Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2014 FBO #4600
SOURCES SOUGHT

R -- Headquarters Installation Information System (HQIIS)

Notice Date
6/27/2014
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J14HDQI
 
Response Due
7/18/2014
 
Archive Date
8/26/2014
 
Point of Contact
Angelic Hatcher, 210 466-2204
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(angelic.m.hatcher.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
HQIIS SOURCES SOUGHT NOTICE The information received will be used within the Mission and Installation Contracting Command- Fort Sam Houston Contracting Office on behalf of the Office of the Assistant Chief of Staff for Installation Management (OACSIM), to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid, Request for Quotation, or Request for Proposal. There is no obligation on the part of the Government to acquire any products or services described in this RFI. This office does not intend to award a contract on the basis of this RFI or reimburse respondents for information solicited. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Contracting Office in developing its acquisition strategy. The Mission and Installation Contracting Command, Fort Sam Houston is seeking 8(a) sources relative to the North American Industry Classification System (NAICS) code 541512 (Computer Systems Design Services), with a corresponding Small Business Size Standard of $25.5 million capable of providing planning, operating, sustainment, enhancement and data analysis for the Headquarters Installation Information System (HQIIS). HQIIS is the Army's authoritative data source for real property information. HQIIS currently functions as the consolidated repository of all Army real property and related data, as well as, the Army's official registry of Installations, Sites, Bases and Enclaves/Complexes. HQIIS serves as the Army's single interfacing system for statutory and regulatory real property reporting requirements and complies with OSD reporting requirements, Business Enterprise Integration (BEI), and the Real Property Information Model (RPIM), which are updated annually. The primary real property source systems, from which HQIIS receives data, are GFEBS (General Fund Enterprise Business System), PRIDE (Planning Resource Infrastructure Development and Evaluation System), RFMIS (Rental Facility Management Information System), and REMIS (Real Estate Management Information System). These system stakeholders are represented by Assistant Secretary of the Army Financial Management and Comptroller (ASA FM&C), the National Guard Bureau, and United States Army Corps of Engineers (USACE), respectively. As such, HQIIS serves as the Army's data warehouse for real property and related data. The anticipated period of performance will consist of a 12 month base year and two (2) 12 month options. A draft Performance Work Statement is attached for your reference. The current contract was procured via 8(a) direct award to Webhead, San Antonio Texas. Vendor responses are limited to fifteen (15) written pages (PDF or MS Word Format) and should include: 1. Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small/large business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified HubZone). Large Businesses ARE permitted to respond to notice. 2. Name, title, address, phone number, email address of company point of contact. 3. Management approach to staffing this effort with qualified personnel. 4. Prior/current experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. Please address the following: What prior/current experience does your company have supporting Real Property Information Model (RPIM) compliant systems? What prior/current experience does your company have supporting Office of the Secretary of Defense (OSD) real property reporting requirements? What prior/current experience does your company have supporting Department of Defense (DoD) real property data analysis? What prior/current experience does your company have supporting DoD real property business processes? What prior/current experience does your company have supporting OSD real property registry requirements? What prior/current experience does your company have supporting enterprise level DoD real property systems? What prior/current experience does your company have supporting enterprise network server security and certification requirements? 5. Do you have any thoughts or concerns about reserving this requirement for 8 (a) small business? 6. Primary risk areas and/or potential issues associated with an acquisition of this type. How do you propose to mitigate any risk(s)? 7. Identify the contract type (e.g., Firm Fixed Price (FFP), Cost, etc.) you believe is appropriate for the requirement and any limitations to your ability to propose a FFP. 8. Provide a (Rough Order of Magnitude) ROM estimate based on the attached draft PWS and the anticipated period of performance. Respondents are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. Please note respondents are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government will not return any information submitted in response to this notice. Responses to this sources sought notice shall be submitted on or before 4:00 PM on 18 July 2014 to the POC via email to Angelic Hatcher at angelic.m.hatcher.civ@mail.mil or by mail to Mission and Installation Contracting Command, Mission Contracting Office - Fort Sam Houston, ATTN: Angelic M. Hatcher, 2221 Infantry Post Road, BLDG 604, Fort Sam Houston, Texas 78234-1361. Questions shall be submitted via email to the POC above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/754e540112979e0a066be78e1eb63198)
 
Place of Performance
Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, Fort Sam Houston TX
Zip Code: 78234-1361
 
Record
SN03408454-W 20140629/140627234357-754e540112979e0a066be78e1eb63198 (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.