ICIDS Service/Maintenance FY20 Recompete
PERFORMANCE WORK STATEMENT INTEGRATED COMMERCIAL INSTRUSION DETECTION SYSTEM (ICIDS) MAINTENANCE CONTRACT Fort George G. Meade, MD 20755-5045 Part 1 General Information 1. GENERAL: This is a non-perso... PERFORMANCE WORK STATEMENT INTEGRATED COMMERCIAL INSTRUSION DETECTION SYSTEM (ICIDS) MAINTENANCE CONTRACT Fort George G. Meade, MD 20755-5045 Part 1 General Information 1. GENERAL: This is a non-personal services contract to provide Service and Maintenance for the ICIDS alarm system. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the 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 Service and Maintenance for the ICIDS alarm system as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: An Intrusion Detection System provides early warning of an intruder; precludes unauthorized entry; and prevents the introduction of harmful devices, materiel, and components. If vulnerable activities are not protected by IDS, Arms Rooms and SCIFs would have to provide armed guards for their areas, MEVAs would be unprotected, and money handling activities would see an increase in theft and vandalism. 1.3 Objectives: Maintain ICIDS alarm system Maintain CCTV Maintain automated entry systems 1.4 Scope: Perform inspections, maintenance, routine testing, installation, and repair/emergency repair on the ICIDS Automated Entry Control systems (AECS); ICIDS Intrusion Detection Systems (IDS); and existing Government-owned Closed Circuit Television (CCTV), to include head-end equipment in Building 6619, cameras, and all associated equipment necessary to support the CCTV installed in various facilities and Access Control Points (ACPs) at Fort Meade. 1.4.1 The Contractor shall be responsible for accomplishing all scheduled and unscheduled maintenance, repair, and installation of above listed equipment and assist in the daily system administration of the ICIDS installed at Fort Meade, MD. 1.5 Period of Performance: The period of performance shall be for one (1) twelve (12) month base period and four (4) twelve (12) month option years. The Period of Performance reads as follows: Base Period 01 OCT 19 - 30 SEP 20 Option Year I 01 OCT 20 - 30 SEP 21 Option Year II 01 OCT 21 - 30 SEP 22 Option Year III 01 OCT 22 - 30 SEP 23 Option Year IV 01 OCT 23 - 30 SEP 24 1.6 General Information 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. A copy of the Contractor's Quality Control Plan shall be submitted as part of the proposal. At a minimum, the contractor shall develop quality control procedures that address the areas identified in Technical Exhibit 1, "Performance Requirements Summary". An updated copy must be provided to the KO and COR within 5 days when changes are made thereafter. After acceptance of the quality control plan the contractor shall receive the contracting officer's acceptance in writing of any proposed change to his QC system. 1.6.2 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Recognized Holidays: The contractor is not required to perform services on weekends or holidays, except where special security requirements are concerned. Contractor shall provide a technician after hours as required, to perform emergency maintenance and repair services not to exceed six (6) hours per month. New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day Washington's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6.4 Hours of Operation: The contractor is responsible for conducting business between the hours of 0730-1630 Monday thru 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. 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. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at various locations at Fort George G. Meade, Maryland 20755. 1.6.6 Type of Contract: The government anticipates award of a Firm Fixed Price Contract. 1.6.7 Security Requirements: Contractor personnel performing work under this contract must have a minimum of US Secret security clearance to include a local police files check in the individual's area of residence at time of the proposal submission, and must maintain the level of security required for the life of the contract. The security requirements are in accordance with the attached DD254. Contractor may be required to submit to additional security vetting by Agencies not identified in the contract as is required for access to special facilities. 1.6.7.1 The Contractor will ensure security clearances are current for all Contractor personnel as necessary in order to permit access of Contractor personnel to the protected area. Security clearances for Contractor personnel will be verified through the Directorate of Plans, Training, Mobilization, and Security (DPTMS) upon request by the Directorate of Emergency Services (DES) Physical Security Division (PSD). Contractor personnel will present proper identification in order to verify the name of the individual entering the building complex. Contractor personnel will be subject to inspection of bags, tool boxes, boxes, equipment, and other items by the activity under provisions of the entry and exit inspection program as defined in Chapter 5, AR 380-5. Prior to entry into SCIFs or arms rooms, the Contractor will permit inspection by activity personnel of all items entering the SCIF or arms room. Prior to removing items out of a SCIF or arms room, the Contractor will permit inspection by activity personnel of all items leaving the area. 1.6.7.2 Physical Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.7.3 Key Control: The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. 1.6.7.3.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. 1.6.7.3.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.6.7.4 Contractor personnel will present proper identification in order to verify the name of the individual entering the building complex. Contractor personnel will be subject to inspection of bags, tool boxes, boxes, equipment, and other items by the activity under provisions of the entry and exit inspection program as defined in Chapter 5, AR 380-5. Prior to entry into SCIFs or arms rooms, the Contractor will permit inspection by activity personnel of all items entering the SCIF or arms room. Prior to removing items out of a SCIF or arms room, the Contractor will permit inspection by activity personnel of all items leaving the area. 1.6.7.5 Compliance with Security Regulations: All personnel employed by the Contractor in the performance of this contract or any representative of the Contractor entering the Government reservation shall conform to all security regulations which may be in effect during the contract period, and shall be subject to such checks as may be deemed necessary to assure that no violations occur. No employee will be permitted on the installation when such a check reveals that his presence would be detrimental to the security of the installation or the accomplishment of the work. The Contracting Officer will require the Contractor to remove any employee for security and misconduct reasons. 1.6.8 Special Qualifications: Technical personnel must be fully qualified and certified to perform installation, maintenance, and repair services in accordance with the standards established by the equipment manufacturer (DAQ ICIDS & SMS certified). • Minimum of 5 years of direct, hands on experience troubleshooting, maintaining and repairing the entire ICIDS system, to include: • Training certification of ICIDS-IV • Independently able to install, troubleshoot, remove and/or repair individual sensors and controls • Independently able to install, troubleshoot, remove and/or repair door controls such as Maglocks and Door Strikes • Independently able to install, troubleshoot, remove and/or repair or program a RADC and Local Controller using Calisto view • Independently able to install, troubleshoot, remove and/or repair or program and wire a DES encryption device • Independently able to install, troubleshoot, remove and/or repair and modify the configuration of the internal ICIDS IV-SMS network to include CIV DAEMON, PC Starwatch, etc. • Independently able to install, troubleshoot, remove and/or repair communications circuits to prove them acceptable/unacceptable for ICIDS use • Independently able to install, troubleshoot, remove and/or repair fiber circuits to prove proper operation of the ICIDS system • Independently able to install, troubleshoot, remove and/or repair or configure RSMs to handle SCIF operations including anti-poller configuration and troubleshooting • Independently able to install, troubleshoot, remove and/or repair or configure and modify a Poller Mux • Independently able to shut down and restart the ICIDS system • Independently able to back up and restore the ICIDS operating system • Must demonstrate expertise in communications protocols used in the ICIDS system to include RS232, RS485, high impedance busses, Bell 202 standards, and modem protocols • Must demonstrate expertise with the Ethernet Networking Protocols used in ICIDS to be able to troubleshoot and repair communications issues between nodes • Must demonstrate expertise with the DCIDS-6/9 protocols that govern this system • Must demonstrate expertise with the JFAN 6-9 as related to this system • Must demonstrate expertise with the AR190-Series regulations related to this system 1.6.8.1 THREAT AWARENESS and REPORTING PROGRAM: For all contractors with security clearances. Per AR 381-12 Threat Awareness and Reporting Program (TARP), contractor employees must receive annual TARP training by a CI agent or other trainer as specified in 2-4b of AR 381-12. 1.6.8.2 AT Level I Training: All contractor employees, including subcontractor employees, requiring access to Army installations, facilities, or controlled access areas shall complete AT Level I awareness training within thirty (30) calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR within five (5) calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at https://atlevel1.dtic.mil/at. 1.6.8.3 OPSEC TRAINING: Per AR 530-1 Operations Security, the contractor employees must complete Level I OPSEC Awareness training. New employees must be trained within 30 calendar days of their reporting for duty and annually thereafter. Level I OPSEC training is available at the following website: http://cdse.edu/catalog/elearning/GS130.html (Duration: 45 minutes). 