Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2014 FBO #4711
MODIFICATION

D -- RFI: Corporate Applications Support

Notice Date
10/16/2014
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, OCSU - Headquarters Support, Attn: OCSU Mail Stop S84-OCSU, 7500 Geoint Drive, Springfield, Virginia, 22150, United States
 
ZIP Code
22150
 
Solicitation Number
HM021014T0015
 
Archive Date
11/8/2014
 
Point of Contact
Taylor M. Cavanagh, Phone: 5715570628, Shenita R. Sylvain, Phone: 5715572407
 
E-Mail Address
Taylor.M.Cavanagh@nga.mil, shenita.r.sylvain@nga.mil
(Taylor.M.Cavanagh@nga.mil, shenita.r.sylvain@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0 Description & Purpose 1.1 The National Geospatial-Intelligence Agency (NGA), in support of the NGA IT Services (NGA/T) Corporate Applications Division is seeking information on how an interested contractor could provide operations, adaptive maintenance and sustainment support to NGA corporate applications and software for a variety of capabilities and services. 1.2 The purpose of this Request for Information (RFI) is to gain information on current Industry practices 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 one is issued. 2.0 Background NGA has a mission-critical need for a Corporate Applications--Life Cycle Support Program (CA-LCS). 2.1 Planned Acquisition: Services as described in attached Draft Statement of Work (SOW). 2.2 Performance: 2.2.1 Period of Performance (POP): TBD (5-10years). Anticipated contract start date is July 2015. 2.2.2 Location(s): NGA Campus East, Springfield, Virginia and NGA West locations in the St. Louis, Missouri areas. 2.3 Security Requirements: The following security requirements are anticipated to apply to this acquisition: • Top Secret/SCI with Counterintelligence Polygraph 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. 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 541511 Custom Computer Programming Services applicable to this acquisition, and FAR 52.219-14, Limitation of 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. Are you a Small Business? (FAR 19.102) If so, which type: □ 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: Time keeping system? Details: 3.1.6 Do you have a GSA Federal Supply Schedule (FSS) contract vehicle applicable to the NAICS code(s) identified above? If yes, provide the contract number. 3.1.7 Is there a Governmentwide Acquisition Contract (GWAC) that would be suitable for this requirement? 3.1.8 Are you aware of clause FAR Part 52.219-14, Limitation of Subcontracting? 3.1.9 Are you interested as a prime or subcontractor? If you answer yes as a subcontractor, if there was a piece carved-out for small businesses or an opportunity to be a designated small business prime instead of a subcontract, would you be interested in the designated Prime opportunity? 3.1.10 What portion of the work could be set-aside for small businesses? 3.1.11 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? 3.1.12 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? 3.1.13 Would you submit a proposal for this requirement if released? 3.1.14 Is there another suggested NAICS code? If yes, please provide rationale along with the recommended NAICS code. 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 including the Draft Performance Work Statement. 3.3.1 Services needed to support the RFI SOW 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 SOW. 3.3.2 Recommended type of pricing for this type of service (e.g. FFP, FPIF CPIF) 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, and data requirements, contract pricing, CLIN structure, and any other areas that the responder believes is relevant for the Government to achieve its stated objectives. The responder may opine regarding what portion of the work could be set-aside for small businesses if all the required work cannot be provided by a small business. Details to support any recommendations for partial small business set-asides should be included. 4.0 Responses 4.1 Interested parties' responses shall be in Microsoft Office/Word or compatible format and shall not exceed 15 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 New Roman 12 point. 4.2 Responses are due no later than 5:00 pm ET on 24 October 2014. Responses shall be limited to and submitted via e-mail only as a message attachment to Shenita.R.Sylvain@nga.mil and Taylor.M.Cavanagh@nga.mil with the message subject line "RFI Response: HM0210-14-T-0015". 4.3 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. 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, especially any development and certification risks. 6.0 Questions - Questions regarding this RFI should be submitted in writing by e-mail to Shenita.R.Sylvain@nga.mil and Taylor.M.Cavanagh@nga.mil. Questions should be submitted no later than Noon (ET) on 03 October 2014. Questions and Responses will be posted on FBO for all interested vendors. 7.0 Summary This RFI is only intended for the Government to identify sources that can provide the needed services to fulfill the Government's requirement. The information provided in this RFI is subject to change and is not binding to the Government. The Government has not made a commitment to procure any of the RFI requirements discussed, and release of this RFI 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/d3b431bdad63e99618e18256116f302b)
 
Place of Performance
Address: Springfield, VA and St. Louis, MO, United States
 
Record
SN03551948-W 20141018/141016234804-d3b431bdad63e99618e18256116f302b (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.