810.1a, Security of Information Technology. While NASA will have the responsibility to update the System Security Plan (SSP) to include the new P25 LMR IT system, the Contractor shall perform the following duties, in collaboration with NASA, to make required updates to the SSP and ultimately gain Authorization and Accreditation (A&A): Provide a written response to system-specific security controls upon request from NASA for inclusion in the SSP. Participate in an official audit of A&A compliance of the P25 IT System Resolve issues where the IT System is not compliant with NASA and NIST requirements.The Contractor shall ensure that A&A compliance is maintained for the Term of the Contract. Contractor duties include the proactive maintenance of software (e.g. Operating System updates, anti-virus updates), and participation in the NASA Continuous Monitoring process to include the routine testing of security controls and the ongoing remediation of security deficiencies. The Contractor shall also include alternative/contingency plans if any upgrades or updates fail to work.The Contractor shall comply with the latest version of the NIST Special Publication 800-53 rev 4 (Recommended Security Controls for Federal Information Systems and Organizations) for a moderate system.The Contractor shall review results of NASA provided vulnerability scanning against the operational system and report upon the impact of applying recommended updates to system configurations or Operating Systems (OS), and apply updates that are expected to improve the confidentiality, integrity, or availability of the system without adversely affecting performance. The Contractor shall support the NASA Vulnerability Management program upon request, by participating in monthly and/or quarterly vulnerability scans to ensure that there is no operational impact to the LMR system. The Contractor shall provide NASA a justification for not installing recommended updates and develop a Plan of Action and Milestone (POAM) for each vulnerability that cannot be mitigated.The Contractor shall comply with NASA requirements for malicious code protection by providing the current version of the NASA standard anti-malware software (i.e. Symantec Endpoint Protection (32 and 64 bit)) on all compatible hosts. The Contractor shall procure and maintain compliant licensing and ensure that the version of the application, signature files, and engines are maintained per NASA standards.The Contractor shall comply with NASA requirements for patch management.The Contractor shall validate system compliance against the Agency Security Configuration Standards (ASCS), and the Center for Internet Security (CIS) Benchmarks.The Contractor shall provide documentation that demonstrates that any remote connections for management, monitoring, and troubleshooting are compliant with NASA security policy.The system shall meet NIST and other NASA Security requirements and standards to ensure end-to-end user confidentiality. This requirement shall extend to the subscriber, dispatch and RF Site equipment, both local and remote. The Contractor shall describe their security posture.The system shall allow for secure access from the Contractor’s Network Operations Center (NOC) facility. The Contractor’s NOC shall be federally certified.The system shall allow for the local and remote distribution of security updates and patches while continuing to provide wide area LMR service to subscribers and Dispatch Consoles.The system shall comply with Federal Information Processing Standard (FIPS) 140-2, the Minimum Security Requirements for Federal Information and Information Systems.The Contractor shall participate in annual and ad-hoc A&A continuous monitoring activities.The Contractor’s solution shall describe their support and compliance with IPv6.Spectrum and Regulatory ComplianceThe Contractor shall ensure that all LMR equipment meet P25 requirements for Chapters 5 and 8 of the latest version of the National Telecommunications and Information Administration (NTIA) Rules and Regulations for Radio Equipment.In the event that the Government or Contractor suspects that the LMR system is interfering with Government Furnish Equipment (GFE) systems; the Contractor shall provide a written analysis of frequencies and power densities transmitted by the Radio Frequency (RF) Site, and take immediate action to isolate and eliminate the source of interference.The Contractor shall comply with emergency response standards provided by National Fire Protection Association (NFPA) 1221 and NFPA 1561.The Contractor shall ensure that lightning and surge protection on all LMR system infrastructure components is sufficient. The Contractor shall ensure that all equipment is properly grounded by attachment to building and/or tower grounding system as applicable, and in accordance with the latest revision of the National Electrical Code (NEC).Preventative Maintenance:The Contractor shall actively monitor LMR hardware and software components on a 24x7x365 basis, and an alerting function shall be configured to provide real-time alerts to both the Contractor and NASA when failures and/or system errors are detected. The Contractor shall provide a Preventative Hardware Maintenance Plan (PHMP) for NASA approval within one (1) month of the contract effective date that includes the plan and interval to perform preventative maintenance activities for each hardware device, and the mechanism and procedure by which the Contractor is notified of changes to any vendor preventative maintenance guidelines. The Contractor shall notify NASA immediately when LMR application software updates are available, including but not limited to patches or product enhancements available through the software maintenance program; identifying the nature of the update and any enhancements or new features contained within the update. The Contractor shall install such updates on fielded LMR components within one (1) month after receiving written approval from NASA, and train NASA when new features are available.The Contractor shall implement a technical procedure, schedule, and plan of action to maintain all software within the entire computing environment. This plan shall include all devices that require software or firmware updates (e.g. application and Operating System software, anti-virus), the process to identify when new updates are required, the method to distribute updates to each type of affected device, and method to verify that updates were successfully deployed. The Contractor shall test all updates in a lab environment prior to fielding and ensure that all updates are fielded within one month of release.The Contractor shall, upon NASA request, assist in the development of a Contingency Plan and the testing of disaster recovery scenarios.The Contractor shall develop and submit a risk analysis report on a yearly basis, due 10 days after the end of the calendar year, which proactively identifies areas that need improvement, such as hardware reliability, system timing, coverage assessment, and system configuration. The risk analysis shall include a physical survey of the equipment and operating conditions.Corrective Maintenance:The Contractor shall provide a full warranty for all hardware and software that is installed after contract award and bear all material and labor costs to replace any components that fail due to normal operational usage (the Contractor is not expected to cover damaged equipment that result from Acts of Mother Nature, or NASA’s negligence).The Contractor shall use original equipment replacement items when performing remedial maintenance. In the event that original parts are not available, the Contractor shall guarantee that parts are replaced with those of equivalent form, fit, and function, and that all parts are certified for use by NASA and relevant regulatory authorities.Greenbelt or Wallops: The Contractor shall arrive on-site at Greenbelt or Wallops to address the failure of LMR infrastructure and coverage enhancing equipment within two (2) hours of outage notification, inclusive of travel time, on a 24x7 basis, 365 days per year. If unable to meet the two (2) hour criteria, the Contractor shall notify the facility points of contact personnel as soon as possible. The Contractor shall restore failed services within 4 hours of arriving on-site at Greenbelt or Wallops, on a 24x7 basis, 365 days per year. The Contractor shall ensure that replacements parts for all infrastructure equipment are readily available in order to meet the 4-hour criteria for return to service.The Contractor shall repair or replace all non-working hand-held and desktop radios and restore to original working condition within three (3) days after receiving the defective unit, unless the unit is broken beyond repair.IV&V or GISS: The Contractor shall arrive on-site at IV&V or GISS to address and restore the failure of LMR infrastructure and any coverage enhancing equipment by the next business day after outage notification, inclusive of travel time, on an 8am-5pm, Monday through Friday basis. The Contractor shall ensure that service is fully restored on the same day as arriving on site to begin troubleshooting. If service cannot be restored the same business day, the Contractor shall notify the IV&V or GISS Site Representative, as well as, the Greenbelt Contracting Officer Representative (COR). The Contractor shall repair or replace all non-working hand-held and desktop radios and restore to the original working condition within four (4) weeks after receiving the defective unit, unless the unit is broken beyond repair.Program Control:The Contractor shall support monthly status teleconferences or attend in-person as required. The status reviews shall start one (1) month after contract award and continue through the life of the contract, and include as a PowerPoint presentation the project action items, schedule, and status of task orders.The Contractor shall support an in person presentation to NASA management at the Greenbelt facility on a quarterly basis that includes items such as current contract status, outstanding issues and proposed resolutions and implementation schedule.The Contractor shall provide a monthly report that includes all integration, preventative maintenance, and corrective maintenance activities performed during the given month, and a schedule for planned activities. Both reports shall be sent to the Greenbelt Contracting Officer’s Representative (COR) by the 10th day of the month following a completed month.Upon NASA request, the Contractor shall assist NASA in the production of any project management documentation and deliverables required by the GSFC Code 720 Configuration Control Board (CCB) or other NASA LMR stakeholders (e.g. Facilities Management Division, Protective Services, and Health & Safety).Capability Statements shall be submitted electronically only, via e-mail, to the primary Point of Contact (POC) listed below. The Capability Statement, exclusive of a one-page summary, shall NOT exceed five (5) pages (including attachments) and shall contain a minimum font size of 12 in Times New Roman. Additionally, the Capability Statement shall list at a minimum two (2) relevant past performance experience covering the past three (3) years and include the following information:(1) Highlight relevant contract work performed for the functional areas outlined above(2) Contract number,(3) Contract type,(4) Dollar value of each contract,(5) Number of employees and(6) Customer point of contact address, current phone number and current e-mail address.To facilitate a prompt review, a one-page summary shall be included with your Capability Statement which shall identify your company's specific capabilities that are relevant to, and reflect the magnitude of, these requirements. The one-page summary will not count against the five (5) page limit. The one (1) page summary shall include:(1) Company's name, address, primary POC and telephone number,(2) Size of business;(3) Company's average annual revenues for the past three (3) years and total number of employees;(4) Ownership;(5) Number of years in business;(6) Company's Government size standard/type classification (Large, Small, Small Disadvantaged, 8(a), Women-owned, Veteran Owned, Service Disabled Veteran, Historically Black Colleges and Universities/Minority Institutions, HUB Zone business);(7) Affiliate information: parent company, joint venture partner(s), potential teaming partner(s), prime contractor (if potential sub) or subcontractors (if potential prime); and point of contact position, address and phone number;(8) Applicable NAICS Code(s); and(9) DUNS number and CAGE Code (for prime and subcontractor/teaming partners).It is not sufficient to provide only general brochures or generic information. Responses shall include the company's specific area of interest in this acquisition as being either a potential prime contractor or subcontractor.All technical questions should be directed to Katie Poole, Contracting Officer Representative via electronic mail (e-mail) at katie.poole@nasa.gov. All procurement questions should be directed to Tiera Greene, Contract Specialist via e-mail at Tiera.m.Greene@nasa.gov.Responses shall be submitted via e-mail (in either Microsoft Word or Adobe Portable Document Format (PDF), to Tiera Greene, Contract Specialist at Tiera.m.Greene@nasa.gov, no later than 4:30 pm (EST), Friday, January 3, 2020. Please reference M&O Services for a Motorola Project 25 (P25) Phase II LMR System Capabilities Statements in any responses.This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in www.beta.sam.gov. It is the potential Offeror's responsibility to monitor this site for the release of any solicitation or synopsis.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c140bde0f58d4568b921039bb92763a7/view)
 
Place of Performance
Address: 34775, MD 20771, USA
Zip Code: 20771
Country: USA
 
Record
SN05511375-F 20191208/191206230253 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.