1.6.8.4 iWATCH Training. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program. This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after contract award. 1.6.8.5 Information assurance (IA)/Information technology (IT) training. All contractor employees and associated sub-contractor employees must complete the DoD IA awareness training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DoD and Army training requirements in DoDD 8570.01, DoD 8570.01-M and AR 25-2 within six months of appointment to IA/IT functions. 1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer 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. 1.6.10 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: assure that 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 Contracting Officer 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. 1.6.11 Key Personnel: No Key personnel are required for this contract. 1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. 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. 1.6.12.1 Company vehicles will be suitably marked with company name, logo, and phone number. 1.6.12.2 Contractor Identification Card: All personnel routinely employed by the Contractor in the performance of this contract must apply for a Fort Meade Contractor Identification Card. This will be initiated through the Physical Security Division IDS/ESS System Administrator. 1.6.12.3 It is the Contractor's responsibility to return any contractor identification cards for employees no longer required to work on Fort Meade and for individuals no longer employed by the contractor. 1.6.12.4 Contractors employed in the performance of this contract on an occasional basis and not expected to do routine work on the installation will not be required to obtain a contractor identification card; however, such individuals will be required to enter the installation through the appropriate inspection point, present all required documents, undergo a vehicle inspection, and acquire a placard which will be displayed on the windshield of their vehicle. 1.6.12.5 Contractor personnel shall present a neat appearance and be easily recognized. All Contractor personnel shall be identifiable by wearing a clearly readable identification badge, furnished by the Contractor, which contains the Contractor's company name, employee's name, and current/recent picture, as a minimum. 1.6.12.6 Access and general protection/security policy and procedures: Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 1.6.12.7 Before CAC issuance, the contractor employee requires, at a minimum, a favorably adjudicated National Agency Check with Inquiries (NACI) or an equivalent or higher investigation in accordance with Army Directive 2014-05. The contractor employee will be issued a CAC only if duties involve one of the following: (1) Both physical access to a DoD facility and access, via logon, to DoD networks on-site or remotely; (2) Remote access, via logon, to a DoD network using DoD-approved remote access procedures; or (3) Physical access to multiple DoD facilities or multiple non-DoD federally controlled facilities on behalf of the DoD on a recurring basis for a period of 6 months or more. At the discretion of the sponsoring activity, an initial CAC may be issued based on a favorable review of the FBI fingerprint check and a successfully scheduled NACI at the Office of Personnel Management. 1.6.13 Contractor Travel: There is no travel involved on this contract. 1.6.14 Other Direct Costs: Other Direct Cost (ODC) expenditures will be made upon request of the Government when necessary to complete mission critical objectives. The Contractor shall coordinate with designated Government personnel to validate receipt and acceptance of any ODC material deliverable. The Contractor shall provide receipts for all ODC materials. The Government has title to any item purchased as a direct charge under this contract. Upon completion of this contract, all materials provided to the Contractor shall be turned over to the Government. 1.6.14.1 The Government will maintain and provide all equipment and spares as needed. If the Contractor is required to procure materials, parts, or supplies, the Government will bear the costs and will reimburse the Contractor on a cost basis. 1.6.14.2 For reimbursement items, the Contractor will procure the items on a competitive basis or provide justification if there is lack of competition. Discounts, rebates, and exchange reimbursements on items provided to the Contractor will be credited to the Government. All purchase documents will be made available for the Contracting Officer/Contracting Officer's Representative review and audit. 1.6.14.3 The Contractor will seek written approval from the Contracting Officer or Contracting Officer's Representative prior to purchasing any materials, parts, or supplies. The Contractor will bill for reimbursable parts each month for each reimbursable item ordered. The billing will be supported by an itemized list by job order number of all reimbursable materials used showing the item, the number installed, location when installed, unit cost, and total cost. The Contractor will maintain original delivery tickets, sales slips, or other documents identifying items purchased under the cost reimbursement portion of this contract on base. All purchase documents will be available for Contracting Officer/Contracting Officer's Representative review and audit. 