Presolicitation Notice – Norfolk MSC VTC Suite Integration
Federal Information & News Dispatch, Inc. |
Notice Type: Presolicitation Notice
Posted Date:
Office Address:
Subject: Norfolk MSC VTC Suite Integration
Classification Code: 70 - General purpose information technology equipment
Solicitation Number: N00033-14-Q-6005
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): All work under this order will be completed at the MSC Norfolk facility (
Place of Performance (zipcode): 23511
Place of Performance Country: US
Description:
Military Sealift Command
MSC DC
Military Sealift Command Synopsis 1. Action Code: Pre-solicitation 2. Date:
MSC
18.1.2 Secure/Non-secure VTC Suite 2 (existing SP-64 conference room) 1. Dual 55" displays 2. Ceiling speakers 3. One (1) HD cameras 4. Ceiling microphones 5. Four (4) computer interfaces a. KVM NIPR/SIPR at podium b. Laptop/legacy connection at podium c. NIPR from
18.1.3
18.1.4 Option for VTC Manager Office 1. Four (4) 32" LCD displays to mirror images of main and left displays in each VTC Suite 2. Video Only (Manager VTC only requires video)
18.2 References
The Contractor shall comply with all applicable references as outlined in Table 3. This is not an all-encompassing list as IT documentation is an ever changing and the Contractor shall be expected to comply with the most updated guidance as directed.
Table 3 Document Source No./Version United States Code Title 10 United States Code Title 31 OMB Circular A-11 Circular A-123 Circular A-127 Circular A-136
19. Place of Performance: All work under this order will be completed at the MSC Norfolk facility (
20. Period of Performance: All work under this order shall be completed by
21. Order Type: This is a firm-fixed-price order. All supplies and services as described in this order shall be provided for the total price specified in this order.
22. Deliverables: All deliverables will be prepared using Microsoft Office products (Word, Excel, Project, PowerPoint).
All deliverables shall comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), and the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (36 CFR part 1194). Exception to this must be approved in writing by the COR or Contracting Officer.
General deliverables required, are outlined below (All costs associated with these reports are considered to be part of the Contractor's fixed rates).
Required Delivery Schedule Task Deliverable Distribution Delivery 4.0 POA&Ms COR 5 business days after award
23. Performance Standards: This is a Performance Based Contract in accordance with FAR 37.6. The Performance Work Statement provides specific requirements to accomplish the work, documenting the method of approach, analytical tools, and staff required. The Contractor shall be evaluated on their ability to process orders and its ability to process NEURS data. The Government shall monitor the Contractor's performance under this contract using quality assurance procedures developed by the Government known as a Performance Assessment Plan (PAP) (Attachment 1). Typical procedures might include random sampling, checklists, inspections, and customer complaints. This is not an all-inclusive list.
24. Common Access Cards (CAC) and Contractor Identification:
24.1
24.1.1 Authorized Personnel. CACs are to be issued only through the auspices of a Trusted Agent (TA) (assigned after contract award), and only to U.S. Citizens or other individuals as authorized by Commander, Military Sealift Command (MSC). The contractor shall coordinate with the TA to ensure contractor employees have been entered into the web based Contractor Verification System (CVS).
24.2 Tracking and Disposition. Since the card is Government property, contractors are responsible for the control of CAC issued to their personnel under MSC contract. In order to ensure positive control of CAC, contractors shall, at a minimum:
24.2.1 Require employees to surrender their CAC to the COR at the end of his/her employment. 24.2.2 The Contractor shall surrender all CACs issued in the performance of a subject contract upon: 1) Termination of the contract; 2) As directed by the issuing authority, the Trusted Agent or the Contracting Officer.
24.3 CAC Reporting. The Contractor shall provide to the Contracting Officer:
24.3.1 A semi-annual list of all CACs issued to contractor employees and subcontractor's employees. The list shall state: 1) Names of the employee; 2) Location of CAC (e.g., with employee, returned to issuing office). 24.3.2 A report shall be made within 24 hours of discovering any CAC is lost, stolen or destroyed. The Contracting Officer shall then generate a report to the Trusted Agent for cancellation of the card.
24.4 Contractor Identification.
24.4.1 Contractor employees must be clearly identifiable while on Government property by wearing appropriate badges.
24.4.2 Contractor personnel and their subcontractors must identify themselves as Contractors or subcontractors during meetings, telephone conversations, in electronic messages, or correspondence related to this contract.
24.4.3 Contractor-occupied facilities (on
25. Designation of Contracting Officer's Representative (COR):
25.1 The Contracting Officer has designated the person named below as the authorized COR for this contract:
NAME: TO BE PROVIDED AT AWARD. CODE: ADDRESS: PHONE: FAX:
25.2 The COR is a representative of the Contracting Officer and is responsible for the following:
1. Providing Technical Direction and/or approval of changes in level of effort, to the extent the changes reduce the level of effort. An increase in the level of effort is not authorized. 2. Determining that hours invoiced reflect hours actually worked per labor category. 3. Final inspection and acceptance of all deliverables under the contract.
26. Authorized Changes Only by the Contracting Officer:
26.1 Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause of this contract.
26.2 The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract.
26.3 The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, said authority remains solely the Contracting Officer's. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase incurred as a result thereof. The address and telephone number of the Contracting Officer is:
NAME: TBD ADDRESS: TBD TELEPHONE: TBD
27. Security: All work under the contract is UNCLASSIFIED.
This effort may require access to
Contractors must have a facility clearance, up to SECRET, prior to contract award. An interim facility clearance prior to contract award is also acceptable.
Security requirements are described in Section J, Exhibit 2 (
28. Personnel Requirements:
28.1 All Contractor personnel shall have completed the requirements identified in Attachment J-7 (DoD Information Assurance Workforce Improvement Program (8570.01M)).
28.2 All Contractor personnel performing work under this order shall be fluent in English and citizens of
28.3 Specific Personnel Requirements: Contractor Personnel l shall meet the minimum requirements specified below.
28.3.1 Video Teleconferencing Engineer: demonstrate experience as a VTC design engineer, VTC/Video Technicians, and Control System Programmer.
29. Set-aside Status: This requirement will be procured as a firm-fixed price, total small business set-aside procurement in accordance with FAR 19.502.
Rationale for Small Business Strategy (as required by ASN(RDA) Memorandum, Improving Communications During the Market Research Process, dated 2 June 2014):
Several respondents provided information pertaining to the
(a) Competition. Based on the responses to the
(b) Small Business. Many of the respondents are small businesses. Due to the reasonable expectation of two or more small business offers, a total small business set-aside will be used in accordance with FAR 19.502-2.
(c) Commercial Items/Non-Developmental Items. Commercial services and products currently exist for this requirement. The procurement of VTC hardware, integration and testing labor costs, and travel are the primary cost for this action. MSC Small Business Office concurs with the determination and approved the Small Business Coordination Record (DD Form 2579) on
FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (
http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
CLAUSES INCORPORATED BY REFERENCE
52.202-1 Definitions (
CLAUSES INCORPORATED BY FULL TEXT
2 FAR 52.217-9 Option to Extend the Term of the Contract (
FAR 52.244-2 SUBCONTRACT (
Link/URL: https://www.fbo.gov/spg/DON/MSC/MSCHQ/N00033-14-Q-6005/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 4205 |
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News