SOURCES SOUGHT
R -- Integrated Facilities Information Program (IFIP) software program for Department of Commerce, NOAA/Real Property, Facilities & Logistics Office, Silver Spring, MDl
- Notice Date
- 2/26/2009
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106
- ZIP Code
- 64106
- Solicitation Number
- NAAJL200-9-07407
- Archive Date
- 4/10/2009
- Point of Contact
- Charlene A. Yaple,, Phone: 816-426-7531
- E-Mail Address
-
charlene.a.yaple@noaa.gov
- Small Business Set-Aside
- N/A
- Description
- United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, (CRAD) is seeking sources capable of administering the annual Facility Inspection Program for the Real Property, Facilities and Logistics Office, located in Silver Spring, MD. The National Oceanic and Atmospheric Administration (NOAA) currently use an Integrated Facilities Information Program (IFIP) software solution designed and developed by Vanderweil Facility Advisors (VFA) under a delivery order against the GSA MOBIS contract. The software is designed to maintain an accurate assessment of the condition of NOAA facilities nationwide. Historically, the IFIP software has been available from only one known source, Vanderweil Facility Advisors (VFA). Interested firms shall provide, in writing, the company name, address, point of contact, telephone number, and business size; Firms shall also demonstrate their understanding of the requirement, describe their capabilities to provide COTS software that will perform the functions as described; outline the functionality of its software; and provide references for other Government agencies using the same software to provide the services that meet or exceed the below mentioned requirements. Responses can be faxed to Charlene Yaple @ 816-274-6977 or sent via email to Charlene.A.Yaple@noaa.gov. Current Process Each Fiscal Year (FY), facility inventory data from NOAA's Federal Real Property Management (FRPM) database is imported into the current service providers system. This facility data includes attributes such as property name, property address, asset type, construction type, square footage, etc. There are two types of users within the existing software structure, (1) Respondents and (2) Approvers. Respondents are Government facility occupants that are tasked with accessing the software in order to complete building condition surveys. The surveys contain specific question sets for each of the following types of NOAA facilities. 1. Owned or leased buildings that are maintained by NOAA (also referred to as Triple-Net Facilities), 2. Owned buildings that meet the NOAA criteria for Warehouses, Equipment and Storage, and 3. GSA-owned, or leased, buildings. When the surveys are completed, the Approver reviews and approves the Respondent's answers. The approved answers are used to calculate a variety of measures that allow NOAA to assess the condition of its facilities. Three of these measures are: 1. Deficiency Costs: A deficiency is an item requiring corrective action to satisfy a desired level of maintenance. The current software derives the deficiency costs using the survey as well as up-to-date calculated deficiency costs provided by RS Means. 2. Estimate Replacement Costs: The Replacement Cost (also referred to as the Replacement value) is the cost to replace a facility of like-kind based on current labor and materials costs. This cost is calculated by the software by multiplying the Department of Defense (DOD)'s unit cost for various types of construction by the square footage of the building. 3. Facility Condition Index (FCI): FCI is a measurement of a facility's condition and may be used as a benchmark to compare the relative condition of a group of facilities. The FCI is calculated by one minus the cost to correct a facility's current deficiencies divided by the facility current replacement value. The current software also customizes RS means values based upon location indices and provides an ability to identify, utilization rates and mission criticality to comply with Executive Order 13327 reporting NOAA's existing contract includes the administration of the annual survey, the tabulation of the survey results and the storing of historical data for a minimum of four years. The next survey period begins in June 2009. NOAA does not know of other sources that can provide a commercial off-the-shelf (COTS) product that will provide the functionality to generate the same results of the existing without significant customization and redesign. This is a key factor in determining the feasibility of conducting a competitive acquisition. In order to eliminate the potential disruption to the program and the potential for a degradation of historical data which would prohibit NOAA from doing trend analysis from prior year data, it is NOAA's intent to negotiate a follow-on contract with VFA to continue to maintain and manage the software and data. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR Part 6.302. Interested persons may identify their interest and capability to respond to the requirements or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 30 days of this announcement will be considered by the government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive acquisition. Solution Requirements Interested Solution Providers must demonstrate that they can provide a web-based COTS software solution that possesses each of the capabilities of NOAA's current solution without modification or re-design to match the functionality of the current software as well as the following: 1. Compliance with Section 508 of the Rehabilitation Act of 1973. 2. Generation of usernames and passwords for Contractor administrators, Government respondents and approvers. The usernames and passwords shall be compliant with NOAA and Department of Commerce (DOC) standards. Access to specific software objects shall be based on the role that is tied to the username (e.g., respondents should not be able to access screens that would allow them to perform tasks specifically designated to approvers). 3. Conversion of the previous 4 FY's data from NOAA's existing solution and the uploading of data from excel spreadsheets into the new solution's database. This is required to allow NOAA to perform historical analysis. 4. Initialization of each FY by populating Basic Building Information (BBI) with the most recent data available at the previous fiscal year's end. 5. Modification of all survey question sets so that each question begins with a non-applicable choice. The purpose of this choice is so that deficiencies are not calculated for questions that do not pertain to facilities being surveyed. 6. User notification when a respondent provides an answer to a question that does not fall within predefined parameters. Also, the user shall be notified when a survey is completed and submitted for approval. 7. Updating of all industry specific data, formulas and analysis tools based on current standards. This includes updating the most recent RS Means data and DOD cost calculations. This ensures that all assessments and reports are current and useful. 8. Storage of all responses to surveys, deficiencies, and FCI data. A user-friendly functionality, agreed upon by NOAA, shall be included that allows users to view and generate reports against prior year's data. 9. Export of current FY and previous FY data. The previous FY data shall be for an individual FY or an aggregate of multiples FY's data. The exports shall be provided in the following formats: a. Microsoft Excel b. Crystal Reports c. Portable Document Format (PDF) d. Microsoft Word and e. Microsoft Rich Text File (RTF). Support Requirements: The Contractor coordinates with NOAA to ensure that its solution's results (i.e., derived costs, indices, etc.) are consistent. The Contractor works in conjunction with NOAA to research and justify any noted discrepancies to NOAA's satisfaction. The Contractor is responsible for all aspects of the surveys' administration and ensures that surveys are completed by the end of each FY. The Contractor provides user support by the following: 1. Provide training to all users 2. Operating a help desk support. The help desk must be available Monday through Friday between 9:00 a.m. and 6:00 p.m. Calls made to the help desk from users shall be responded to within 2 hours. Routine maintenance access shall be provided by the help desk year round; however, the provider shall staff additional help desk resources during the execution of annual surveys, 3. Be available for unlimited NOAA conference calls upon request, and 4. Distribute unlimited bulk e-mails to respondents upon request. NOAA Provisions: NOAA provides the following resources to assist the Contractor's performance. 1. Facility access where NOAA personnel, equipment, or other necessary resources are located. If security clearances or other approval processes are required, the provider will supply personnel that maintain, or are capable of obtaining, such clearances. 2. Designated office workspace for time spent by the provider's personnel at NOAA locations. 3. Extracts of data residing in either the current IFIP software solution or any additional system that may contain information on NOAA's Real Property or related assets. 4. Technical assistance in planning and executing the data mapping from the current NOAA solution into the new solution's database. Timeline for Requirements NOAA's FY09 Survey is required for distribution by June 1, 2009, to approximately 600 respondents. Any potential vendor(s) would be required to demonstrate the COTS product which meets the above requirement with minimal changes and be ready to begin conducting the surveys by June 1, 2009. In addition, the vendor(s) must demonstrate the methodology for transitioning the current four FY's of data and highlight how the data would be stored, retrieved for reporting and processing of future surveys. Central Region Acquisition Division, requires that all Contractors doing business with this officer be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all firms must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Contractors should submit their Certification and Representations thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the federal government. Contractors are encouraged to go on-line at www.bpn.gov to complete its representations and certifications.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c9aec8700e6aa444332cb86aaf5001a3&tab=core&_cview=1)
- Place of Performance
- Address: NOAA/Real Property Facilities and Logistics Office, 1305 East West Highway, Silver Spring, Maryland, 20910, United States
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN01758386-W 20090228/090226221640-c9aec8700e6aa444332cb86aaf5001a3 (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 |