1.6.15 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor having a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 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-physical things such as meeting minutes. 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. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. WORK WEEK. Is defined as Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: ACOR Alternate Contracting Officer's Representative AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTR Contracting Officer's Technical Representative COTS Commercial off the Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DMDC Defense Manpower Data Center DOD Department of Defense FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 KO Contracting Officer NCRCC National Capital Region Contracting Center OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1 Facilities: The Government will furnish and/or make available to the Contractor facilities outfitted as office space suitable for storage of equipment, tools, spare parts, and an equipment test bench. 3.2 Utilities: The Government will provide all standard office space utilities at no cost to the Contractor. Such standard services at a minimum will include electricity, water, sewage, heating and cooling, post telephone service and internet service. The Contractor shall practice utilities conservation. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, such as turning off the water faucets or valves after using the required amount. 3.3 Equipment: The Government will provide Desk with Chair, file cabinet, storage cabinets, drawing file, and work bench/table. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2 Secret Facility Clearance: The contractor shall possess and maintain a SECRET facility clearance from the Defense Security Service. The Contractor's employees, performing work in support of this contract shall have been granted a SECRET security clearance from the Defense Industrial Security Clearance Office. 4.3. Equipment: Contractor shall provide all tools and equipment necessary to meet the requirements under this PWS. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Basic Services. The contractor shall perform inspections, maintenance, routine testing, installation, and repair/emergency repair on the ICIDS Automated Entry Control systems (AECS); ICIDS Intrusion Detection Systems (IDS); and existing Government-owned Closed Circuit Television (CCTV), to include head-end equipment in Building 6619, 67 cameras, and all associated equipment necessary to support the CCTV installed in various facilities and Access Control Points (ACPs) at Fort Meade. Contractor technician must be DAQ ICIDS SMS and Vicon certified in order to service equipment and perform these duties. This also includes the naming and renaming of zones identified already in use with certificated use of CallistoView configuration utility; providing all of the software tools that could be needed for maintenance, updates, etc. of the system. Maintenance and repair typically includes manufacturer-recommended preventative and routine maintenance, troubleshooting, replacement when necessary, relocation of equipment, modification, and test, as directed by the customer, and subsequent documentation of duties performed. The overall responsibility of the day-to-day system administration such as alarm monitoring, etc. will continue to be performed by the customer. Contractor technician will have a responsibility to have daily/weekly interaction with the COR with updates as needed during a normal work day. 5.1.1. Phase In/Phase Out (PIPO) period will be established if current contract employee is not retained by new contract. The period of time will be initiated 14 working days prior to start date of new contract. 5.2. Tasks to be performed: 5.2.1 The Contractor shall be responsible for accomplishing all scheduled and unscheduled maintenance, repair, and installation of above listed equipment and assist in the daily system administration of the ICIDS installed at Fort Meade, MD. 5.2.1.1 The Contractor will ensure that all information assurance requirements along with ICIDS Authorization to Operate (ATO) are maintained and updated accordingly on each system and Workstation(s). This is to include but not be limited to the application and device server(s), Local Poller Mux Bins, Remote Poller Mux Bins, Remote Service Monitor's, both used for Operator and Administrator Workstation(s) and those used for SCIF and SAPF Local Servers, Remote Area Data Collector, Local Access Controllers, and all possible hardware and software configurations pertaining to ICIDS IV and future iterations as deemed by the United States Army. 5.2.2 Inspections: The Contractor will conduct a minimum of two (2) major system inspections semiannually o...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »