Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
SOURCES SOUGHT

99 -- Metis II

Notice Date
7/3/2014
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
 
ZIP Code
32925-3002
 
Solicitation Number
FA7022-15-R-MetisII
 
Archive Date
8/15/2014
 
Point of Contact
Michelle Raines, Phone: 321-494-7320, Karen Hayes, Phone: 321-494-6298
 
E-Mail Address
michelle.raines@us.af.mil, karen.hayes.1@us.af.mil
(michelle.raines@us.af.mil, karen.hayes.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Metis II Sources Sought 1.0 Description 1.1 The Air Force Applications Center (AFTAC) Metis Project and AFISRA/A7KR are conducting Market Research for non-personal services to provide expert technical services. This sources sought is one of the elements of our Market Research, and it will be used to determine the acquisition approach. Therefore, if your company has the capabilities to participate as a subcontractor, please let us know. 1.2 This Sources Sought Notice does not constitute a Request for Proposal (RFP), Request for Quote (RFQ) or an Invitation for Bid (IFB). The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Government's acquisition approach. The Government contemplates award of an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a 5-year ordering period. 1.3 Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth in the draft Performance Work Statement (PWS), you must state if you are interested in participating as a prime contractor or as subcontractor. The subcontracting information is very important because it will assist the Government, if needed, to determine subcontracting goals. The PWS for this acquisition is classified, please contact Maria Vasile at (321) 494-8349 for instruction on obtaining a copy. 1.4 The capabilities package should describe relevant contract experience offered to Government and commercial customers. Include a reference to the contract number, magnitude, place of performance, and points of contact for each example provided (name of the point of contact, address, e-mail, telephone number, fax number, and the company's web page, if applicable). Submitted information shall be UNCLASSFIED. 1.5 The North American Industry Classification System (NAICS) Code is 541512 Computer Systems Design Services. The small business size standard is $25.5M (annual average gross revenue for the last three fiscal years not to exceed $25.5M). 2.0 Background 2.1 Metis is a knowledge discovery and management web-based application that integrates various Commercial-of-the-Shelf (COTS) software and hardware components into a single program that provides a flexible data processing pipeline for conversion and enrichment, indexes and catalogs content for rapid search and retrieval, controls access through user permissions, and provides personnel the ability to automate, create and manage metadata. The Metis project consists of two efforts; document conversion to digital format and the development and maintenance of software tools and applications for file display, data research and analysis. The conversion portion includes converting paper, fiche, and film products into an electronic format including performing automated and human optical character recognition and the addition of metadata to each digitized file to allow for rapid and thorough retrieval of relevant information. The software tools and applications portion includes integration of the electronic archive into current analyst tools and databases to include the commercial cloud and developing robust web-based interfaces for customers to search and visualize the information using a Mark Logic XML server, Net Owl entity extraction software, temporal application and Google Maps TM software. The contractor must be knowledgeable on the Federal Cloud Computing Strategy and Standards to include the Commercial Cloud Services (C2S) program. Additionally, the contractor will be required to develop and monitor a quality assurance program to ensure information is accurately digitized, indexed, and integrated. The conversion process requires 100 percent human review of scanned documents to ensure mission related information and terms are properly identified in the metadata for later retrieval and use by analysts. Some original documents are of very poor quality and require review by knowledgeable personnel in order to recognize and flag key terms. Personnel performing the conversion and optical character recognition must have significant experience with and knowledge of the AFTAC organization, its history, and its nuclear monitoring mission. Conversion will be performed at AFTAC using government furnished equipment including six high-speed scanners, one microfiche scanner, and computers. Software tools and application development may be performed at AFTAC and at the contractor facility. 2.2 Estimated Period of Performance: A cost plus fixed price (CPFF) IDIQ contract is contemplated with a 5-year ordering period. 2.3 Security Requirements: Personnel working on the contract must have Top Secret/SSBI/SSPR dates and a current DCID 6/4 at start of contract. Facility clearance requirement is Top Secret and protection level requirement is Secret. 3.0 Requested Information 3.1 Your capability statement shall provide administrative information, and shall include the following as a minimum: 3.2 Name, mailing address, phone number, and e-mail of designated point of contact. 3.3 The facility security clearance of the offeror. 3.4 Firms responding must state whether they are a Small Business (SB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HSB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Business (EDWOSB) Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, an Indian Tribe or Alaskan Native Corporation, or a large business based on the size standard in paragraph 1.5 above. In addition, you must state if your company is able to perform at least 50% of the work required under this acquisition. 4.0 Responses 4.1 Please submit your capabilities packages in accordance with paragraphs 2.0 through 2.3 to AFISRA/A7KRB Attn: Karen Hayes, 10989 South Patrick Drive, Patrick AFB, FL 32925 or e-mail: karen.hayes.1@us.af.mil and Contracting Officer Michelle Raines at e-mail michelle.raines@us.af.mil. Any questions may be directed to the Contract Specialist Karen Hayes and to the Contracting Officer Michelle Raines, at the above listed e-mail addresses. Responses must be submitted no later than 1:00 p.m. ET on 31 July 2014. No facsimile responses will be accepted. The Government will not award a contract solely on the basis of this Sources Sought, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. 4.2 Responses shall be limited to 10 pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 4.3 The submitter is solely responsible for verifying the package was delivered or the e-file was received and can be viewed. 5.0 Industry Discussions The Industry Day is scheduled for 24 July 2014 from 9:00 a.m. - 1:00 p.m. at the AFTAC building on Patrick, AFB, please monitor the FedBizOpps website for the announcement. 6.0 Air Force Federal Acquisition Regulation Supplement (AFFARS) Clause 5352.201-9101 Ombudsman (Apr 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Veronica Solis, AF ISR Agency/A7K, 102 Hall Street, Ste 258, San Antonio, TX 78243-7091 (P) 210-977-4505, (F) 210-977-6414, e-mail: veronica.solis@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 7.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer's, email address. Verbal questions will NOT be accepted. Questions will be addressed by posting responses to the FedBizOpps website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 1:00 p.m. ET on 17 July 2014 will be answered. 8.0 Summary THIS IS A SOURCES SOUGHT to identify potential prime contractors or subcontractors that can provide expert technical services for the Metis II Project. The information provided in this announcement is subject to change and is not binding on the Government. AFTAC has not made a commitment to procure any of the items discussed, and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d0700c7c57483722d3cf8802ce0e4312)
 
Place of Performance
Address: 10989 South Patrick Drive, PAFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03414961-W 20140705/140704000220-d0700c7c57483722d3cf8802ce0e4312 (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.