The RFP Database
New business relationships start here

Humidification Project


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Environmental Air Humidification System Replacement
for the
CJIS Division

Statement of Work
3/25/2019

FEDERAL BUREAU OF INVESTIGATION


STATEMENT OF WORK


________________________________________
1    Introduction


1.1    Background
This Scope of Work (SOW) is for the replacement of the office environmental air humidification system at the Federal Bureau of Investigations (FBI's) Criminal Justice Information Services (CJIS) located in Clarksburg, WV. Required specifications for project is identified herein.


The existing CJIS Building #5 office environmental air humidification system and support systems have proven to be unreliable, rarely operationally available, and requiring a high level of day to day maintenance. Due the age of the system (20+ years), the controls are obsolete and parts cannot be sourced. Without a functional and reliable humidification system, less than optimal conditioned air becomes present inside occupied office spaces. Decreasing the occupants comfort level and placing additional workload on the remaining HVAC system to effectively heat and cool the occupied spaces.


The environmental cooling, heating, ventilation, and humidification for CJIS Building #5 is provided by eighteen (18) mechanical rooms using distributed variable volume air handling units (AHU's), standalone steam humidification units, and support space variable air fan powered boxes. Each humidification environmental system is an independent standalone steam producing unit. The humidification units are used to maintain employee space relative humidity (RH) levels between 30% and 50%. The humidity level sensor for control is not measured within the occupied floor spaces; but within the return air duct supporting the mechanical room. The return air and fresh outside environmental air ventilation is injected into each mechanical room AHU return air plenum through a constant volume terminal box with reheat. A pre-set volume of outside air is delivered and temperature adjusted before injected into each of the eighteen AHU mechanical rooms return air plenums.


1.2    Scope
The SOW includes Architectural and Engineering (A/E) 100% completed engineered construction specifications/drawings for the replacement of the office environmental air humidification system in the CJIS Division's Main Office Main Building (#5).
The contractor shall decommission, build, and complete project as intended in 100% Drawings and Specifications. This includes, but not limited too, all mechanical, electrical, and controls work required. The FBI CJIS complex operates 24/7, 365 days a year, the construction activity cannot shut down or effect normal day-to-day operations of the facility. The government will assist in all ways possible to provide necessary and timely access to all areas required for construction.
The CJIS Building #5 is divided into six modules, each with environmental cooling, heating, ventilation, and humidification systems. Module's C & D are considered priority to support other projects and must be completed first. Followed by Modules A,B,E,F in the most efficient order determined by the contractor and approved by the CJIS Division Facilities Management Unit (FMU)'s Contracting Officer's Representative (COR).
Module Construction Priority:
1.    Module C
2.    Module D
3.    Module A, B, E, or F (To be determined by the Contractor (and approved by the CJIS FMU COR) for the most efficient order.)


The contractor shall provide in their proposal a detailed schedule to execute construction of each module to complete the services included within this scope of work.



1.3    Objectives
The contractor shall complete the following objectives:
•    Construction shall be performed by Module (C, D, A, B, E,F) within CJIS Main Building #5. Once construction is 100% complete for one module the next module can begin. Please see Section 1.2 for module priority.
•    Decommission existing CJIS Main Building #5 office environmental air humidification system.
•    Construct new turn-key environmental air humidification system per requirements/specifications listed in the (Government's contracted) A/E firm's turn-key 100% completed engineered construction document package.
•    CJIS Main Building #5 must operate without interruption during decommissioning, construction, and commissioning efforts.
•    Coordination between the contractor and other government on-campus activities is required.


2    Requirements/specifications


The requirements for all labor and materials to decommission, construct, and commission by module a new environment air humidification system at the CJIS Building #5 as specified in the 100% completed engineered construction documents.


It shall be understood that on-site investigations may be required to gather all necessary information, survey existing facility, and answer questions (if any) to ensure an accurate price and schedule is provided to complete this effort.


2.1    Task Descriptions
The contractor shall demonstrate understanding of the project, while providing a proposed schedule/timeline by building module (A-F) for this effort to the government within the proposal. Utilizing the Architectural and Engineering (A/E) 100% completed engineered construction specifications/drawings for the replacement of the office environmental air humidification system in the CJIS Division's Main Office Main Building (#5). This should include a breakdown of key construction personnel including sub-contractors; indicating all roles, responsibilities, and level of authority on the project.
The contractor shall provide a site logistics plan for the completion of work to minimize impact on occupied spaces.
3    Place of Performance


The place of performance is the Federal Bureau of Investigations (FBI's) CJIS Division located at 1000 Custer Hollow Road, Clarksburg, WV 26301.
4    Period of Performance


The period of performance for this requirement is estimated for one (1) year from the date of award.
5    Hours of Operation


The Contractor's normal workday will typically be eight work hours a day plus a mandatory thirty minute lunch within the hours of 7:00 a.m. and 3:30 p.m. Flexibility within the normal work day shall be coordinated with the Contracting Officer's Representative (COR). No work can be performed on Federal Holidays. Unforeseen government shutdowns may also effect work hours.
6    Deliverables


The Contractor shall provide monthly status reports to the Contracting Officer (CO) and the COR. The format will be agreed to by the Contractor and CO at the start of performance, but the contents shall contain the following, at a minimum monthly: Staffing Summary, Schedule Review and Updates, Certified Payroll, Current Management & Administrative problems, and Action items.
7    Security Requirements
7.1    Safety and Environmental Regulations:
    The Contractor is responsible for following all federal Occupational Safety and Health Administration, state and local regulations, and FBI policies as they pertain to safety and health. The Contractor shall provide any information on their safety programs as requested by the CO or COR. The Contractor shall provide protection for CJIS employees who may be working or walking in the areas where work is performed. This may be through barricades, signs, or other means to inform or redirect employees from the hazards. The Contractor is responsible for any Personal Protective Equipment, monitoring devices, or other specialty equipment to perform their job in a safe manner while on FBI CJIS property. The Contractor is open for inspection, at any time, by the FBI Safety Staff while on site at the CJIS Division.
    The Contractor is responsible for following all federal, state, and local regulations as they pertain to the Environment. All applicable Environmental Protection Agency and West Virginia Department of Environmental Protection regulations and procedures shall be followed. Any information pertaining to environmental compliance can be requested by the CO or COR. The Contractor shall attempt to reduce any environmental impact due to the procedures and chemicals used while working on CJIS property and determine the need for and provide any personal protective items required for the safe performance of work


