SOURCES SOUGHT
D -- Installation Geospatial Information & Services (IGI&S)
- Notice Date
- 12/13/2012
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE Geospatial Center, 7701 TELEGRAPH RD, BLDG 2592, ALEXANDRIA, Virginia, 22315-3864, United States
- ZIP Code
- 22315-3864
- Solicitation Number
- W5J9CQ-13-R-0004
- Archive Date
- 1/28/2013
- Point of Contact
- Elizabeth Chirico, Phone: 7034286706, Stephen Heath, Phone: 7034286624
- E-Mail Address
-
elizabeth.chirico@usace.army.mil, Stephen.Heath@usace.army.mil
(elizabeth.chirico@usace.army.mil, Stephen.Heath@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought for IGI&S Procurement This sources sought synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought. The US Army Corps of Engineers, Army Geospatial Center (AGC), has a requirement to provide Installation Geospatial Information & Services (IGI&S) support for the Army and other DoD activities within the Installations, Energy and Environment (IE&E) domain. The program's goals are to establish policy, create guidance, operate and maintain an enterprise installation management geospatial capability and use that capability to support the daily geospatial business needs of all installations and programs. The program is responsible for providing oversight on the creation, maintenance, and management of installation geospatial data. It also supports other Army and DoD entities requiring this information. For users inside and outside of the Army, from installation office-level programs up to OSD-level initiatives, the IGI&S program goal is to bring the existing disparate IE&E geospatial programs into a single over-arching program of which every installation geospatial user is a part. This is a "geospatial" program that is not specific to a single technology but covers geographic information systems (GIS), Computer Aided Design and Drafting (CADD), imagery, and other supporting technologies. Specific goals and objectives are as follows: • Provide basic IE&E geospatial capability Army-wide • Develop standard IE&E GIS data and functionality • Increase availability of the GIS capabilities to all users • Eliminate redundant GIS capabilities The AGC intends to satisfy these requirements as a small business set-aside. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern under NAICS code 541512 Computer Systems Design Services with a size standard of $25.5M are encouraged to submit their capability packages. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the company's existing experience in relation to the required geospatial support services. Capability packages must not exceed 20 pages and must be submitted electronically. Small businesses are to outline their experiences in the following areas. Areas where a potential Offeror does not have prior experience should be annotated as such. • Spatial Data Standards for Facilities, Infrastructure & Environment (SDSFIE) compliance and support • Application and architecture design and support of a single enterprise level geospatial solution • GIS Training • Database integration with functional business systems, analysis and support • Global Positioning System (GPS) services • Geospatial data creation, update, and maintenance • Mapping, printing, and plotting of geospatial products • CADD to GIS conversion • Spatial analysis • Installation IGI&S support • Regional IGI&S support • HQ IGI&S support • IGI&S policy development • Enterprise geospatial system support to include enhancements to existing systems • 3-D rendering • IGI&S strategic communication and outreach • Program and project management • Integrate DOD Data and Commercial Imagery In addition, the following questions must be answered and elaborated on as part of the package: (1) Company Information: Please provide your company's name, point of contact (POC), address, phone number, and business size under NAICS code 541512. (2) Past Performance: Does your firm have the relevant past performance within the last three years? If so please provide contract numbers, contract type, dollar value of each contract, point of contacts (preferably the Contracting Officer's Technical Representative (COTR)), and a brief description of the work performed. (3) Technical Experience: Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work as indicated in this sources sought? Has your firm provided similar services/support for the Department of Defense or the Army Geospatial Center? (4) In order to meet the requirements indicated herein will your company be establishing a joint venture with another company? If so, list the names and provide the company's general information. If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 2:30 pm EST, January 14, 2013, the requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted, this requirement will be solicited under full and open procedures. To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your response to this request via email to: Elizabeth.chirico@usace.army.mil A Multiple Award Task Order (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) contract with the option to award both firm fixed price and cost-reimbursable task orders is anticipated. The anticipated period of performance will be for one (1) twelve (12) month base ordering period starting around January 2014 and will include four (4) twelve (12) month option ordering periods. The place of performance will be at a government installation or regional location (CONUS or OCONUS), HQDA, or at the contractor's location. The place of performance will be indicated on individual task orders. Contractor personnel will require DoD security clearances at least at the SECRET level for key personnel. Contractor personnel working on a Government Site will require DoD security clearances up to the SECRET level. Handling of material up to a SECRET is required. SECRET Facility Clearance is required. Storage Clearances of at least the SECRET level are required. Contractors are responsible for all costs for submitting their capability packages. POC for this Sources Sought is Elizabeth Chirico (Elizabeth.Chirico@usace.army.mil). NOTE: Issuance of this notice does not constitute any obligation on the part of the Government to procure these services; issue a solicitation; nor notify respondents of the results of this RFI. No solicitation documents exist at this time. The Government will not pay for information submitted in response to this RFI and responses to this notice cannot be accepted as offers. Any information the Contractor considers proprietary should be clearly marked as such.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/15dc32c6850b9cf2af9627968b3262ad)
- Record
- SN02948776-W 20121215/121213234939-15dc32c6850b9cf2af9627968b3262ad (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 |