Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2009 FBO #2623
SOURCES SOUGHT

R -- Installation Disaster Assessment and Recovery Processes

Notice Date
1/29/2009
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Specialty Center Acquisitions NAVFAC, N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1205 Mill Road Building 850 Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6258309EMGMT
 
Response Due
2/16/2009
 
Archive Date
3/3/2009
 
Point of Contact
Mary CanfieldTechnical Contactmary.canfield1@navy.mil(805) 982-1231<br />
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). THERE WILL NOT BE A SOLICITATION, SPECIFCATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a market research tool to determine the availability of sources prior to issuing the RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command (NAVFAC), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. All small businesses as well as large businesses are encouraged to respond. Upon review of industry responses to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. NAVFAC Engineering Service Center is seeking an eligible business capable of providing geospatial technology software and a Mobile Condition Assessment System (MCAS) for the purpose of facilitating installation disaster assessment and recovery processes. The NAICS code for this proposed procurement is 541512. The size standard is $25M. If the solicitation is issued, the solicitation will consist of a base period and 4 option periods totaling 5 years of performance. Services/options are anticipated unless precluded by legislative language (Bob Stump national Defense Authorization Act; PL 107-314 Sec 332). Although the program is worldwide, the majority of the work in the contract will be the continental United States. Specific geospatial technology software capabilities and features to support a Mobile Condition Assessment System which shall include, but not limited to installation planning, asset management, operations and maintenance, and disaster preparedness. In addition, the system shall also provide the following performance capabilities: Performance Capabilities: 1. Map publication2. Integration with existing Navy data formats including CAD, GIS, Naval Facilities Asset Database elements, NAVFAC's Knowledge-Based Engineering Management System (EMS), Single Platform Maximo (SPM), Mission Dependency Index (MDI) data elements, and parametric cost estimating programs.3. Integration with GPS, rangefinders, and digital cameras4. Efficient communication and sharing of enterprise data between field and management personnel 5. Accuracy, organization, and immediate availability of all types of data related to facilities and infrastructure6. Mobile mapping and data collection capabilities7. Improvement and updating of existing installation GIS database information8. Incident reporting9. Integration with Building Information Models (BIM). Tasking will include the following: 1. Integration of supporting computer file formats as necessary2. Software configuration and maintenance3. Hardware integration4. Training If the solicitation is issued, contractors shall complete an Operational Characteristic Benchmark Demonstration (OCBD), based on the aforementioned Performance Capabilities that will fully demonstrate the system's capability to support a simulated hurricane disaster assessment and recovery scenario as well as routine facilities asset management at NCBC Gulfport, MS. Statement of Capabilities Submittal Requirements: The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy's decision to proceed with this acquisition. Interested firms must submit a SOC, which describes, in detail, the firm's capability of providing these services at various Navy Regions worldwide. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers); (4) copy of any certifications (if 8(a) certified, provide the SBA Business Opportunity Specialist name and phone number assigned); HUBZONE certification and SDVOSB status or Small Business; (5) indicate if the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database, include DUNS Number and CAGE Code; (6) provide proof of any relevant licenses and list your total bonding capacity as well as individual task order bonding; (7) provide information on recent past projects that best illustrated your qualifications for this contract. Of specific interest are projects conducting disaster assessments and recovery efforts for Government installations or facilities or private sector utilities. List up to three projects performed within the last five years. Pr! ovide information on experience of key personnel showing experience in providing and sustaining a Mobile Condition Assessment System in support of disaster assessment and recovery. Provide the following information for each project listed: a. Contract number and project title; b. Name of contracting activity; c. Administrative Contracting Officer's name, current telephone number; d. Contracting Officer's Technical representative or primary point of contact name and current telephone number; e. Contract type (e.g. cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); g. Basic contract award amount and final contract value; h. Summary of contract work. i. If award fee or award term incentivized, average performance rating received and (8) Subcontract management: - provide information on any proposed teaming arrangements (i.e. team members, previous working relationships and proposed team members and percent of work anticipated! to be subcontracted (note: any joint ventures with 8(a) members must comply with Code of Federal Regulations (CFR) Title 13,Section 124.513)). The Government reserves the right to request additional information as needed, from any and all respondents; (9) provide a written statement as to your ability to perform work within the Continental United States (CONUS) outside the Continental United States (OCONUS) or both CONUS and OCONUS. The SOC must be complete and sufficiently detailed to allow for a determination of the firm's qualifications to perform the defined work. The SOC must be on 8 by 11 - inch standard paper, single spaced, 12 point font minimum and is limited to 20 single sided pages (including all attachments). Responses are due on Monday, 16February 2009, by 9:00 A.M. P.S.T. Submissions must be received no later than 9:00 A.M. Pacific Standard Time on 16 February 2009. Responses may be submitted to Mary Canfield by e-mail at mary.canfield1@navy.mil or by phone at (805) 982-1231. Place of Performance:Military and other Federal facilities worldwide, though the majority of the work in this contract will be within the Continental United States.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=727cc5d298d0506b87fb5b73909d8abe&tab=core&_cview=1)
 
Record
SN01740043-W 20090131/090129215017-45dd19e419fa22b5c95f86d761174a7e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.