Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2014 FBO #4528
SPECIAL NOTICE

T -- Request for Information - WAVYSTONE

Notice Date
4/16/2014
 
Notice Type
Special Notice
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, OCSR - Commercial Imagery, Attn: OCSR Mail Stop S84-OCSR7500 Geoint Drive, Springfield, Virginia, 22150, United States
 
ZIP Code
22150
 
Solicitation Number
HM0210-14-T-0003
 
Archive Date
5/16/2014
 
Point of Contact
Eula M. Miller,
 
E-Mail Address
eula.m.miller@nga.mil
(eula.m.miller@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
(U) Request for Information for WAVYSTONE HM0210-14-T-0003 1.0 DESCRIPTION & PURPOSE 1.1 The National Geospatial-Intelligence Agency (NGA), in support of the NGA Source GEOINT Information Services Office, is seeking information on how an interested contractor could provide critical Mapping, Charting and Geodetic support and Global Geospatial Information and Services support to the war fighter and the Intelligence Community. 1.2 The purpose of this Request for Information (RFI) is to identify potential sources that possess the requisite skills that would meet NGA's requirement. 1.3 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, NGA is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI - all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if issued. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 2.0 BACKGROUND NGA has a mission-critical need for the Contractor to provide duplication of Original Negatives (ONs) at the contractor's facility which requires Niagara printers and Versamat Photo-Lab (deep tank wet processing) to be maintained to reproduce film holdings from the NGA Library. The Contractor will procure and provide photographic supplies, spare parts, trucking and logistics, and provide services as necessary to support NGA photographic requirements and to operate and maintain Government Furnished Equipment (GFE) and related systems. The Contractor will also provide maintenance support to the wet photo processing equipment located at the NGA/Joint Base Anacostia (DIAC) facility located in Washington, DC. Additionally, environmental safety and health support shall also be provided to the employees at the DIAC. The Contractor will also provide "Scan 2 Spec and Scan 2 NITF" software support as needed. 2.1 Planned Acquisition: Services as described above. 2.2 Performance: 2.2.1 Period of Performance (POP): Base Period + Four (4), One (1) Year Option Periods. Anticipated contract start date is January 1, 2015. 2.2.2 Location(s): DIAC and the Contractor's facility. 2.3 Constraints and Limitations: The following are anticipated to apply to this acquisition: 2.3.1 Contractor will have to provide preventative and remedial maintenance to include, but not limited to equipment handling/repair. 2.3.2 Contractor will have to serve as photographic/digital archivists/custodians. 2.3.3 Contractor will have to provide an environmentally-controlled NGA Film Library for archived ONs. 2.4 Security Requirements: The following security requirements are anticipated to apply to this acquisition: • Top Secret 3.0 REQUESTED INFORMATION Responses must contain UNCLASSIFIED information only and be marked "UNCLASSIFIED" at least on the first page of the response. No classified information may be included anywhere in the response. Please be advised that all submissions become Government property and will not be returned. Neither proprietary or classified concepts, nor classified information should be included in the submittal. Input on the information contained in the responses may be solicited by NGA from non-Government consultants / experts who are bound by appropriate non-disclosure agreements. 3.1 ADMINISTRATIVE Information to include the following as a minimum: 3.1.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, company website, and e-mail of designated point(s) of contact. 3.1.2. Business Type: based upon North American Industry Classification System (NAICS) code 333315 Photographic and Photocopying Equipment Manufacturer applicable to this acquisition, and FAR 52.219-14, Limitations on Subcontracting, the responder is to provide answers to the following questions: To be considered for a Small Business set-aside, at least 50 % of the cost of contract performance incurred for personnel shall be expended for employees of the responder. RESPONSE Small Business? (FAR 19.102) □ YES □ NO Small Disadvantaged small business? (FAR 19.304) □ YES □ NO Service Disabled small business? (FAR 19.14) □ YES □ NO 8(a) small disadvantaged small business? (FAR 19.8) □ YES □ NO HUBZone small business? (FAR 19.13) □ YES □ NO Woman-Owned Small Business? (FAR 19.15) □ YES □ NO Involved in a mentor and/or protégé program? (DFARS 219.71) □ YES □ NO 3.1.3 DUNS Number: _______________ 3.1.4 Commercial and Government Entity (CAGE) Code: ________________ Defense Security Service TOP SECRET facility security clearance? 3.1.5 DCAA or other certified cost accounting system? Details: 3.1.6 Do you have an applicable GSA contract vehicle? If yes, provide the contract number. 3.1.7 Is there a Government-wide Acquisition Contract (GWAC) that would be suitable for this requirement? 3.1.8 Are you aware of clause FAR Part 52.219-14, Limitations on Subcontracting? 3.1.9 What portion of the work could be set-aside for small businesses? 3.1.10 Can two or more small businesses through teaming or Joint Venture, etc. perform the work? If so, what portion of the work could be set-aside for small businesses? 3.1.11 Would this requirement be suitable as a "prime of primes" strategy? Basis of the prime of primes concept is when small businesses are not capable of performing the entire SOW, PWS, or SOO but are able to perform portions of the SOW. If you answer yes, what methods would be used to control duplication in the areas of contract management and other cost areas? 3.1.12 Would you submit a proposal for this requirement if released? 3.1.13 Is there another suggested NAICS code? If yes, please provide. 3.2 EXPERIENCE - 3.2.1 Commercial - Provide relevant details on the responder providing the same or similar services offered or made to the general public or to non-governmental entities for purposes other than governmental purposes in the last three (3) years. Relevant details to NGA's proposed acquisition should include, but not be limited to, information regarding the size and length of the effort, responder performing as a prime or subcontractor, customary practices (warranty, financing, discounts, contract types, etc.) under which the sales of the service(s) are made, security details, the customary practices regarding customizing, modifying, or tailoring of a service(s) to meet customer needs and associated costs, the kinds of factors that are used to evaluate performance; the kinds of performance incentives used; the kinds of performance assessment methods commonly used; the common qualifications of the people performing the services; and requirements of law and/or regulations unique to these service(s), that can demonstrate the responder's abilities and capacity to meet NGA's requirement. 3.2.2 Government - Provide relevant details on the responder providing the same or similar services offered or made to Government agencies other than NGA in the last three (3) years. Relevant details to NGA's proposed acquisition should include, but not be limited to, information regarding the contract number, agency, responder performing as a prime or subcontractor, size and length of the effort, type of pricing and/or cost, CLIN structure, security details, the kinds of factors used to evaluate performance; the kinds of performance incentives; the kinds of performance assessment methods; the qualifications of the people performing the services; and any unique terms and conditions, that can demonstrate the responder's abilities and capacity to meet NGA's requirement. 3.2.3 NGA - Provide relevant details on the responder providing the same or similar services offered or made to NGA in the last three (3) years. Relevant details to NGA's proposed acquisition should include, but not be limited to, information regarding the contract number, program name, size and length of the effort, responder performing as a prime or subcontractor, type of pricing and/or cost, CLIN structure, security details, the kinds of factors used to evaluate performance; the kinds of performance incentives; the kinds of performance assessment methods; the qualifications of the people performing the services; and any unique terms and conditions, that can demonstrate the responder's abilities and capacity to meet NGA's requirement. 3.3 CAPABILITIES - The following is the responder's capabilities to meet the proposed acquisition set forth in section 2 of this RFI. 3.3.1 Services needed to support the requirement. 3.3.1.1 Service capabilities that the responder currently possesses. Responses should include the relevant information regarding specific skills, experience, and clearances that its employees, by labor category, currently possess in performing these services, and any needed hardware or software. 3.3.1.2 Detail the service capabilities that the responder currently does not possess in order to meet the requirement. 3.3.2 Recommended type of pricing for this type of service (e.g. CPFF, FFP) 3.3.3 Extent to which the responder has the ability to meet the proposed acquisition 3.3.4 Notional schedule and type of plan for transition of this type of service. 3.3.5 Security capabilities and plans that demonstrate the ability to meet NGA's security requirements beginning at contract award and throughout the POP. 3.3.6 Extent to which the responder is aware of any potential Organizational Conflict of Interest issues or a non-immitigable OCI related to current development work at NGA. 3.4 RECOMMENDATIONS - The responder is invited to provide information and recommendations for fashioning this proposed acquisition. Recommendation areas may include the type of contract, anticipated contract terms & conditions, incentives, variations in delivery schedule, price and/or cost proposal support, data requirements, contract pricing, CLIN structure, and any other areas that the responder believes is relevant for the Government to achieve its stated objectives. 4.0 RESPONSES 4.1 Interested parties are directed to respond to this RFI with a white paper. 4.2 The White paper shall be in Microsoft Word for Office or compatible format and shall not exceed 10 pages. A page is defined as each face of an 8½" x 11" sheet with information contained within a one inch margin on all sides. Font type shall be Times Roman 12 point. 4.3 Responses are due no later than 5:00 pm EDT on 01 May 2014. Responses shall be limited to and submitted via e-mail only as a message attachment to Eula.M.Miller@nga.mil with the message subject line "RFI Response: HM0210-14-T-0003". 5.0 MEETINGS AND DISCUSSIONS - The Government representatives may or may not choose to meet with potential RFI service providers. Such meetings and discussions would only be intended to get further clarification of potential capability. 6.0 QUESTIONS - Questions regarding this RFI should be submitted in writing by e-mail to Eula.M.Miller@nga.mil. Questions should be submitted no later than Noon (EDT) on 23 April 2014. Questions and Responses will be posted on FBO for all interested vendors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dee187cf09a7be47ad2f7d157dec1b41)
 
Place of Performance
Address: NGA/Joint Base Anacostia (DIAC) and the Contractor's facility, Washington, District of Columbia, 20340, United States
Zip Code: 20340
 
Record
SN03340919-W 20140418/140416235724-dee187cf09a7be47ad2f7d157dec1b41 (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.