Washington, DC Bids > Bid Detail

Timing Dissemination workflow management

Agency:
Level of Government: Federal
Category:
  • 70 - General Purpose Information Technology Equipment (including software).
  • D - Automatic Data Processing and Telecommunication Services
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159749709387983
Posted Date: Mar 15, 2024
Due Date: Mar 22, 2024
Source: https://sam.gov/opp/5c4247f670...
Timing Dissemination workflow management
Active
Contract Opportunity
Notice ID
N6228924RFI0003
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 15, 2024 02:40 pm EDT
  • Original Response Date: Mar 22, 2024 01:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 5419 - Other Professional, Scientific, and Technical Services
  • Place of Performance:
    DC
    USA
Description

REQUEST FOR INFORMATION



Description





1.1 The purpose of this contract is to obtain services for scientific workflow management to streamline operations, minimize errors, and maximize efficiency throughout the entire process chain, from research and development to the final dissemination of precise time support for United States Naval Observatory operations, research and development activities.





2.00 SCOPE



2.0 The contractor services shall fall within the scope of work delineated herein. Services to be furnished under this contract shall be set forth in individual Tasks Orders. It shall be the responsibility of the Contractor to organize, furnish, and supervise a working force which, within the limitations of the provisions of the proposed contract, is capable of effectively performing the work as established in paragraph 3.0 and further defined in the individual Task Orders and supporting PWS’s. It shall be the responsibility of the Contractor to assure that all qualified personnel possess the specialized education and experience specified in the labor categories and as identified in the task order issued. The Contractor shall notify the Contracting Officer’s Representative (COR) promptly with hiring status and changes of personnel for each Task Order.



The Government may provide technical instruction and additional information on the specified scientific research projects, including the amplification of the specifications of a particular piece of work and the furnishing of relevant information needed for performance. This includes filling in details that support possible avenues or methods of approach and/or outlining alternative solutions. In no instance will either Navy civilian or military personnel exercise supervision of contractor personnel.





1.3 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ) or promise to issue an RFQ in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued.





Requirement





The Contractor shall provide personnel for scientific workflow management in the field of timing dissemination. Work shall be in accordance with tasks such as the following as ordered on individual task orders for specified scientific research projects.






  1. Develop and execute workflows that enhance productivity, maintain quality standards of USNO data products, and accelerate research to operations processes across all USNO activities.

  2. Facilitate collaboration among multidisciplinary teams of scientists, engineers, and technicians, enabling them to work cohesively towards common goals and objectives.

  3. Develop systematic planning initiatives; coordinated and execute initiatives to advance the accuracy and reliability of timekeeping and celestial positioning

  4. Develop schedules and monitor performance to adapt to changing requirements

  5. Incorporate risk management strategies to mitigate potential setbacks and ensure workflow continuity





4.0 PERSONNEL QUALIFICATIONS





This contractor shall provide Precise Time and Astrometry Managers with various levels of expertise. The following skillsets define this labor category:








  • Experience developing detailed workflows for precise time and astrometry programs, specifically the assembly and deployment of clock infrastructure and telescope instrumentation

  • Experience facilitating collaboration among multidisciplinary teams of DoD scientist, engineers and technicians

  • Experience developing planning, requirements development and risk management strategies related to physics, astrophysics, astronomy and geodesy research, development and operations activities

  • Expert in DoD Navy workflow policy or Navy acquisition policy.

  • Technical or workplace experience in precise time programs with high availability requirements





Within the Precise Time and Astrometry Workflow Manager labor category, the contractor must be able to provide qualified employees with Junior, Basic, Senior, Master or Principal levels of competence defend as




  • Basic: Contractor with Associate’s or Bachelor’s degree in any field and at least 3 years of experience in relevant field. Masters degrees and Ph-Ds in relevant field with no experience also qualify.

  • Senior: Bachelor’s degree with at least 6 years of experience or Master’s degree or PhD in relevant field with 3 years of experience. For Master’s and Ph-D levels relevant work performed during completion of degree can count as experience.

  • Master: Bachelor’s degree in any field with at least 10 years of experience in relevant field, or Master’s degree or PhD in relevant field with at least 6 years of experience. For Master’s and Ph-D levels relevant work performed during completion of degree can count as experience.

  • Principle: Bachelor’s degree in any field with at least 20 years of experience, or Master’s degree or PhD in relevant field with at least 15 years of experience in relevant field. For Master’s and Ph-D levels relevant work performed during completion of degree can count as experience.









5.0 SECURITY





5.1 All contractors under this contract will be required to obtain and uphold a Secret Clearance. Some positions will require up to Top Secret Security Clearances with SCI tickets (TS//SCI clearance). Clearance requirements will be specified in individual task orders.





5.2 Access to Personally Identifiable Information (PII) will be required and training related to PII will be required and provided by the government.





5.3 USNO security requirements automatically limit employment to U.S citizens and resident aliens.





5.4 Employees will be required to submit a Standard Form 87A (SF-87A) Fingerprint Card, and receive a favorably adjudicated background investigation. Any determination that is "other than favorable," or "undetermined" will render any employee ineligible for access to the United State Naval Observatory.





6.0 PLACE OF PERFORMANCE





The primary place of performance for contractors working on specific USNO tasks orders will be at the United States Naval Observatory, 3450 Massachusetts Avenue NW, Washington DC, 20392-5420. However, in rare cases, contractors may work at a different work site, which will be specified in the task order. Telework may be permitted depending on the requirements outline in the task order.





7.0 INFORMATION TECHNOLOGY SYSTEMS





Access to IT systems requires candidate to in process with the USNO Security Manager and Information Assurance Manager upon arrival at USNO and shall out-process prior to their departure at the completion of the individual's performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shall be forwarded to the USNO Security Manager to the candidate accessing any Navy IT system. When required to maintain access to required IT systems or networks, the Contractor shall ensure completion of annual Information Assurance (IA) training, and maintain a current requisite background investigation. The Contractor's Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required.







8.0 INFORMATION ASSURANCE/INFORMATION SECURITY





Contractor shall protect DoD sensitive unclassified data regardless of the location or ownership of the transport media, including, but not limited to mobile computing devices and removable storage media, whether Government furnished or contractor owned/leased. Contractor shall comply with all current information assurance and information security policies, procedures, and statutes applicable to DoD information technology, including the July 3, 2007 DoD CIO Policy Memorandum on Encryption of Sensitive Unclassified Data at Rest on Mobile Computing Devices and Removable Storage Media.





9.0 IDENTIFICATION REQUIREMENTS





All Contractor personnel performing under this Performance Work Statement shall identify themselves as Contractor employees to avoid creating any impression that they are Government officials. Such identification shall be made in all meetings attended, when answering Government telephones, on all e-mails and when working in other situations where their Contractor status is not obvious to third parties. They must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed





10.0 GOVERNMENT PROPERTY





The following Government items shall be made available for employees who work on-site at USNO in accordance with FAR 45.000(b)(5): office space and office furnishings together with equipment and supplies necessary for the performance of the work will be provided. Equipment may include access to such items as computers, department and laboratory instruments, and supplies.







11. REPORTS AND DELIVERABLES





Management Reports. The following report shall be required as a minimum:





Monthly Task Detail Report. To include delivery order numbers, work sponsor names and codes, begin/end dates of tasks, names of employees on each task, total hours remaining and hours allotted on each task, and a year to date total of money and hours used thus far on the contract. This report shall be due no later than the 10th day of each month.





The deliverables required to be submitted will be assessed against the specifications for the deliverables detailed in specific task orders.







12. Responses





Request Responses by Friday 22 March 2024, 1:00pm EST. The response shall be submitted via e-mail only to the Government Point of Contract (POC): Michael Stoutenger, Program Analyst, michael.j.stoutenger.civ@us.navy.mil Questions regarding this announcement shall be submitted in writing to the POC. Verbal questions will NOT be accepted via telephone. The Government does not guarantee that all questions received will be answered.





The RFI should address the following:



1. Capability Statement/Ability to meet specifications



2. Previous similar experience



3. Company Information. Name, mailing address, phone number, CAGE/and or DUNS, business size status and e-mail of designated point of contact






Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 15, 2024 02:40 pm EDTSources Sought (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 >