New Mexico Bids > Bid Detail

TRAC WSMR HIRSH VELOCITY SOFTWARE UPGRADE

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159694827429495
Posted Date: Sep 6, 2023
Due Date: Sep 11, 2023
Solicitation No: PANMCC-23-P-0000_021604
Source: https://sam.gov/opp/4417ec93a9...
Follow
TRAC WSMR HIRSH VELOCITY SOFTWARE UPGRADE
Active
Contract Opportunity
Notice ID
PANMCC-23-P-0000_021604
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
418TH CSB
Office
W6QM MICC-FDO FT CAVAZOS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Sep 06, 2023 10:16 am MDT
  • Original Date Offers Due: Sep 11, 2023 12:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    White Sands Missile Range , NM 88002
    USA
Description





TRAC WSMR HIRSH VELOCITY SOFTWARE UPGRADE



White Sands Missile Range, NM 88002



August 30, 2023May 24, 2023





1. GENERAL: This is a non-personal service contract under which the personnel rendering the services are not subject, either by the contract’s terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees. The United States (U.S.) Government shall not exercise supervision or control over the Contractor’s employees performing the tasks herein. Such contract employees shall be accountable solely to the Contractor who, in turn shall be responsible to the U.S. 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 perform HIRSH software upgrade as defined in this PWS. The contractor shall perform to the standards in this contract.



1.2 Background: TRAC-WSMR is one of four sub-elements of TRAC, Headquarters located at Fort Leavenworth, Kansas. TRAC-WSMR serves as the analytical center and is a major subordinate organization of the Army Futures Command (AFC) located at Austin, TX. TRAC-WSMR is a highly skilled, thinking organization that conducts relevant analysis on current and potential military operations worldwide to inform decision-makers about the most challenging issues facing the U.S. Army and Department of Defense (DoD).





1.3 Objectives:




  • Safety

  • Security Compliance

  • Functionality



1.4 Scope: The Contractor shall provide all labor, tools, equipment, materials and supervision to perform the work indicated in this Performance Work Statement (PWS).



1.5 General Information:



1.5.1 Quality Assurance (QA): The government shall evaluate the contractor’s performance under this contract in accordance with (IAW) the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed IAW the performance standards and contract quality requirements are met. Contract quality requirements” means the technical requirements in the contract relating to the quality of the product or service and those contract clauses prescribing inspection, and other quality controls incumbent on the contractor, to ensure the product or service conforms to the contractual requirements. It defines how the performance standards will be applied, the frequency of surveillance, the performance threshold, and deductions, if applicable.



1.5.2 Recognized Holidays



New Year’s Day Labor Day



Martin Luther King Jr.’s Birthday Columbus Day



President’s Day Veteran’s Day



Memorial Day Thanksgiving Day



Independence Day Christmas Day



1.5.3 Hours of Operation: The contractor is responsible for conducting business between the hours of 7am – 3pm Monday through 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.



1.5.4 Place of Performance: The work to be performed under this contract will be performed at bldg. 1401 located on White Sands Missile Range, NM.



1.5.5 Type of Contract: The Government anticipates the award of a Firm-Fixed Price type contract.



1.5.6 Access and General Protection Policy and Procedures:



1.5.6.1 FPCON: In addition to the changes otherwise authorized by the changes of clause of contract, should the US Government Force Protection Condition (FPCON) at any individual installation change, the Government may require changes in contractor security matters or process in accordance with DoDI 2000.16. During FPCONs Charlie and Delta, only contract services that have been deemed “mission essential” by the Government will continue. Contract services will resume when the FPCON is reduced to Bravo or lower.



1.5.6.2 Escorts: The Contractor and all associated sub-contractor employees performing services under this contract shall be escorted at all times by TRAC-WSMR security personnel or by an individual designated by the Contracting Officer Representative (COR) while accessing TRAC-WSMR facilities.



