SOURCES SOUGHT
67 -- Mobile Immersive Video-Ground (MIV-G) Services
- Notice Date
- 3/23/2010
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Acqusition Operations Division (9QZ), 450 Goldne Gate Ave, 4th Floor West, San Francisco, California, 94102-3404, United States
- ZIP Code
- 94102-3404
- Solicitation Number
- 9Q0SDAIS001
- Archive Date
- 4/15/2010
- Point of Contact
- Lucile Rios, Phone: 8585372219, Chris Matthews, Phone: (415) 522-4522
- E-Mail Address
-
lucile.rios@gsa.gov, chris.matthews@gsa.gov
(lucile.rios@gsa.gov, chris.matthews@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a REQUEST FOR INFORMATION (RFI)/Sources Sought being released by the General Services Administration (GSA), Federal Acquisition Services (FAS) on behalf of the Intelligence Battle Laboratory (IBL), Ft. Huachuca to enhance the Mobile Immersive Video-Ground (MIV-G) capability by designing and creating a set of standard or common mounting equipment for the various MIV-G system configurations to allow for quick mount and dismount operations of the system for use on and in various vehicle platforms as well as on an individual person (MIV-G personnel configuration) for the following: The Mobile Immersive Video-Ground (MIV-G) is a mobile 360 degree and spherical full motion video collection system intended to be mounted on or in a vehicle to allow for 360 degree or spherical video collection of an area with just one pass. The capability allows for a reduction of risk to the warfighter by reducing their exposure to a certain area while continuing to affectively train, plan and execute operations. A significant issue exists with the lack of any common or standard internal and/or external vehicle quick mount and dismount system for the MIV-G cameras or camera array camera equipment which are part of the iMove Inc. camera systems that make up the MIV-G capability. Without these quick mount and dismount systems the operational use and effectiveness of the MIV-G capability is significantly reduced. 1.0 SUBJECT RFI and Sources Sought inquiry for service providers and information regarding the commerciality of the services described in the next section. Responses are due for this RFI by 5:00 PM PDT on March 31, 2010. Responders are solely responsible for all expenses associated with responding to this RFI. 2.0 INFORMATION AND INSTRUCTIONS: 2.1. How to Submit: Respondents capable of performing this effort are requested to submit capability packages electronically. Electronic files should be in MS Office format (Word, Excel or PowerPoint) and should not exceed 1 GB on one e-mail. All packages should be UNCLASSIFIED material only. The electronic sources sought package shall be e-mailed to Lucile.Rios@gsa.gov. Packages should not exceed 50, one-sided, 8.5 x 11 inch pages, with one-inch margins and font no smaller than 10 point. An e-mail verification notice will be sent upon receipt (as a reply to your e-mail). If you do not receive verification, contact Lucile Rios, Contracting Officer at (858) 537-2219 for further instructions. 2.2 Respondents must include the following information with their statement of capability. 2.2.1 Does your company intend to submit a proposal in response to the upcoming solicitation as a prime contractor? Teaming Partner? 2.2.2 Company Information: Your company's name, address, telephone number, a point of contact with e-mail address, Federal Cage Code, Data Universal Numbering System (DUNS), Central Contractor Registration (CCR) number, business size, security clearance level, and intent to Prime or Sub on this effort must be included in the capability package. Your company must be registered in ITSS. To register, go to http://it-solutions.gsa.gov. The North American Industrial Classification System (NAICS) is 541990; Small business size standard is $7.0M. 2.2.3 What contract vehicles are available to your company (GSA Schedules, GWACs, MAIDIQ, etc.)? 2.2.4 What experience (types and duration) do your employees have that you consider being relative to this effort (Include Resumes of Key Personnel)? 2.2.5 Is your company's accounting system approved by DCAA? If not, how would your company financially administer the procurement of equipment under this project? 2.2.6 Are there any other factors concerning your company's ability to perform the upcoming effort that IBL should consider? 2.2.7 Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. 2.2.8 Provide information on up to three (3) contracts for similar work within the past five (5) years. Include complete references, contract titles, dollar values, points of contact, title and telephone numbers. The Government will evaluate relevant experience information based on (1) information provided by the Offeror; (2) information obtained from the references provided by the respondent, and/or (3) data independently obtained from other Government and commercial sources. 2.2.9 Small Business: Responses to this announcement should indicate whether the respondent is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI). 2.3. Technology Questions: 2.3.1 Do you have innovative approaches and lessons learned in the scope associated with the design and development of mounting systems for mobile 360 degree and spherical full motion video collection system ? 2.3.1.1 Design analysis and planning 2.3.1.2 System debugging and redesign 2.3.1.3 Packaging and deployment 2.3.1.4 Physical security 2.3.1.5 Hardware purchasing, integration and management 2.3.2 What standards (ISO9001/CMMI) do you use? Are you there? Are you going there? 2.3.3 How successful are you in migrating to the new technology and new designs? 2.3.4 What has been your past experience in fielding support for your designs and prototypes? 2.3.5 Have your firm designed products for use in harsh desert climates. 2.4 Contracting Questions: 2.4.1 Have you dealt with Firm Fixed Price performance-based contracts before and, if so, describe your successes and challenges? 2.4.2 What is the most important lesson(s) learned in executing performance-based contracts? 2.4.3 What contract types best motivate industry for performance-based scenarios? 2.4.4 What are the risk mitigation strategies that you suggest to reduce the risk of a firm-fixed price, performance-based contract? 2.4.5 What performance metrics are used for similar requirements? 2.4.6 Given those metrics, what are the expectations of performance incentives, either positive or negative? For instance, what performance incentives, either positive or negative motivate industry? 2.5 Project Management Questions: 2.5.1 How do you quantify, measure, track and trend contract performance? 2.5.2 How do you provide customer visibility to the project and performance status? 2.5.3 How do you ensure cooperation in a multi-vendor environment? 2.5.4 What kind of Risk Management/RM Plan approaches do you use? 3. GOVERNMENT RESPONSIBILITY: This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This request should not be construed as a commitment by the Government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. The Government will not pay for any information that is submitted by respondents to this Sources Sought. Offerors should indicate their intent to be a prime contractor. Please direct any questions on this announcement to the GSA Contracting Officer point of contact Lucile Rios at (858) 537-2219, e-mail: Lucile.Rios@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/926538bddd135d9fbcb39320c9f970b0)
- Place of Performance
- Address: Intelligence Battle Laboratory (IBL), 550 Cibeque, Building 61730, Room 148, Ft. Huachuca, Arizona, 85613, United States
- Zip Code: 85613
- Zip Code: 85613
- Record
- SN02099383-W 20100325/100323234840-926538bddd135d9fbcb39320c9f970b0 (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 |