Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2004 FBO #1053
MODIFICATION

D -- Building-Facility Condition Assessment Program Tool

Notice Date
10/12/2004
 
Notice Type
Modification
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N62477-05-R-0400
 
Response Due
11/30/2004
 
Archive Date
12/15/2004
 
Description
Federal Business Opportunities Announcement Announcement# N62477-05-R-0400 Naval Facilities Engineering Command Washington, Washington, D.C, intends to award a Time and Material contract, with the possibility of a Time and Material option and a Firm Fixed Price option, the procurement of a Building-Facility Condition Assessment Program (B-FCAP) tool and the Professional Services necessary to implement Navy-wide for that B-FCAP tool. The B-FCAP Tool will provide information for the strategic investment of facility Sustainment, Restoration and Modernization (SRM) funds. The contract is anticipated to be executed in three phases: Prototype - Tool and Process Validation (Phase I) Pilot Roll-Out Implementation (Phase II) Full Implementation Roll-Out (Phase III) Prototype - Tool and Process Validation (Phase I): This task includes the demonstration of the B-FCAP Tool, a detailed examination of the required system interfaces with existing Navy CMMS and Facilities Management (FM) systems, and optimized SRM assessment, planning and execution business processes through utilization of a Contractor provided simulation software and test bed. The Phase I validation will support the documentation and the Navy-wide implementation requirements (hardware, software and training) for Phases II and III. This phase will be accomplished utilizing contractor personnel and equipment. Performance period is approximately 120 days, with estimated value of $500,000 - $1,000,000. Pilot Roll-out Implementation (Phase II): This task will validate results from the Phase I prototype in a production setting, the B-FCAP tool, system interfaces and SRM assessment, planning and execution business processes. In this phase, the Contractor will provide the required equipment and train Navy installation personnel. The Phase II Implementation will be held simultaneously at Norfolk, Virginia and at San Diego, California Navy installations identified in the Phase II Scope of Work. Performance period is approximately 150 days, with estimated value of $4,000,000 - $5,000,000. Full Implementation Roll-out (Phase III): This task includes a Navy-wide rollout of the B-FCAP tool, system interfaces procedures and SRM assessment, planning and execution business processes. In this phase, the Contractor will provide the required equipment and training necessary to the Navy to accomplish full implementation. The implementation schedule will be defined in Phases I and II. Performance period is approximately 300 days, with estimated value of $1,500,000 - $2,500,000. The selected firm must have on-line access to e-mail via the Internet. The contract requires that the B-FCAP tool be a web application. The selected firm must demonstrate the capabilities of their B-FCAP tool and their qualifications and capacity necessary to implement Navy-wide that B-FCAP tool with respect to the published evaluation factors for all requires services and Phases. The ratings will be from Exceptional to Unacceptable. Evaluation factor (1) will be considered as important as factors (2) through (6) combined. Specific evaluation factors include: (1) Ability to meet the following performance criteria: a. Evaluation of the B-FCAP Tool b. Equipment and Software c. Phasing Plans d. Credibility of Information e. Performance Metrics (2) Specialized Experience* (3) Professional Qualifications (4) Past Performance (5) Pricing: a. Phase I b. Phase II c. Phase III (6) Ability of B-FCAP to generate a building functionality and performance metric. * Those offerors who can provide simulation process modeling, ISO 9000, Project Management Institute compliance, and Capability Maturity Model evaluation will be considered more favorably. Proposals shall be submitted to: NAVFAC Washington 1314 Harwood Street SE, Bldg 212 Washington Navy Yard Washington, D.C. 20374-5018 Attn: Wanza Jonjo By 2:00 pm on 30 November 2004. All requests for copies of the solicitation must be submitted in writing to Ms. Wanza Jonjo at (202) 685-3031 at the address shown above. They may also be submitted via facsimile to (202) 685-1788. The Scope of Work will be posted on the Dept. of the Navy?s ESOL website: http://www.esol.navfac.navy.mil. The performance plan for the solicitation will be issued on or about 1 November 2004.
 
Place of Performance
Address: Navy Wide
 
Record
SN00692959-W 20041014/041012212110 (fbodaily.com)
 
Source
FedBizOpps.gov 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.