ML18074A061
| ML18074A061 | |
| Person / Time | |
|---|---|
| Issue date: | 03/13/2018 |
| From: | Brown W Acquisition Management Division |
| To: | Rhodes C IP-Plus Consulting |
| References | |
| NRC-HQ-11-16-E-0001 | |
| Download: ML18074A061 (11) | |
Text
NRCPAYMENTS ROCKVILLE MD 20852-2738 NRCPAYMENTSNRCGOV MAILSTOP T9-B07 11545 ROCKVILLE PIKE TWO WHITE FLINT NORTH US NUCLEAR REGULATORY COMMISSION SEE ADDENDUM IS CHECKED CODE 18a. PAYMENT WILL BE MADE BY CODE FACILITY CODE 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER OFFEROR NRCHQ WASHINGTON DC 20555-0001 MAIL STOP TWFN-5E03 ACQUISITION MANAGEMENT DIVISION US NRC - HQ NRCWH CODE
- 16. ADMINISTERED BY CODE X
541519 SIZE STANDARD:
% FOR:
SET ASIDE:
- 10. THIS ACQUISITION IS CODE RFQ
- 14. METHOD OF SOLICITATION 13b. RATING NAICS:
SMALL BUSINESS 301-415-6793 WANDA BROWN 31310018F0033 (No collect calls)
INFORMATION CALL:
FOR SOLICITATION
- 8. OFFER DUE DATE/LOCAL TIME
- b. TELEPHONE NUMBER
- a. NAME
- 4. ORDER NUMBER
- 3. AWARD/
- 6. SOLICITATION
- 5. SOLICITATION NUMBER SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
- 1. REQUISITION NUMBER PAGE OF 1
11 NSIR-18-0027 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 TELEPHONE NO.
See Schedule 17a. CONTRACTOR/
ROCKVILLE MD 20852 4934 BOILING BROOK PARKWAY WAREHOUSE US NUCLEAR REGULATORY COMMISSION-
- 15. DELIVER TO WASHINGTON DC 20555-0001 MAIL STOP TWFN-5E03 ACQUISITION MANAGEMENT DIVISION
- 9. ISSUED BY
- 7.
NRC-HQ-11-16-E-0001 NRC-HQ-11-16-E-0001/
- 2. CONTRACT NO.
EFFECTIVE DATE
$27.5 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW ISSUE DATE DELIVERY FOR FOB DESTINA-TION UNLESS BLOCK IS MARKED
- 11.
SEE SCHEDULE
- 12. DISCOUNT TERMS 30 THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13a.
SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A)
US NRC - HQ WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 24.
AMOUNT 23.
UNIT PRICE 22.
UNIT
- 21.
QUANTITY 20.
SCHEDULE OF SUPPLIES/SERVICES 19.
ITEM NO.
IP-PLUS CONSULTING INC 098810653 IP-PLUS CONSULTING INC ATTN CALVIN RHODES 8775 CENTER PARK DR 357 COLUMBIA MD 21045-2177 Contract NRC-HQ-11-16-E-0001 OCIMS contract NRC-HQ-11-16-E-0001 new Task Order (Use Reverse and/or Attach Additional Sheets as Necessary)
HEREIN, IS ACCEPTED AS TO ITEMS:
X DATED WANDA M. BROWN 03/13/2018
. YOUR OFFER ON SOLICITATION (BLOCK 5),
INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH 1
COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ARE ARE 31c. DATE SIGNED 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type or print)
ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED.
27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA
- 26. TOTAL AWARD AMOUNT (For Govt. Use Only)
OFFER STANDARD FORM 1449 (REV. 2/2012)
Prescribed by GSA - FAR (48 CFR) 53.212 ARE NOT ATTACHED.
ARE NOT ATTACHED.
AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE 30b. NAME AND TITLE OF SIGNER (Type or print) 30a. SIGNATURE OF OFFEROR/CONTRACTOR
- 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN
- 25. ACCOUNTING AND APPROPRIATION DATA See schedule
- 29. AWARD OF CONTRACT: REF.
32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32c. DATE 32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED:
32a. QUANTITY IN COLUMN 21 HAS BEEN RECEIVED INSPECTED
- 40. PAID BY
- 39. S/R VOUCHER NUMBER
- 38. S/R ACCOUNT NUMBER
- 37. CHECK NUMBER FINAL PARTIAL
- 36. PAYMENT FINAL PARTIAL
- 35. AMOUNT VERIFIED CORRECT FOR
- 34. VOUCHER NUMBER
- 33. SHIP NUMBER COMPLETE 32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE 42d. TOTAL CONTAINERS 42c. DATE REC'D (YY/MM/DD) 42b. RECEIVED AT (Location) 42a. RECEIVED BY (Print) 41c. DATE 41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT STANDARD FORM 1449 (REV. 2/2012) BACK 24.
AMOUNT 23.
UNIT PRICE 22.
UNIT
- 21.
QUANTITY 20.
SCHEDULE OF SUPPLIES/SERVICES 19.
ITEM NO.
31310018F0005 for end-point antivirus and replacement of PBX UPS batteries for Headquarters and Region IV.
Delivery: 03/13/2018 Accounting Info:
2018-X0200-FEEBASED-11-11D001-11B107-6006-11-1-156
-2572-11-1-156-6006 Period of Performance: 03/13/2018 to 03/12/2019 00001 Install end-point anti-virus protection in OCIMS virtual environment. Refresh PBX UPS batteries for headquarters and region 4
- See Price schedule for details The obligated amount of award:
. The total for this award is shown in box 26.
32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 11 2 of
NRC-HQ-11-16-E-0001 31310018F0033 SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS B.1 PRICE SCHEDULE The contractor shall not exceed the total hours or perform work other than the labor categories identified here for CLIN 00005 without prior authority from the Contracting Officer, which would necessitate written modification to the Task Order.
BASE YEAR: 3/13/2018-3/12/2019 (12 Months)
CLIN DESCRIPTION Location Unit Quantity Firm-Fixed Price Contractor performance of SOW requirements Headquarters &
Region IV 1
00001 End Point Protection 1
00002 UPS Batteries 1
00003 System Manager HOC 1
00004 System Manager IRC 1
00005 Project Manager 40 LH TOTAL FIRM FIXED PRICE FOR OCIMS SYMANTEC ANTI-VIRUS AND UPS BATTERY REPLACEMENT TOTAL SERVICES: OTHER DIRECT COST AND LABOR HOUR
$TBD B.2 CONSIDERATION AND OBLIGATION-TASK ORDERS (AUG 2011)
(a) The ceiling of this order for is (b) This order is subject to the minimum and maximum ordering requirements set forth in the base contract.
(c) The amount presently obligated with respect to this order is
. The obligated amount shall, at no time, exceed the order ceiling as specified in paragraph (a) above.
When and if the amount(s) paid and payable to the Contractor hereunder shall equal the obligated amount, the Contractor shall not be obligated to continue performance of the work unless and until the Contracting Officer shall increase the amount obligated with respect to
NRC-HQ-11-16-E-0001 31310018F0033 this order, in accordance with FAR Part 43 - Modifications. Any work undertaken by the Contractor in excess of the obligated amount specified above is done so at the Contractor's sole risk and may not be reimbursed by the Government.
SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK Operations Center Information Management System (OCIMS)
Operations and Maintenance - Task Order TBD 1
PROJECT TITLE Operations Center Information Management System (OCIMS) Symantec Anti-Virus, UPS battery replacement, and System Manager 2
BACKGROUND The Operations Center Information Management System (OCIMS) is a General Support System (GSS) that is a collection of Information Technology and Information Management (IT/IM) systems. OCIMS is installed in the Headquarters Operation Center (HOC) in North Bethesda Maryland.
3 SCOPE As part of the OCIMS virtualization effort we need to purchase and install an anti-virus application for the new virtual environment. The product approved by NRC on The Reference Model (TRM) is Symantec. The contractor shall determine the required number of licenses needed, and then purchase and install the product.
The APC SmartUps VT UPS unit that supports OCIMs equipment in room B209 was installed in 2012, the batteries are end of life and need to be replaced.
The Meeting Exchange upgrade requires the use of a System Manger unit in the HOC and Region IV Incident Response Center (IRC).
4 APPLICABLE DOCUMENTS N/A.
NRC-HQ-11-16-E-0001 31310018F0033 5
PERFORMANCE REQUIREMENTS The Contractor shall perform the following tasks in accordance with technical direction from the COR or their authorized representative and following the guidance provided in NRC Management Directive 2.8 (MD 2.8), as applicable.
5.1 Task 1: Purchase Symantec anti-virus.
The contractor shall determine the number of licenses required to provide end point protection to the IT assets in OCIMS. The contractor shall purchase and install Symantec anti-virus software for the latest revision levels. It is crucial that this upgrade, at a minimum, retains all current capabilities.
5.2 Task 2: Replace UPS batteries.
The UPS is an APC Smart-UPS VT rack mounted 20kVA 208V 3-phase unit with 5 battery units built in and 20 extra Symmetra PX battery units. The bundled unit model number is SUVTRT20KF5B5S from Schneider Electric and provides coverage to the three HOC racks. The unit is at 46% load and can provide backup power for approximately 2 hours2.314815e-5 days <br />5.555556e-4 hours <br />3.306878e-6 weeks <br />7.61e-7 months <br /> and 50 minutes.
The serial number for the full rack unit is PS1236330170 the serial number for the UPS unit is PS1236230148. The serial numbers for the UPS Batteries are:
Row Number Unit Serial #
Unit Serial #
Unit Serial #
Unit Serial #
Row 1 PD1240921913 PD1240921916 PD1240921914 PD1240921910 Row2 PD1240921554 PD1240921597 PD1247922481 PD1240921446 Row 3 PD1240921911 PD1240921909 PD1240921907 PD1240921912 Row 4 PD1240921901 PD1240921908 PD1240921906 PD1240921904 Row5 PD1240921900 PD1240921905 PD1240921903 PD1240921902 The contractor shall work with the vendor to include the installation and removal of 20 SYBT4 Batteries. The contractor shall ensure that the recycling of batteries is included.
The contractor shall work with the NRC to determine when the upgrade will take place.
5.3 Task 3: Add System Manager The new Meeting Exchange systems in the HOC and IRC do not connect to the PBXs over the IP local area network (LAN). In order to accomplish this the vendor shall purchase and install Avaya System Manager at both sites. The vendor shall ensure that this unit will work with the new Meeting Exchange systems.
NRC-HQ-11-16-E-0001 31310018F0033 6.
PERFORMANCE STANDARDS The Contractor shall perform work under this task order in such a manner to ensure the successful installation of Symantec end point protection and the replacement of the UPS batteries.
7.
METHOD OF SURVEILLANCE The end point protection shall, at a minimum:
Meet NRC FISMA requirements
Provide full anti-virus protection
Be managed by the on-site contractors The UPS Battery upgrade shall, at a minimum:
The batteries will be fully tested and certified
Provide the same coverage as the current batteries The System Manager shall, at a minimum:
Connect to the Meeting Exchange System
Provide Licensing services to the Meeting Exchange systems 8.
INCENTIVES Failure to provide a timely and acceptable solution will be subject to the following deductions:
3% reduction to amount payable for the firm-fixed-price portion of the contract 9.
DELIVERABLES AND DELIVERY SCHEDULE The contractor shall provide an Implementation Plan detailing the steps required to obtain the equipment, and the tasks required to upgrade the server. The contractor shall follow the vendor requirements to install the upgraded server.
End-point protection Deliverable Schedule Purchase end-point protection Within 30 calendar days of Award Provide Installation Plan Within 14 calendar days of receipt of equipment Install end-point protection software Within 14 calendar days of approval of Upgrade Plan Test system Within 1 day after install Cutover system Within 5 business days of approval of the testing
NRC-HQ-11-16-E-0001 31310018F0033 UPS battery Deliverable Schedule Purchase replacement batteries Within 30 calendar days of Award Provide Installation Plan Within 14 calendar days of receipt of equipment Install batteries Within 14 calendar days of approval of Upgrade Plan Test system Within 1 day after install
- 10. GOVERNMENT-FURNISHED PROPERTY APC Smart-UPS VT rack mounted 20kVA 208V 3-phase unit
- 11. PLACE OF PERFORMANCE The work to be performed under this contract/order will be performed at the following location:
U.S. Nuclear Regulatory Commission Three White Flint North 11601 Landsdown Street North Bethesda, MD 20852
U.S. NRC Region IV 1600 East Lamar Boulevard Arlington, Texas 76011-4511
- 12. PERIOD OF PERFORMANCE The Period of Performance consists of one year base period.
Base 03/13/2018 - 03/12/2019
- 13. SECURITY The work provided under this Task Order is UNCLASSIFIED.
NRC-HQ-11-16-E-0001 31310018F0033 14.GOVERNMENT-FURNISHED PROPERTY The software and any applicable hardware for the items in this Task Order are currently in place.
SECTION D - PACKAGING AND MARKING D.1 Branding, Packaging and Marking for this task order shall be in accordance with Section D of the base contract NRC-HQ-11-16-E-0001.
SECTION E - INSPECTION AND ACCEPTANCE E.1 Inspection and acceptance of the deliverable items to be furnished hereunder shall be made by the NRC Contracting Officer's Representative (COR) at the destination.
Contract Deliverables:
The contractor shall comply with the delivery schedule outlined in the task order SOW. All deliverables shall be formatted and prepared using Microsoft Word for documentation and reports; Microsoft PowerPoint for briefings; and Microsoft Project for schedules.
SECTION F - DELIVERIES OR PERFORMANCE F.1 PERIOD OF PERFORMANCE The Period of Performance consists of a one year base period.
Base Year: 3/13/2018-3/12/2019 F.2 PLACE OF PERFORMANCE The work to be performed under this task order will be performed at:
U.S. Nuclear Regulatory Commission Three White Flint North 11601 Landsdown Street North Bethesda, MD 20852 SECTION G - TASK ORDER ADMINISTRATION G.1 CONTRACTING OFFICER REPRESENTATIVE (a) The contracting officer's authorized representative hereinafter referred to as the project officer for this contract is:
Name: Omar Khan Address: US NRC NSIR, 11555 Rockville Pike, Rockville, MD 20852
NRC-HQ-11-16-E-0001 31310018F0033 Telephone Number: 301-287-3725 Email:
Omar.Khan@nrc.gov Name: Annette Stang - Alternate Contracting Officer Representative Address: US NRC NSIR, 11555 Rockville Pike, Rockville, MD 20852 Telephone Number: 301-287-3780 Email:
Annette.stang@nrc.gov (b) Performance of the work under this contract is subject to the technical direction of the NRC project officer. The term technical direction is defined to include the following:
(1) Technical direction to the contractor which shifts work emphasis between areas of work or tasks, authorizes travel which was unanticipated in the Schedule (i.e., travel not contemplated in the Statement of Work or changes to specific travel identified in the Statement of Work), fills in details, or otherwise serves to accomplish the contractual statement of work.
(2) Provide advice and guidance to the contractor in the preparation of drawings, specifications, or technical portions of the work description.
(3) Review and, where required by the contract, approve technical reports, drawings, specifications, and technical information to be delivered by the contractor to the Government under the contract.
(c) Technical direction must be within the general statement of work stated in the contract. The project officer does not have the authority to and may not issue any technical direction which:
(1) Constitutes an assignment of work outside the general scope of the contract.
(2) Constitutes a change as defined in the "Changes" clause of this contract.
(3) In any way causes an increase or decrease in the total estimated contract cost, the fixed fee, if any, or the time required for contract performance.
(4) Changes any of the expressed terms, conditions, or specifications of the contract.
(5) Terminates the contract, settles any claim or dispute arising under the contract, or issues any unilateral directive whatever.
(d) All technical directions must be issued in writing by the project officer or must be confirmed by the project officer in writing within ten (10) working days after verbal issuance. A copy of the written direction must be furnished to the contracting officer. A copy of NRC Form 445,
NRC-HQ-11-16-E-0001 31310018F0033 Request for Approval of Official Foreign Travel, which has received final approval from the NRC must be furnished to the contracting officer.
(e) The contractor shall proceed promptly with the performance of technical directions duly issued by the project officer in the manner prescribed by this clause and within the project officer's authority under the provisions of this clause.
(f) If, in the opinion of the contractor, any instruction or direction issued by the project officer is within one of the categories defined in paragraph (c) of this section, the contractor may not proceed but shall notify the contracting officer in writing within five (5) working days after the receipt of any instruction or direction and shall request that contracting officer to modify the contract accordingly. Upon receiving the notification from the contractor, the contracting officer shall issue an appropriate contract modification or advise the contractor in writing that, in the contracting officer's opinion, the technical direction is within the scope of this article and does not constitute a change under the "Changes" clause.
(g) Any unauthorized commitment or direction issued by the project officer may result in an unnecessary delay in the contractor's performance and may even result in the contractor expending funds for unallowable costs under the contract.
(h) A failure of the parties to agree upon the nature of the instruction or direction or upon the contract action to be taken with respect to the instruction or direction is subject to 52.233 Disputes.
(i) In addition to providing technical direction as defined in paragraph (b) of the section, the project officer shall:
(1) Monitor the contractor's technical progress, including surveillance and assessment of performance, and recommend to the contracting officer changes in requirements.
(2) Assist the contractor in the resolution of technical problems encountered during performance.
(3) Review all costs requested for reimbursement by the contractor and submit to the contracting officer recommendations for approval, disapproval, or suspension of payment for supplies and services required under this contract.
G.2 INVOICES The contractor shall submit a monthly invoice to NRC by the 15th of each month in accordance with the NRC Billing Instructions found in the base contract NRC-HQ-11-16-E-0001.
NRC-HQ-11-16-E-0001 31310018F0033 SECTION H - SPECIAL TASK ORDER REQUIREMENTS H.1 TASK ORDER PROVISIONS The provisions in Section H - SPECIAL CONTRACT REQUIREMENTS of the IDIQ Contract NRC-HQ-11-16-E-0001 are applicable to this task order.
H.2 SECURITY The security requirements under the IDIQ Contract NRC-HQ-11-16-E-0001 shall apply to this task order. The work under this task order is unclassified.
SECTION I-CONTRACT CLAUSES I.1 The clauses and provisions incorporated in full text or by reference in IDIQ Contract NRC-HQ-11-16-E-0001 are hereby incorporated into this task order.
I.2 FAR 52.217-8 Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at anytime before expiration of the task order.