ML18121A205

From kanterella
Jump to navigation Jump to search
Task Order No. 31310018F0060 Under Contract No. NRC-HQ-11-16-E-0001
ML18121A205
Person / Time
Issue date: 05/01/2018
From: Brown W
Acquisition Management Division
To: Rhodes C
IP-Plus Consulting
References
NRC-HQ-11-16-E-0001
Download: ML18121A205 (10)


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:

UNRESTRICTED OR NRCHQ RFP IFB

10. THIS ACQUISITION IS CODE RFQ
14. METHOD OF SOLICITATION 13b. RATING NAICS:

SMALL BUSINESS 301-415-6793 WANDA BROWN 31310018F0060 (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

10 NSIR-18-0049 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 OCIMS contract NRC-HQ-11-16-E-0001 new Task Order NRC-HQ-11-16-E-0001/31310018F0060 for the license (Use Reverse and/or Attach Additional Sheets as Necessary)

HEREIN, IS ACCEPTED AS TO ITEMS:

X DATED WANDA M. BROWN 05/01/2018

. 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.

renewal for PBX Pass, Impact Weather, Citrix, Nutanix, Cisco, and Iridium Delivery: 05/11/2018 Accounting Info:

2018-X0200-FEEBASED-11-11D001-11B107-6006-11-1-156

-2572-11-1-156-6006 Period of Performance: 04/01/2016 to 04/30/2019 00001 Operations Center Information Management System (OCIMS) O&M Maintenance and license renewal for PBX Pass, Impact Weather, Citrix, Nutanix, Cisco, and Iridium

  • see Price/Cost schedule for detail breakdown 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 10 2 of

NRC-HQ-11-16-E-0001 31310018F0060 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 0001 (Task 1) without prior authority from the Contracting Officer, which would necessitate written modification to the Task Order.

BASE YEAR: 5/1/2018-4/30/2019 CLIN DESCRIPTION Location Hours Quantity Firm-Fixed Price Contractor performance of SOW requirements Headquarters TIME AND MATERIALS LABOR CATEGORY 0001 Task 1 - Project Manager 40 1

OTHER DIRECT COST 0002 PBX CS1000E (PASS) 1 0002 Ethernet Router (PASS) 1 0003 ImpactWeather 1

0004 Citrix 1

0005 Cisco 1

0006 Iridium 1

0007 Nutanix License Upgrade 1

TOTAL FIRM FIXED PRICE FOR Labor and Other Direct Cost 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 1

. 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 31310018F0060 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 TASK ORDER PERFORMANCE WORK STATEMENT (PWS)

PROJECT TITLE Operations Center Information Management System (OCIMS) O&M Maintenance and license renewal for PBX Pass, Impact Weather, Citrix, Nutanix, Cisco, and Iridium.

1 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. A number of these IT/IM systems are custom of the shelf (COTS) products and require licensing as well as direct support from the vendor.

2 SCOPE The contractor shall provide the following: yearly software maintenance and license support for the following:

License renewal of the Partner Assurance Support Services (PASS) and Product Assurance Technology Support (PAST) for Avaya

License renewal and support for the Impact Weather software

License renewal and support for the Citrix XEN Desktop software

License renewal for the Nutanix software

License renewal and support for the Cisco switches

Additional minutes for Iridium 3

APPLICABLE DOCUMENTS The quotes for the current license and maintenance renewals will be provided upon request.

4 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: Project Management (Labor Hours - not to exceed 40 hours4.62963e-4 days <br />0.0111 hours <br />6.613757e-5 weeks <br />1.522e-5 months <br />)

The contractor shall provide a Program Manager to oversee the license and support renewals.

5.2.

Task 2: Provide annual renewal of PBX PASS and PAST Contracts (Firm Fixed Price)

Provide yearly renewal of the Partner Assurance Support Services (PASS), and Product Assurance Technology Support (PAST) contracts from the PBX vendor:

PASS contract for CS1000

PAST contract for ERS 5650 (7)

PAST contract for ERS 5632 (2)

NRC-HQ-11-16-E-0001 31310018F0060

PAST contract for Avaya Aura Application 5.3.

Task 3: Provide License Renewal for Impact Weather Software Provide license renewal for Impact Weather software for account number DIGIT01 client ID USNUH01. Services are to include: Impact Weather Tropics Watch Standard with 40 Pre-set locations, impactweather.com website, and optional conference calls and Gmaps interactive mapping system.

Deliverables:

Automated Tropics Watch notification process Up to 5 persons scheduled to receive phone notifications Personalized Web Page Access Up to 20 total concurrent users Email delivery of Tropics Watch items Up to 40 addresses Tropics Watch sites Up to 40 Tropics Watch Select Hurricane Service A La Carte Consulting Services up to three (3) included o

Impact Weather Gmaps interactive mapping system 5.4.

Task 4: Provide License Renewal for Citrix Xen Desktop Software Provide license renewal for Citrix Xen Desktop Enterprise Edition for code/serial number LA-0002300430-44486

License for 125 units

Software Maintenance for 125 units 5.5.

Task 5: Provide License Renewal for Cisco switches Provide SMARTnet license renewal for 4 Cisco Nexus 3524x switches. The site id is 420709718 and the serial numbers for the units are:

FOC2117R0Y7

FOC2117R0ZT

FOC2117R106

FOC2117R0WC 5.6.

Task 6: Provide monthly service for Iridium Satellite phones Provide monthly service/minutes for Iridium satellite phones

IRDM GSA Standard - 5 phones

IRDM GSA Basic - 105 phones 5.7.

Task 7: Upgrade Nutanix license Upgrade Nutanix licenses from Professional (PRO) to Ultimate (ULT)

License Upgrade, PRO to ULT entitlement for NX-3060-G5 (8 units)

License Upgrade, PRO to ULT entitlement for NX-1065-G5 (4 units)

6. PERFORMANCE STANDARDS The Contractor shall perform work under this task order in such a manner to ensure that these contracts are renewed on time with no lapse in service. The contractor shall provide contact information to the Contracting Officer Representative.

NRC-HQ-11-16-E-0001 31310018F0060

7. METHOD OF SURVEILLANCE Performance standards shall be measured by a combination of random sampling and customer input.
8. INCENTIVES Failure to renew on time with a lapse in service will be subject to the following deductions:

3% reduction to amount payable for the firm-fixed-price portion of each contract not renewed on time

9. DELIVERABLES AND DELIVERY SCHEDULE The contracts will be renewed following the expiration of the current support and license period. The support periods are:

PBX PASS and PAST 05/01/2018 04/30/2019 ImpactWeather 06/01/2018 05/31/2019 WeatherBug 07/26/2018 07/25/2019 Citrix Xen Desktop 07/04/2018 07/04/2019 Cisco switches 07/24/2018 07/23/2019 Iridium Satellite phones 04/01/2018 08/30/2018 Nutanix license For Life All information provided by the vendors to include, at a minimum, quotes and contact information for the vendors will be provided to the COR.

10.GOVERNMENT-FURNISHED PROPERTY The software and any applicable hardware for the items in this Task Order are currently in place.

11.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 12.PERIOD OF PERFORMANCE The Period of Performance consists of one year base period.

o Base 05/01/2018 - 04/30/2019 13.SECURITY The work provided under this Task Order is UNCLASSIFIED.

14.GOVERNMENT-FURNISHED PROPERTY

NRC-HQ-11-16-E-0001 31310018F0060 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: 05/01/2018 - 04/30/2019 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:

NRC-HQ-11-16-E-0001 31310018F0060 Name: Omar Khan Address: US NRC NSIR, 11555 Rockville Pike, Rockville, MD 20852 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.

NRC-HQ-11-16-E-0001 31310018F0060 (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, 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

NRC-HQ-11-16-E-0001 31310018F0060 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.

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.