7.2 Clearance Requirement for Personnel Access:


The Contractor providing services under this contract will not require access to classified information nor will they access any FBI information systems.
Upon the award of a contract, appropriate contractor individuals will be processed as directed by FBI policies and procedures.
The FBI's CJIS Division requires that access approval and/or security clearance be granted by the FBI Security Programs Manager (SPM) to all non-FBI and contractor personnel who will have access to: National Security Information; Sensitive but Unclassified (SBU) information; FBI personnel; FBI facilities and/or FBI equipment. The determination of the level of security clearance (Top Secret or Secret) and access level (escorted or unescorted) required are made by the FBI's SPM. The scope of the FBI security clearance background investigation to be conducted is determined by the level of clearance sought.
Contractors should be advised that:
    Decisions concerning granting of access to FBI assets are made on a case-by-case basis and access/clearance will be granted only where such access is clearly consistent with the mission and responsibilities of the FBI. If for any reason an individual is denied access/clearance by the FBI, the FBI will not disclose the reason for denial and will only make such disclosure to the affected party pursuant to the provisions of the Freedom of Information or Privacy Act. The FBI will not be liable for any expense in the replacement of a denied individual or any costs incurred by the contractor as a result of such denial.
    The Department of Justice (DOJ)/FBI does not permit the use of non-U.S. citizens in the performance of this contract or commitment for any position that involves access to or development of any DOJ Information Technology (IT) system. By signing this contract or commitment document, the contractor agrees to this restriction.
    Individuals shall have, for three (3) of the five (5) years immediately prior to working on this effort: (1) resided in the United States; (2) worked for the United States overseas in a federal or military capacity; or (3) be a dependent of a federal or military employee serving overseas.
    Individuals with criminal histories, such as arrest records, may be denied access; illegal and/or undocumented aliens will be excluded and their identities may be referred to other cognizant law enforcement agencies for appropriate action.
    Individuals will be interviewed by the FBI (or FBI contract investigators) regarding foreign travel, associates, residences or other matter of concern to the FBI in deciding whether to grant access to its information, facilities, or property. Individuals may be requested to undergo a polygraph examination to fully resolve any security concerns. Refusal or failure to accurately complete the forms, to be interviewed, or to undergo a polygraph examination will be deemed reasonable cause for denial of access/clearance to FBI information, facilities, or property.
    The FBI reserves the right to reinvestigate contract employees on a periodic basis, or where facts or information dictates that continued access may no longer be clearly consistent with the FBI's mission and responsibilities.
    When authorized for site access, contractors shall report the following information to the CJIS Security Access Office: Foreign Travel (thirty days prior to departure); change in marital status; change in status of room/house mates; employment outside of the contracting agency; Court cases involving: divorce, bankruptcy, moving traffic violations (more than $150), criminal arrests, civil proceedings, tax matters, and failure to honor legitimate debts.
    Regardless of a contractor's clearance and access level, the FBI reserves the right to provide an FBI escort, knowledgeable in the tasking area, in situations where contracted services may affect the integrity of existing protection measures (i.e., IT system maintenance activities).
    The FBI reserves the right to revoke any contract employee's access to its facilities or property where such access is no longer clearly consistent with the FBI's missions and responsibilities. The contractor agrees to immediately remove that individual from the FBI facility in such circumstances.
    Access to national security information will be granted only to employees who are United States citizens for whom an appropriate investigation has been completed and whose personal and professional history affirmatively indicates loyalty to the United States, strength of character, trustworthiness, honesty, reliability, discretion, and sound good judgement, as well as freedom from conflicting allegiances and potential for coercion, and willingness and ability to abide by regulations governing the use, handling, and protection of national security information.
    A determination of eligibility for access to such information is a discretionary security decision based on judgments by appropriately trained adjudicated personnel. Eligibility will be granted only where facts and circumstances indicate access to national security information is clearly consistent with the national security interests of the United States, and any doubt will be resolved in favor of the national security.
    In determining eligibility for access, agencies may investigate and consider any matter that relates to the determination of whether access is clearly consistent with the interests of national security. This includes random controlled substance testing and, in the future, may include polygraph examinations if dictated by FBI or DOJ security policy directives. Failure of any part in the background investigation or periodic review will result in further evaluation and any doubt will be resolved in favor of the national security.
    At the discretion of the FBI COTR, contractor personnel not upholding the FBI standards of conduct, or if creating conflicts with the FBI's interests, shall be removed from all activities on this effort.
    The FBI will maintain a listing of contract employees who have been authorized access/clearance. The contractor must provide personnel from this list to perform the requested services.


Access to national security information:
    Upon a contract award, the contractor, primary contractor(s), key personnel, and any other non-FBI personnel designated by the FBI, who require access to FBI information, property, or facilities, shall, based upon the length and nature of their assignment, provide the Contracting Officer's Technical Representative (COTR) the following properly executed forms. Forms shall be submitted sixty (60) days prior to beginning the stated contract tasks. Incomplete or improperly executed forms will not be considered responsive to this requirement and will be returned to the contractor.
    One-day, one-time escorted access with no system access, or escorted access of one to five (1-5) consecutive days only with no returning site visits and requiring no system access:
(1)    FD-816 "Access of Non-FBI Personnel to FBI Facilities, Background Data Form"
(2)    FD-484 "Privacy Act of 1974 Acknowledgment Form"
If possible, this paperwork should be provided to the CJIS Security Access Office by 12:00 p.m. on the day prior to the site visit.
    Escorted access requiring no system access of five (5) or more consecutive days, or recurring visits:
(1)    FD-816 "Access of Non-FBI Personnel to FBI Facilities, Background Data Form"
(2)    FD-484 "Privacy Act of 1974 Acknowledgment Form"
(3)    Two (2) FD-258 "Applicant Fingerprint Cards" (if fingerprinted at the CJIS WV Facility only one (1) FD-258 is necessary)
    More than ninety (90) days access, unescorted access and/or system access:
(1)    CJIS Security Access Office Interoffice Memorandum "Cover Sheet/Preliminary Check for Access" or FD-316 "Building Access Form"
(2)    Two (2) FD-258 "Applicant Fingerprint Cards" (if fingerprinted at the CJIS WV Facility only one (1) FD-258 is necessary)
(3)    SF-86 "Questionnaire for Sensitive Positions" (Note: An FD-484 is not used in conjunction with an SF-86)
    Additionally, non-FBI personnel requiring IT system access must be indoctrinated, as required, prior to being granted access to any FBI IT system by receiving a Computer Security Awareness and Policy Briefing, and must execute the following:
(1)     FD-868 "Nondisclosure Agreement" and/or an SF-312 "Classified Information Nondisclosure Agreement"
(2)    FD-889 "Notice of Responsibility and Computer Security Awareness Certification"
    The FBI SPM will, within thirty (30) days of receipt of the completed forms, make a preliminary determination as to the eligibility of these employees. These preliminary determinations are termed "interim." Interim clearances are based upon the completion of minimum investigative requirements and granted on a temporary basis pending the completion of the full investigative requirements, the scope of which will be at the discretion of the FBI.


IT Security Requirements:
    The contractor shall present all software and hardware to the FBI for virus scanning prior to entering FBI space and/or use on FBI IT systems. Software use shall be in compliance with software licenses. The use of shareware shall be controlled and/or supplied by the FBI. Under no circumstances shall the contractor introduce software and/or hardware into an FBI IT system.
    Test software used on any FBI IT system shall not be removed from FBI control. Software shall be scanned, write-protected, and retained by the FBI. Only this copy of the software shall be used on the FBI IT system.
    Under no circumstances will personally-owned or contractor-owned equipment or media be used to process FBI information. Government-furnished equipment (GFE), as specified in a contract or statement of work, will be utilized.
    The contractor shall turn over all failed electronic storage and memory devices to designated FBI personnel. The contractor shall not remove any electronic and memory devices that have been connected to, or have processed data on an FBI IT system. The FBI reserves the right to procure and to retain any media that had not been successfully sanitized prior to release back to a vendor/contractor.
    Storage media and systems with non-removable storage media must only be transferred through maintenance channels approved by the FBI. Only storage media and systems that have been sanitized and declassified (if necessary) can be released from FBI control for maintenance.
    To the extent possible, information shall be stored on FBI-owned storage media. Provisions shall be made which allow for FBI retention of non-removable, non-volatile storage devices (e.g., microcomputer hard drives) if the device cannot be successfully sanitized through disk methodologies approved by the FBI Security Division at the completion of the tasking.
    Each contractor-owned device or media (e.g., Personal Digital Assistants, laptops, floppy disks, compact disks, etc.) brought into FBI facilities, regardless of source and prior to use, will be virus scanned. Each device or media that cannot be properly scanned will not be permitted in the facility.
    FBI IT policies prohibit access for remote maintenance and diagnostics by non-FBI personnel. Exceptions can only be negotiated with, and granted by, the FBI Security Division, and are to be obtained in consultation with the CJIS Contract Administration Office (CAO), Information Technology Security Program (ITSP).
    All connections to non-FBI networks will be approved on a case-by-case basis by the FBI Security Division and is to be obtained in consultation with the CJIS, CAO, ITSP. As part of this approval process, supporting documentation must be acquired.
    The exchange of data between contractor and/or subcontractor sites or between the contractor/subcontractor and the FBI must be also be approved on a case-by-case basis by the FBI Security Division in consultation with the CJIS, CAO, ITSP.
    All maintenance work performed at an FBI site must be supervised by FBI personnel knowledgeable in the operation of the IT system regardless of the classification of the system or its associated media. On-site maintenance personnel shall meet the personnel security requirements.
    For security reasons, placement and removal of microcomputers and related media to operational environments where classified information is processed shall be approved by the FBI SPM.
    All non-FBI portable devices are prohibited from connectivity to any FBI IT system.
    All FBI information made available to or generated by this task shall, at a minimum, be considered FBI sensitive. This includes, but is not limited to: all notes, documents, test data, databases, reports, magnetic media, deliverables (e.g., CDRLs), electronic mail, etc. All FBI sensitive information shall be protected from unauthorized access and shall be disposed of in accordance with FBI policies.
    Any person who knowingly, willingly, or negligently discloses any FBI information (to include, but not limited to data, systems configurations, facilities, personnel, and procedures) to unauthorized persons without prior written FBI approval shall be subject to the appropriate penalties and sanctions under the law (i.e., Privacy Act, Computer Fraud and Abuse Act, National Security Act, or appropriate espionage statutes).
    Non-FBI employees who violate this policy are subject to having their clearance revoked and access to FBI IT systems and facilities terminated.
    All reports of computer security-related incidents and/or violations are to be concurrently reported to the CJIS, CAO, ITSP and the FBI COR.


Government Furnished Equipment (GFE)
    The contractor will maintain an automated inventory of all GFE, including software, at each contractor site. The inventory shall include the following information:
(1)    FBI Property Number
(2)    Description
(3)    Type (Hardware or Software)
(4)    Manufacturer
(5)    Model Number
(6)    Serial Number
(7)    Software Version
(8)    License Description
(9)    Expiration Date


    The contractor will receive written authorization from the FBI prior to returning GFE, including software, to the vendor for any reason.
    The contractor will clearly label all GFE, including software, at each contractor site, as property of the FBI CJIS Division.
    The contractor will clearly label all contractor-owned property, as such, when physically located within the same space as GFE, at each contractor site.
    The contractor will grant the FBI physical access to the GFE, including software, and contractor inventory records, at each contractor site, for the purpose of assigning FBI property numbers and conducting audits to ensure compliance with FBI requirements. The frequency, scope, duration, and method for the audits shall be determined by the FBI.
    The contractor will provide the FBI with original copies of all delivery documents (i.e., vendor packing slips) for GFE, including software, delivered directly from the vendor to a contractor site.
    The contractor will deliver all GFE and software to the FBI, within thirty (30) days, when no longer serviceable or required for the completion of the contract. The contractor has no authority to donate, destroy, or transfer GFE.
    The contractor will notify the FBI, in writing, when GFE, including software, moves from one contractor site to another. The notification must include the following:
The contractor will provide written notification


(1)    FBI Property Number
(2)    Description
(3)    Type (Hardware or Software)
(4)    Manufacturer
(5)    Model Number
(6)    Serial Number
(7)    Software Version
(8)    License Description
(9)    Expiration Date


    , at least twenty four (24) hours in advance, of all deliveries of GFE, including software, to the FBI. The notification shall include an itemized list of all GFE, including software, being returned to the FBI. The itemized list shall include the following information:


(1)    FBI Property Number
(2)    Description
(3)    Type (Hardware or Software)
(4)    Manufacturer
(5)    Model Number
(6)    Serial Number
(7)    Software Version
(8)    License Description
(9)    Expiration Date


8    Government Representatives


8.1    Contracting Officer Representative
The Contracting Officer Representative (COR) will be identified via letter of COR delegation authority issued by the Contracting Officer (CO) for this contract. The COR is responsible, as applicable, for: receiving all deliverables; inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the Contractor which clarifies the contract effort, filling in details or otherwise furnishing information necessary to accomplish the SOW; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment.
The COR does not have the authority to alter or modify the Contractor's obligations, contract terms, conditions, specifications, or cost. If as a result of technical discussions, it is in the Government's best interest to alter/change contractual obligations or the SOW, the CO will issue such changes.
8.2    Contracting Officer
The CO is the appointed authority to bind the Government to the extent of the authority delegated. Direction that will modify the scope, schedule, terms and conditions, funding, or any other action that may modify the agreement as originally entered into with the Government must be given only by the CO.
This contract will be administered by:


Name:    Dawn A. Morgan
Title:    Contract Officer
Unit:    Facilities Contracts Unit
Address:    CJIS Building #5
1000 Custer Hollow Rd
Clarksburg, WV 26301
Phone:     1-304-625-4524
Email:     damorgan2@fbi.gov


9    Travel
When required and authorized by the Contracting Officer, travel must be conducted in accordance with Federal Travel Regulations.
10    Applicable documents
The following documents are applicable and incorporated into this Statement of Work:


H.F. Lenz Company
1407 Scalp Avenue
Johnstown, PA 15904


Drawings:     File Name: 18_1012 TO20 Humidification 100 percent MEP Drawings.pdf
Date: 10-12-2018


Specifications:     File Name: 18_1012 TO20 Humidification 100 percent Specifications.pdf
Date: 10-12-2018


 


 




Dawn Morgan, Contracting Officer, Phone 3046254524, Email damorgan2@fbi.gov - Glen E. Ogden, Contract Specialist, Phone 3046253090, Email geogden@fbi.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP