Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 21, 2023 SAM #7725
SOLICITATION NOTICE

36 -- Robotic Fuze Assembly Cell

Notice Date
1/19/2023 5:55:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333998 —
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN23Q0S2S
 
Response Due
2/8/2023 1:00:00 PM
 
Archive Date
02/23/2023
 
Point of Contact
Kim Kaschak, Nicole Thalmann
 
E-Mail Address
kimberly.j.kaschak.civ@army.mil, nicole.l.thalmann.civ@army.mil
(kimberly.j.kaschak.civ@army.mil, nicole.l.thalmann.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. �Quotes are being requested; a written solicitation will not be issued.� Solicitation No. W15QKN-23-Q-0S2S is issued as a request for quote (RFQ) and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2023-01, dated December 1, 2022. This requirement shall be competed as a small business set aside under NAICS code 333998 with a small business size standard of 500 employees. � Instructions to Offerors� 1. �Site Visit: �All offerors who intend to quote on this solicitation are strongly recommended to attend the site visit. This will give offerors the opportunity to inspect the site where the installation is to be performed to better understand the requirement. Offerors are required to schedule their site visit with the POC listed below and shall provide the full name of the individual(s) attending the site visit, vehicle make(s), model(s), license plate number(s), and state of license; each individual(s) shall have proper identification when attending the site visit. Please see provision FAR 52.237-1, Site Visit, provided in full text below:� FAR 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision) � (a) A site visit has been scheduled for -- DATE: �January 25, 2023 TIME: �10:00AM (b) Participants will meet at -- LOCATION: �Visitor�s Center, Picatinny Arsenal, NJ �07806-5000. Please call Ms. Gondela to be let in and escorted. POC: �Jessica Gondela, (973) 724-4098. Please ensure the Contract Specialist and Contracting Officer are copied on all communications concerning site visit requests.� �� �� Please note: The POC (Jessica Gondela Ph: 973-724-4098 email: �jessica.m.gondela.civ@army.mil) needs to have all offeror site visit information one (1) business day prior to the requested date to coordinate post and building access.� - Visitor's Full Name - Company Name� - Vehicle Make - Vehicle Model - License Plate Number Offerors are reminded that in no event shall failure to inspect the site constitute grounds for a claim after contract award. Due to the nature of the work associated with this requirement all personnel attending a site visit shall be U.S. citizens. All visitors will be subject to a criminal background check upon arrival at the Visitor Control Center, Picatinny, NJ 07806. Therefore, offerors shall complete the attached NCIC Release Form (ATTACHMENT 0004) prior to arrival at the Visitor Control Center. These forms SHALL NOT be emailed or sent to the Contract Specialist or Contracting Officer listed above. This form shall be completed and brought to the visitor�s center upon arrival.� Offerors shall submit all questions posed during the site visit in writing ON THE SAME DAY AS THE SCHEDULED SITE VISIT. The Government responses will be posted on PIEE/ SAM.gov as an amendment to the solicitation. � The U.S. Army Contracting Command � New Jersey intends to award a new FFP purchase order, as a competitive small business set-aside, for the procurement of a commercially available Robotic Fuze Assembly Cell in accordance with the Statement of Work (SOW) requirements, applicable government drawings and the following Contract Line-Item Numbers (CLINs): CLIN � � � � � � � � � � � � � � � � � � � � � Item Description 0001 Base � � � � � � � � � � � � � � � � � �Supply, deliver, accessories, installation, testing/verification, training/familiarization and warranty for a Robotic Fuze Assembly Cell in accordance with SOW requirements. � Qty.___1_______ � � � � � � � � � � � � Price: � �$_______________ 0002 Option � � � � � � � � � � � � � � � �Weighing station capable of measuring to .0001g, with data logging.� Qty.____1______ � � � � � � � � � � � � Price: � �$_______________ 0003 Option � � � � � � � � � � � � � � � � Depth measuring station capable of measuring to .01mm, with data logging. � Qty.___1_______ � � � � � � � � � � � � Price: � �$_______________ 0004 Option � � � � � � � � � � � � � � � � Primer seating station. Qty.___1_______ � � � � � � � � � � � � Price: � �$_______________ 0005 Option � � � � � � � � � � � � � � � �Primer crimping station. Qty.___1_______ � � � � � � � � � � � � Price: � �$_______________ 0006�� �Contract Data Requirements List (CDRL) Qty. 1�� �Price: *Not Separately Priced* The quoted prices shall include all shipping costs (if applicable) FOB Destination to the following location: Building 526 Picatinny Arsenal, NJ 07806-5000 Statement of Work (SOW) for Robotic Fuze Assembly Cell 1.�� �Background: The U.S. Army Combat Capabilities Development Command - Armaments Center (DEVCOM-AC) maintains several laboratories for ammunition safety and energetics safe life assessment. �The Research and Development (R&D) and Pilot Plant Branch of the Pyrotechnics Technology Division of DEVCOM-AC primarily performs research on pyrotechnic technologies and components to solidify next generation munition systems for lethality overmatch. To achieve increased safety, performance, precision, and quality of advanced pyrotechnic formulations, the R&D and Pilot Plant Branch requires a turn-key Robotic Fuze Assembly Cell to automate pilot-scale production operations and remove man-in-loop. 2.�� �Scope: To acquire (1) Robotic Fuze Assembly Cell designed to press pyrotechnic powder into a fuze body for an R&D pilot production line located in Bldg 526 at Picatinny Arsenal, NJ. 2.1.�� �The effort shall include design and build of the system itself, delivery, accessories, installation, testing/verification, training/familiarization, and warranty for the system. 2.2.�� �The contractor shall provide all materials, equipment, and labor necessary to deliver and install the system. 2.3.�� �All work shall be completed in accordance with this statement of work and subject to the terms of the contract. 2.4.�� �Period of Performance: The system shall be installed no later than 18 months after contract award, training shall not exceed three (3) months following installation. The period of performance for each option shall be 18 months after the option is exercised. The total period of performance, including optional system enhancements (See paragraph 4.2) shall not exceed 60 months. 2.5.�� �Place of Performance: This effort shall be performed at the following locations: 2.5.1.�� �Contractor Facility 2.5.2.�� �Building 526, Picatinny Arsenal, NJ 07806 3.�� �Government Technical Point of Contact (TPOC): TBD Bldg 526 Picatinny Arsenal, NJ 07806 4.�� �Requirements: 4.1.�� �The contractor shall design, deliver, and install a Robotic Fuze Assembly Cell (10 ft. by 8 ft. footprint) that meets the following criteria: 4.1.1.�� �Design and visualization of the system in 3D 4.1.2.�� �3D reach study 4.1.3.�� �Part, assembly and installation drawings � 4.1.4.�� �6-axis Robot Arm (~36 in. reach/~10kg capacity) and Controller� 4.1.5.�� �Press with 1\4 ton to 3\4 ton range with fine increments and input/output for Robot Arm or Programmable Logic Controller communication� 4.1.6.�� �Interchangeable dies for pressing various sized munitions, in accordance with the following Distribution D drawings, available upon request. Requests for Distribution D drawings shall be submitted to the contract specialist and accompanied by a fully executed DD Form 2345, Militarily Critical Technical Data Agreement, and a signed Non-Disclosure Agreement found in Section J, Attachments 0001, 0002 and 0003. 4.1.6.1.�� �13-10-57 rev T, Fuze Body 4.1.6.2.�� �8822132 rev Y, Fuze Body 4.1.6.3.�� �13018916 rev A, Fuze Body� 4.1.7.�� �Standalone workstation with capability to run, edit, and view any required software, codes, and scripts or upload software to any hardware� 4.1.8.�� �End of Arm tooling to manipulate munitions (roughly 1 in. x 1 in. x 3 in., 75 grams)� 4.1.9.�� �Integration of press, robot arm, via hardware and software 4.1.10.�� �Database for logging measurements 4.1.11.�� �Dashboard for viewing measurements 4.1.12.�� �Custom mobile stand for robot arm� 4.1.13.�� �Custom digitally traceable trays within cell for equipment and munitions� 4.1.14.�� �Safety and XP capabilities 4.1.15.�� �Auxiliary equipment for cell observation and operation� 4.1.16.�� �Design and drawings of any electrical panels required, to be provided within the initial project planning chart (CDRL A001, Project Planning Chart, DI-MGMT-80507C) 4.1.17.�� �Commercial Off-the-Shelf (COTS) manuals, including operating procedures, screen overviews, preventative maintenance, etc. for overall system all COTS components (CDRL A002, Commercial Off-the-Shelf (COTS) Equipment Manual Requirements, DI-TMSS-80527D) 4.2.�� �System Enhancements: Any enhancement(s) shall add functionality/usability to the system, however, whether the enhancement is pursued or not, the system shall still meet the remainder of this purchase description. All enhancements shall include integration of new stations with current cell. All enhancement(s) shall function independently of each other and any combination of enhancements shall function properly. The Government will choose which enhancements to pursue. These enhancements may be exercised as Options at any time within the first 21 months after base contract award and must be delivered, installed and training provided within 18 months after option is exercised. 4.2.1.�� �Weighing station capable of measuring to .0001g, with data logging� 4.2.2.�� �Depth measuring station capable of measuring to .01mm, with data logging� 4.2.3.�� �Primer seating station 4.2.4.�� �Primer crimping station� 4.3.�� �Project Planning Chart: Within three (3) months after contract award, the contractor shall provide a single Gantt Chart showing the project schedule from contract award through final inspection for the system. Additionally, the Gantt Chart shall be provided monthly after the initial project schedule. (CDRL A001, Project Planning Chart, DI-MGMT-80507C) � 4.4.�� �Acceptance Testing: The complete factory and site acceptance plan for the system shall be developed by the contractor; reviewed and modified/approved (as appropriate) by the Government contract technical representative; and mutually agreed upon prior to conducting any test. Documentation verifying the acceptance testing and verification shall be provided to the Government. (CDRL A003, Acceptance Test Plan). 4.4.1.�� � Factory Acceptance Testing� 4.4.1.1.�� �The contractor shall completely assemble and set up the system, robot hardware/software, subsystem hardware/software, data recording, and perform in-process testing at their facility.� 4.4.1.2.�� �If available, Government will provide inert assets for the factory acceptance tests. 4.4.1.3.�� �Once the Government has approved the Factory Acceptance Test plan, the contractor shall notify the TPOC via email and within thirty (30) days the Government shall send representative(s) to verify the following: 4.4.1.3.1.�� �The Government representative(s) shall verify the robot hardware/software and subsystem hardware/software. 4.4.1.3.2.�� �The contractor shall demonstrate the ability to automatically and completely process the part, with data logging active. 4.4.1.3.3.�� �The contractor shall demonstrate the ability to process a production run of 12 assets 4.4.1.3.4.�� �The contractor shall demonstrate the ability to create/edit a program� 4.4.1.3.5.�� �The contractor shall demonstrate the data collection. 4.4.1.3.6.�� �The contractor shall demonstrate all pursed enhancements. 4.4.1.4.�� �Upon successful demonstration of the above, the Government will give approval to ship the system to Picatinny Arsenal for installation. 4.4.2.�� � Site Acceptance Testing 4.4.2.1.�� � Once installation at Picatinny Arsenal is completed and the Government has approved the Site Acceptance test plan, the contractor shall notify the Government POC via email and within one (1) week the Government representative(s) shall verify the following:� 4.4.2.1.1.�� �The Government representative(s) shall verify the robot hardware/software and subsystem hardware/software. 4.4.2.1.2.�� �The contractor shall demonstrate the ability to automatically and completely process the part, with data logging active. 4.4.2.1.3.�� �The contractor shall demonstrate the ability to process a production run of 12 assets 4.4.2.1.4.�� �The contractor shall demonstrate the ability to create/edit a program� 4.4.2.1.5.�� �The contractor shall demonstrate the data collection. 4.4.2.1.6.�� �The contractor shall demonstrate all pursed enhancements. 4.5.�� �Warranty - All standard commercial Warranty provisions shall be included, but at a minimum shall include one (1) year parts and labor from the time of acceptance (for each system) for defects in material and workmanship. 4.6.�� �Delivery and Installation 4.6.1.�� �Deliver to: 4.6.1.1.�� �ATTN: TBD, Building 526, Picatinny Arsenal, NJ 07806 4.6.2.�� � Installation 4.6.2.1.�� �The systems shall be installed by the contractor/vendor�s qualified representative(s) in the government�s designated facilities/locations (inert) at Picatinny Arsenal, NJ. All items shall be assembled and installed utilizing best commercial practices and manufacturer�s installation procedures. The government shall supply all required utilities within ten (10) feet of the installation site. To have the utilities installed and ready for connections, the contractor shall provide a list of all required utilities long with the required quantity and description, within the initial project planning chart (CDRL A001, Project Planning Chart) 4.7.�� �Training and Support 4.7.1.�� �The contractor shall provide training for four (4) persons at Bldg. 526 Picatinny Arsenal, NJ 07871. �The training shall include: 4.7.1.1.�� �Basic programming of robot 4.7.1.2.�� �PLC Training 4.7.1.3.�� �System Usage 4.7.2.�� �The contractor shall develop training instruction (e.g. manuals), training criteria (e.g., desired learning outcomes and performance goals), and evaluation methods and metrics to verify training effectiveness in accordance with criterial (e.g., performance measurements such as number of tasks correctly completed within a prescribed time). �The contractor may use MIL-HBK-29612-2A � Department of Defense Handbook, Instructional Systems Development/Systems Approach to Training and Education (Part 2 of 5), 31 August 2001 as guidance. (CDRL A004, Training Materials) 5.�� �Environmental Requirements: 5.1.�� �The Contractor shall adhere to all local, county, state, Army and federal policies, directives, executive orders and regulations required including, but not limited to 32 CFR Part 651, AR 200-1 (Environmental Protection and Enhancement), 40 CFR Code of Federal Regulations, and Picatinny Arsenal local policies/regulations in order to maintain environmental compliance for the duration of the contract. �Local policies that must be adhered to include the Picatinny Environmental Bulletin and the Installation Environmental Policy. �These documents can be found on the Picatinny Environmental Management System website (https://picac2w5.pica.army.mil/pems) or can be obtained from the TPOC. Technical Point of Contact (TPOC) 6.�� �Safety Requirements: 6.1.�� �The contractor shall adhere to all local, state, and federal rules and regulations required in order to maintain a safe and non-hazardous occupational environment throughout the duration of this contract.� 6.2.�� �Accident/Incident Report: The contractor shall report immediately any major accident/incident (including fire) resulting in any one or more of the following: �causing damage of Government property exceeding $10,000; affecting program planning or production schedules; degrading the safety of equipment under contract, such as property damage may be involved; identifying a potential hazard requiring corrective action which are related to this contract. The contractor shall prepare an Accident/Incident report for each incident. (CDRL A005, DI-SAFT-81563) 6.3.�� �The contractor employees, including subcontractor employees, shall comply with all building, installation, facility and security policies and procedures such as all fire drills and building evacuations. �The contractor shall report their evacuation immediately to the TPOC to confirm compliance. 7.�� �Security Requirements: 7.1.�� �The security classification of this effort is UNCLASSIFIED. 7.2.�� �All contractor employees, including subcontractor employees, requiring access to Department of Defense installations, facilities, or controlled access areas shall complete AT Level I awareness training within 45 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies and within 12 months prior to travel outside of the US, then annually thereafter. The contractor shall 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 14 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at http://jkodirect.jten.mil/. (CDRL A006, DI-MISC 80678) 7.3.�� �All contractor employees, including subcontractor employees, shall comply with all installation and facility access and local security policies and procedures (provided by the Government representative), and security/emergency management exercises. The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. Contractor workforce must comply with all personal identity verification requirements (CFR clause 52.204-9, Personal Identity Verification of Contract Personnel) 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. During FPCONs Charlie and Delta, services/installation access may be discontinued/postponed due to higher threat. Services will resume when FPCON level and or threat is reduced to an acceptable level as determined by the Installation Commander. Contractor personnel working on an installation are required to participate in the Installation Random Antiterrorism Measures Program as directed. Contractors may be subject to and must comply with vehicle searches, wearing of ID badges, etc. Failure to comply with policies and procedures could result in barred access onto the installation. 7.4.�� �All contractor employees, including subcontractor employees, shall receive training and participate in the local iWATCH program (training standards provided by the requiring activity ATO). This locally 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 45 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies, and then annually thereafter. The contractor shall 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 14 calendar days after completion of training by all employees and subcontractor personnel. (CDRL A006, DI-MISC 80678) 7.5.�� �Contractor and all associated subcontractor employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (Army Directive 2014-05/AR 190-13); applicable installation, facility and area commander installation and facility access and local security policies and procedures (provided by Government representative); or, at OCONUS locations, in accordance with status-of-forces agreements and other theater regulations. 7.6.�� �The Contractor shall be capable of accessing, handling, receiving, and storing UNCLASSIFIED documents, equipment, hardware, and test items, using the applicable standards of FOUO information. Controlled Unclassified Information (documents designated as FOR OFFICIAL USE ONLY and/or LIMITED DISTRIBUTION) shall be submitted by a controlled means using USPS mail, Safe Access File Exchange (SAFE) website and/or DoD Army approved encryption software as per AR 25-1. 7.7.�� �DFARS Clause 252.225-7048, Export-Controlled Items applies to this effort. All documents determined to contain export controlled technical data will be marked with the following notice: WARNING: - This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., App. 2401 et seq. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25. 7.8.�� �The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan, in accordance with DI-MGMT-80934C, within 90 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer, per AR 530-1, Operations Security. This SOP/Plan will specify the project�s critical information, why it needs to be protected, where it is located, who is responsible for it, and how to protect it. In addition, the contractor shall identify an individual who will be an OPSEC Coordinator. The contractor will ensure that this individual becomes OPSEC Level II certified per AR 530-1. CCDC Armaments Center OPSEC POC e-mail: usarmy.pica.ccdc-ac.mbx.ardec-opsec@army.mil. (CDRL A007, DI-MGMT-80934C). 7.9.�� �Per AR 530-1 (or DoDM 5205.02-M), new contractor employees, including subcontractor employees, must complete initial OPSEC training within 30 calendar days of reporting for duty and must also complete annual OPSEC awareness training as provided by the appropriately designated OPSEC level II trained OPSEC Officer/Coordinator. The Contracting Officer Representative (COR) or Agreements Officer Representative (AOR) can request DEVCOM-AC OPSEC training from DEVCOM-AC OPSEC POC e-mail: usarmy.pica.devcom-ac.mbx.ardec-crb@army.mil. (CDRL A006, DI-MISC 80678) 7.10.�� �Per AR 530-1(or DoDM 5205.02-M), an OPSEC review is required prior to all public releases. All government information intended for public release by a contractor will undergo a government OPSEC review prior to release. 7.11.�� �System Security Plan and Plans of Action and Milestones (SSP/POAM) Reviews:� (a) Within thirty (30) days of contract award, unless otherwise notified by the Government, the Contractor shall make its System Security Plan(s) (SSP(s)) for its covered contractor information system(s) available for review by the Government at the Contractor's facility. The SSP(s) shall describe how the National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 security requirements are implemented as required by Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.204-7012, which is included in this contract, and identify all applicable Commercial and Government Entity Code codes affected. The Contractor shall fully cooperate in the Government's review of the SSPs at the Contractor's facility. (b) If the Government determines that the SSP(s) does not adequately describe how the NIST SP 800-171 security requirements are implemented, then the Government shall notify the Contractor of each identified deficiency. The Contractor shall correct any identified deficiencies within thirty (30) days of notification by the Government. The contracting officer may provide for a correction period longer than thirty (30) days and, in such a case, may require the Contractor to submit a Plan of Action and Milestones (POAM) for the correction of the identified deficiencies. The Contractor shall immediately notify the contracting officer of any failure or anticipated failure to meet a milestone in such a POAM. (c) Upon conclusion of the correction period, the Government may conduct a follow-on review of the SSP(s) at the Contractor's facilities. The Government may continue to conduct follow-on reviews until the Government determines that the Contractor has corrected all identified deficiencies in the SSP(s). (d) The Government may, in its sole discretion or in response to a cyber incident, conduct subsequent reviews at the Contractor's site to verify the information in the SSP(s). The Government may conduct reviews at any time upon thirty (30) days' notice to the Contractor. (CDRL A008, DI-MGMT-82247) 7.12.�� �Compliance to NIST SP 800-171: (a) The Contractor shall fully implement the Controlled Unclassified Information (CUI) Security Requirements (Requirements) in NIST SP 800-171 in effect at the time the solicitation is issued or as authorized by the Contracting Officer, or establish a SSP(s) and POAMs) that varies from NIST SP 800-171 only in accordance with DFARS clause 252.204-7012(b)(2), for all covered contractor information systems affecting this contract. (b) Notwithstanding the allowance for such variation, the Contractor shall identify in any SSP and POAM their plans to implement the following, at a minimum: (1) Implement Requirement 3.5.3 (Multi-factor authentication). This means that multi-factor authentication is required for all users, privileged and unprivileged accounts that log into a network. In other words, any system that is not standalone should be required to utilize acceptable multi-factor authentication. For legacy systems and systems that cannot support this requirement, a combination of physical and logical protections acceptable to the Government may be substituted; (2) Implement Requirement 3.1.5 (least privilege) and associated Requirements, and identify practices that the Contractor implements to restrict the unnecessary sharing with, or flow of, covered defense information to its subcontractors, suppliers, or vendors based on need-to-know principles; (3) Implement Requirement 3.1.12 (monitoring and control remote access sessions)-Require monitoring and controlling of remote access sessions and include mechanisms to audit the sessions and methods; (4) Audit user privileges on at least an annual basis; (5) Implement Requirement 3.13.11 (Federal Information Processing Standards (FIPS) 140-2 validated cryptology or implementation of National Security Agency- or NIST-approved algorithms (i.e., FIPS 140-2 Annex A: Advanced Encryption Standard (AES) Or Triple Data Encryption Standard (DES) or compensating controls as documented in a SSP and POAM)); (6) Implement Requirement 3.13.16 (Protect the confidentiality of CUI at rest) or provide a POAM for implementation which can be evaluated by the Government Program Manager for risk to the program; (7) Implement Requirement 3.1.19 (encrypt CUI on mobile devices) or provide a plan of action for implementation which can be evaluated by the Government Program Manager for risk to the program.� 7.13.�� �Army Counterintelligence (CI) Outreach: The Contractor shall engage, whenever practicable, with Army Cl industry outreach efforts and consider recommendations for hardening of covered contractor information systems affecting Army programs and technologies; and make Contractor personnel available for threat briefings specific to foreign intelligence threats to Army programs and technologies. 7.14.�� �Cyber Incident Response: (a) The Contractor shall, within fifteen (15) days of discovering the cyber incident (inclusive of the 72-hour reporting period in DFARS clause 252.204-7012), deliver all data used in performance of the contract that the Contractor determines is impacted by the incident and begin assessment of potential warfighter/program impact. Incident data shall be delivered in accordance with the Department of Defense Cyber Crimes Center (DC3) Instructions for Submitting Media available at http:// www.acq.osd.mil/dpap/dars/pgi/docs/lnstructions_for_Submitting_Media.docx. In delivery of the incident data, the Contractor shall, to the extent practical, remove contractor-owned information from Government covered defense information. (b) If the Contractor subsequently identifies any such data not previously delivered to DC3, then the Contractor shall immediately notify the contracting officer in writing and shall deliver the incident data within ten (10) days of identification. In such a case, the Contractor may request a delivery date later than ten (10) days after identification. The contracting officer will approve or disapprove the request after coordination with DC3. (A009, DI-MGMT-82191) 7.15.�� �Army CI/Industry Monitoring: (a) In the event of a cyber incident or at any time the Government has indication of a vulnerability or potential vulnerability, the Contractor shall cooperate with the Army Cl, which may include cooperation related to: threat indicators; pre-determined incident information derived from the Contractor's infrastructure systems; and the continuous provision of all Contractor, subcontractor, or vendor logs that show network activity, including any additional logs the Contractor, subcontractor or vendor agrees to initiate as a result of the cyber incident or notice of actual or potential vulnerability. (b) If the Government determines that the collection of all logs does not adequately protect its interests, the Contractor will coordinate with Army Cl to implement additional measures, which may include allowing the installation of an appropriate network device that is owned and maintained by the Army Cl, on the Contractor's information systems or information technology assets. The specific details (e.g., type of device, type of data gathered, monitoring period) regarding the installation of an Army Cl network device shall be the subject of a separate agreement negotiated between Army Cl and the Contractor. In the alternative, the Contractor may install network sensor capabilities or a network monitoring service, either of which must be reviewed for acceptability by Army Cl. Use of this alternative approach shall also be the subject of a separate agreement negotiated between Army Cl and the Contractor. (c) In all cases, the collection or provision of data and any activities associated with this statement of work shall be in accordance with federal, state, and non-US law. 8.�� � Data Deliverables 8.1.�� �A001 Project Planning Chart� 8.2.�� �A002 COTS Equipment Manuals 8.3.�� �A003 Acceptance Test Plan 8.4.�� �A004 Training Materials 8.5.�� �A005 Accident/Incident Report 8.6.�� �A006 Security Training 8.7.�� �A007 OPSEC SOP 8.8.�� �A008 System Security Plan 8.9.�� �A009 Cyber Incident Response The following Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) provisions/clauses are applicable and are incorporated by reference: �FAR: 52.202-1, 52.203-3, 52.203-5, 52.203-6 Alt. I, 52.203-7, 52.203-11, 52.203-19, 52.204-7, 52.204-10, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.204-20, 52.204-21, 52.204-22, 52.204-23, 52.204-24, 52.204-25, 52.204-26, 52.207-1, 52.209-10, 52.212-1, 52.212-3, 52.212-4, 52.212-5; 52.214-34, 52.214-35, 52.215-1, 52.215-8, 52.217-5, 52.217-7, 52.217-9, 52.219-1, 52.219-8, 52.219-14, 52.222-22, 52.222-25, 52.222-41, 5...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/50c00ed01cf243e6a41aaa3ba8b44cd4/view)
 
Place of Performance
Address: Picatinny Arsenal, NJ 07806, USA
Zip Code: 07806
Country: USA
 
Record
SN06568169-F 20230121/230119230109 (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.