SOURCES SOUGHT
R -- MCIA Geospatial Dissemination and Integration Support - DRAFT PWS
- Notice Date
- 1/26/2015
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Navy, United States Marine Corps, MCB Quantico - National Capital Region (NCR), 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
- ZIP Code
- 22134-5045
- Solicitation Number
- M00264-15-RFI-0201
- Archive Date
- 2/13/2015
- Point of Contact
- Jamie A. Dufrene, Phone: 7037840081
- E-Mail Address
-
jamie.dufrene@usmc.mil
(jamie.dufrene@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT MCIA Geospatial Dissemination and Integration Support PWS SOURCES SOUGHT ANNOUNCEMENT The Regional Contracting Office - National Captial Regional (RCO-NCR), Marine Corps Base, Quantico, VA is seeking sources for Marine Corps Intelligence Activity (MCIA) Geospatial Dissemination and Integration Support CONTRACTING OFFICE ADDRESS: 2010 Henderson Road, Quantico, Virginia 22134 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to conduct market research and determine the availability and technical capability of all sources to include small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required services. The Regional Contracting Office is seeking information for potential sources for Marine Corps Intelligence Activity (MCIA) Geospatial Dissemination and Integration Support. The mission is to provide On-site support to MCIA's Office of Dissemination and Integration (ODI) with continuous geospatial networks and systems ranging from SCI, Secret, Unclassified, and the overall operations of ODI. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: M00264-10-F-0082 Contract Type: FFP Incumbent and their size: ESRI Method of previous acquisition: Full and Open Competition REQUIRED CAPABILITIES: The continued development of the geodatabase and geospatial dissemination applications for the MCIA by the contractor must comply with the commonly used and universally accepted requirement identified by the MCIA regarding computer programming languages and COTS (Commercial Off The Shelf) software. The contractor will develop all applications in common and universally accepted programming languages and COTS formats which have been approved by the MCIA prior to development. Examples of these programming languages and COTS programs are Structured Query Language, Java Script, HTML5, Python, Oracle, Arc SDE and Arc Server software. The onsite contractor will ensure that applications meet the security requirements set by DoD Directive 8570, regarding information assurance training and certification. All onsite support staff will be certified at IAT - Level Two within two weeks of reporting to MCIA. Security Plus Certification is the most common IAT-Level Two certification held by technical staff at MCIA. MCIA has chosen to continue the development of the GeoWarehouse using ArcGIS Server, ArcGIS Portal, ArcSDE, Runtime and ArcGIS Online Services to support dissemination and integration requirements. Many of these applications require an intimate knowledge of ESRI software. These tasks will require part-time and full-time onsite visits by the contractors at MCIA. MCIA recognizes that the skill sets required to perform these tasks will be unique. MCIA will work closely with the contractor to ensure onsite visits are schedule with adequate notice, coordinated and supervised by an MCIA representative. The future advancement of the ODI dissemination system capabilities to include the implementation of ESRI ArcGIS Online, also called the RONIN project, will require a focused effort. The implementation of ArcGIS Online services will provide a platform for the docking, downloading of open-source and geospatial intelligence. The GeoWarehouse, RONIN, and ROOK development projects will involve the upgrading and migration of ESRI software, as well as geodata archives and finished intelligence products. These complex projects will require personnel that possess a solid technical background, as well as excellent communication and documentation skills. SPECIAL REQUIREMENTS Task 1.0 On-Site support to Geo-Warehouse Web Dissemination and Development Task 2.0 On-Site support to Geospatial Training, Troubleshooting, and Instruction Task 3.0 On-Site support to Geodatabase Enhancement and Migration Task 4.0 Support to Geospatial Dissemination Services (RONIN Project) Task 5.0 Support to Regional Open-Source Operations Kit (ROOK) Development SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519, with the corresponding size standard of $27M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from all sources, including small businesses that can provide the required services under the NAICS Code. To assist RCO-NCR in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses must include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 6) Description of contractors' ability to meet required capabilites. Vendors who wish to respond to this sources sought should send responses via email NLT 4 February 2015 4:00 PM Eastern Daylight Time (EDT) to jamie.dufrene@usmc.mil. Interested vendors should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M00264-15-RFI-0201/listing.html)
- Place of Performance
- Address: The contractor performance may be at any location of the Marine Corps Intelligence Activity. Currently identified as 2033 Barnett Avenue, 27402 MCB1, and 3300 Russell Avenue on Marine Corps Base Quantico, Virginia., MCB Quantico, Virginia, 22134, United States
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN03624398-W 20150128/150126234237-15016d67b24d14370f542e765727fa86 (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 |