1.5.6.3 Background Checks: The Contractor shall ensure contractor employees and subcontractor employees performing services under this contract have passed a security check conducted by the State Police Department of their U.S. residence. Security checks that have been completed as part of a personnel security clearance background investigation, or a previous background check that was a condition of employment, meet this requirement. Documentation of these checks will be made available to the KO or COR upon request. The Government retains the right to exclude any employee from performance of duties under this contract if a background security check reveals an employee is a security risk. The exclusion of an employee for security reasons will not relieve the Contractor from performance of services required under this contract. If the Government determines additional background checks are required, at a minimum, and upon request from the Government, the Contractor shall provide to the KO or COR, the following information on any contractor or subcontractor employee performing services under this contract:






  • Full birth name

  • Married name (if applicable)

  • SSN or local equivalent (ID card number)

  • Date of birth

  • Place of birth (city, country)





1.5.6.3.1 Background Check Notification Requirements: If a background check on any employee or subcontractor employee performing services under this contract, whether the check was conducted as a condition of employment or as part of the contract with the Government, reveals any information from any source (including host country law enforcement) of criminal activity by Contractor employees, subcontractors, or subcontractor employees, the Contractor shall immediately notify the KO and COR of that information. The Contractor shall make notification of:



(1) Traffic violations, other than parking, will be reported to the KO or COR only if the contract is for drivers for the Government;



(2) Any suspicious activity by Contractor employees, subcontractors, or subcontractor employees the Contractor believes may pose a risk to U.S. or host nation national security or imminent risk of deadly bodily harm to any person; and



(3) Any actions taken against Contractor employees, subcontractors, or subcontractor employees pursuant to this requirement.



1.5.6.3.2 Remedies. In addition to other remedies available to the Government, the Contractor’s failure to comply with the requirements of this paragraph my result in requiring the Contractor to remove a Contractor employee or employees from the performance of the contract.



1.5.6.3.3 Subcontracts. The Contractor shall include the substance of this paragraph and the preceding paragraph in all subcontracts.



1.5.6.3.4 Employment Eligibility: The Contractor shall ensure that all Contractor employees and sub-contractor employees performing services under this contract in the U.S. or its territories have been pre-screened for employment eligibility using the E-verify Program on the Department of Homeland Security website http://www.uscis.gov/e-verify. Personnel that have not met the employment eligibility requirement on this website are not authorized to perform services under this contract. Verification of the eligibility check will be made available to the KO or COR upon request. This requirement is not in lieu of and does not relieve the Contractor from the I-9 Employment Eligibility Verification Forms for employment of personnel.





1.5.7 Post Award Conference/Contract Periodic Progress Meetings: The Contractor shall attend the post award conference convened by the contracting activity or contract administration office IAW Federal Acquisition Regulation (FAR) Subpart 42.5. The KO, COR, with other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. At these meetings the KO 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.



1.5.8 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: ensure 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 KO 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.



1.5.9 Special Qualifications or Certifications: The Contractor shall be Hirsch Identive Certified to be eligible to receive bid award. Proof of this certification must be presented at the time of bid submission and shall include certificates of installers who will be installing the software. The installers shall be trained and certified in the updated Velocity 3.8 software installation.



1.5.10 Identification of Contractor Employees: Contractor employees shall identify themselves as Contractor personnel and shall avoid representing themselves as Government employees. Contractor personnel identification shall be easily identifiable through the display of badges, name tags, lanyards, etc. Government visitor badges will be provided.



1.5.10.1 Badging of Contractor Employees: If required by the Government, contract personnel and all associated subcontractors employees accessing U.S. facilities or activities, shall present a valid picture ID provided by the Government while accessing Government owned or contracted facilities and shall adhere to facility security policies and restrictions. If applicable, Government issued access badges will not be worn outside designated facility where visible to the general public. Contractor personnel shall return all U.S. Government issued identification to appropriate U.S. Government authorities within 5 days of the end of their contractual duties.





PART 2



DEFINITIONS & ACRONYMS





2. Definitions and Acronyms:



2.1. Definitions:



2.1.1. Contractor. The total contractor organization or a separate entity of it; such as an affiliate, division, or plant that performs its own purchasing.



2.1.2. Contracting officer (KO). A person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings.



2.1.3. Contracting Officer’s Representative (COR). An individual designated and authorized in writing by the contracting officer to perform specific technical or administrative functions.



2.1.4. Defective Service. A service output that does not meet the standard of performance associated with the Performance Work Statement.



2.1.5. Deliverable. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports.



2.1.6. Key Personnel. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal.



2.1.7. Performance Work Statement (PWS). A statement of work for performance-based acquisitions that describes the required results in clear, specific, and objective terms with measurable outcomes.



2.1.8. Physical Security. Protection of the perimeter area, government property, and assets that prevent the loss or damage of Government property.



2.1.9. Quality Assurance. The various functions, including inspection, performed by the government to determine whether a Contractor has fulfilled the contract obligations pertaining to quality and quantity.



2.1.10. Quality Assurance Surveillance Plan (QASP). A plan describing how the agency will survey, observe, test, sample, evaluate and document the Contractor’s performance in meeting critical performance standards identified in the contract.



2.1.11. Quality Control (QC). Tasks performed by the Contractor to improve the quality of the organization’s output.





2.1.12. Shall. An imperative command; has a duty to or is required to. Denotes that a regulation must be followed unless the contracting officer has obtained a deviation.



2.1.13. Subcontractor. Any supplier, distributor, vendor, or firm that furnishes supplies or services to or for a prime contractor or another subcontractor.



2.1.14. Work Day. The number of hours per day the Contractor provides services in accordance with the contract.



2.1.15. Work Week. Monday through Friday, unless specified otherwise.



2.2 Acronyms:



AR Army Regulation



CFR Code of Federal Regulations



COR Contracting Officer Representative



DOD Department of Defense



DODD Department of Defense Directive



DODI Department of Defense Instruction



FAR Federal Acquisition Regulation



FHP Force Health Protection



IAW In Accordance With



IT Information Technology



JPAS Joint Personnel Adjudication System



JTR Joint Travel Regulation



KO Contracting Officer



OSHA Occupational Safety and Health Administration



OPSEC Operation Security



PRS Performance Requirements Summary



PWS Performance Work Statement



QA Quality Assurance



QASP Quality Assurance Surveillance Plan



RA Requiring Activity



SCR Service Contract Reporting



SOP Standard Operating Procedures



TE Technical Exhibit



TSDB Terrorist Screening Data Base



U.S.C. United States Code







PART 3



Government Furnished Equipment (GFE), Government Furnished Property (GFP), and Government Furnished Services (GFS)



3. GOVERNMENT FURNISHED ITEMS AND SERVICES: N/A





PART 4



CONTRACTOR FURNISHED ITEMS AND SERVICES



4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: N/A





PART 5



SPECIFIC TASKS



5.1. SCOPE OF WORK: The Contractor shall provide all labor, tools, equipment, materials and supervision to perform the work indicated in the Performance Work Statement (PWS). The tasks provided under this contract consist of, but not limited to the tasks listed below:



5.2. TASKS:



5.2.1. The Contactor shall upgrade Velocity software from the 3.6 to the 3.8.



5.2.2. The Contractor shall install retrofit kit into four existing M-8 panels converting to MX-8 panels.



5.2.3. The Contractor shall replace 12 existing badge readers with the uTrust TS Keypads, those will be identified by the Security Manger prior to replacement.



5.2.4. The Contractor shall move Velocity system interface from building 1400 - A113 to building 1401 – C215.



5.2.5. The Contractor shall complete database conversion, ensure system’s proper function.



5.2.6. The Contractor shall be Hirsch Identive Certified to be eligible to receive bid award. Proof of this certification must be presented at the time of bid submission and shall include certificates of installers who will be installing the software. The installers shall be trained and certified in the updated Velocity 3.8 software installation.



5.2.7. Provide Hirsch Identive Professional Services (technical support) to assist with programming and implementation of the updated Velocity software coordinating with TRAC – WSMR’s the Government System Administrator and TRAC - WSMR’s Security Manager.



5.2.8. Provide final testing and inspection of the above referenced systems.



5.2.9. Provide one (1) year warranty on all installations.



5.2.10. Current System Information (software current version and number of system controllers /doors): Four existing M-8 panels operating on Velocity3.6 software.



5.2.11. Number of Doors/Controllers: 23 door controllers







PART 6



ATTACHMENT/TECHNICAL EXHIBIT LISTING





6. Attachment/Technical Exhibit List:





6.1 Attachments:





6.1.1 Attachment 1 – Performance Requirements Summary



ATTACHMENT 1



Performance Requirements Summary-SEE ATTACHMENT





Requirement contingent on approval of ITAS waiver




Attachments/Links
Contact Information
Contracting Office Address
  • 36000 DARNALL LOOP
  • FORT CAVAZOS , TX 76544-0000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 06, 2023 10:16 am MDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >