Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2005 FBO #1269
SOLICITATION NOTICE

99 -- COMPASS System Integration Document

Notice Date
5/16/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Minerals Management Service GovWorks (Franchise) 381 Elden Street, MS 2510 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
1435-04-05-RP-43269
 
Response Due
5/20/2005
 
Archive Date
5/16/2006
 
Small Business Set-Aside
N/A
 
Description
PRESOLICITATION NOTICE ADVISORY MULTI-STEP PROCESS Please read this entire notice carefully as it constitutes the only notice that will be issued regarding the Department of Transportation, Federal Motor Carrier Safety Administration (FMCSA) Systems Integration Technical Support Services - Advisory Multi-Step Process. This synopsis is issued by GovWorks under the franchise fund authority of the Department of the Interior (DOI) on behalf of the Department of Transportation, Federal Motor Carrier Safety Administration (FMCSA). GovWorks/DOI (GovWorks) intends to award a full-and-open, indefinite delivery/indefinite quantity (IDIQ) contract for systems integration technical support services for FMCSA's COMPASS Program, described in the attached COMPASS Program Background document. The North American Industry Classification System (NAICS) Code is 541512, Computer Systems Design Services. The Solicitation/Request for Proposal number is 1435-04-05-RP-43269. All documents applicable to this pre-solicitation notice will be available via the Internet at http://www.govworks.gov/vendor/csolicit.asp. Interested parties are invited to respond to this Presolicitation Notice, which is issued following the procedures described under FAR 15.202. This method also correlates with use of a Statement of Objectives for performance-based support under a single integration support contract for FMCSA's five-year COMPASS Program. Telephone requests for this Presolicitation Notice cannot be honored and no prospective offerors list shall be maintained. Please note that no questions will be accepted during Phase 1 of the Advisory Multi-Step Process, described below. The anticipated solicitation (Phase 2) release date is Mid-June 2005. Please ensure the Request for Proposal (RFP) number and program title (Systems Integration Technical Support Services - COMPASS) is referenced on all correspondence. ADVISORY MULTI-STEP PROCESS: This advisory multi-step process is divided into two (2) phases. Phase 1 consists of the submission of Vendor Capability Statements, agency evaluations of the capability statements, and subsequent advisory notifications to vendors of their likelihood of being a viable competitor. Phase 2 consists of the solicitation, proposal evaluation, and award. Phase 1 - Submission of Vendor Capability Statements, Agency Evaluations and Advisory Notifications This phase includes submissions of Vendor Capability Statements followed by agency evaluations and advisory notifications. A Program Background document and evaluation criteria are attached for the purpose of providing background information on COMPASS. A. Submission of Vendor Capability Statements: Interested vendors are invited to submit Capability Statements describing the information requested in the Vendor Capability Statement Instructions below. Vendor Capability Statements must be submitted via email to Alan.Adrian@mms.gov and Robert.Roberts@mms.gov no later than 4:00 PM, EST Friday May 20th. Responding to a performance-based solicitation, especially one utilizing a SOO that seeks contractor-developed solutions, requires a significant effort on the part of contractors to propose to the government. It also requires a substantial effort on the part of the agency's evaluation team to evaluate an array of different approaches or solutions. Though the advisory notifications are not a competitive range determination, it is the agency's intent and approach to limit the competitive pool to those select few contractors most qualified to offer a successful solution thus limiting the number of contractors that will go through the time, expense, and effort of developing proposals. Contractors contemplating competing for this performance-based contract award are asked to carefully review the attached COMPASS Program Background, and Capability Statements and Criteria documents to make a realistic self-assessment as to their potential viability. B. Agency Evaluations: The Vendor Capability Statements will be evaluated based upon the areas and criteria identified in the Vendor Capability Statements Instructions below. The agency will complete the Phase 1 advisory multi-step process without communicating with the vendors who provide submissions. There will be no opportunity for questions during this phase. C. Advisory Notifications: GovWorks will issue advisory notifications stating that the respondent will either be invited to participate in the resultant acquisition, or, based on the information submitted, the respondent is unlikely to be a viable competitor. As explained in FAR 15.202(b), Advisory Multi-Step Process, "?.The agency shall inform all respondents that, notwithstanding the advice provided by the Government in response to their submissions, they may participate in the resultant acquisition." Phase 2 - Solicitation, Proposal Evaluation and Award of an indefinite delivery/indefinite quantity (IDIQ) contract This phase will be initiated by issuing a formal RFP. Offerors will be required to submit detailed technical and cost proposals, management plans, proposed performance measures, and subcontracting plans. The RFP will also identify the first task to be completed. To ensure that the government receives the best proposal, prospective offerors will be provided an opportunity to participate in a "due diligence" period where prospective offerors meet with key agency representatives to learn as much as possible about FMCSA's programs, mission goals, and requirements in order to develop a competitive solution. Vendor Capability Statement Instructions and Criteria FMCSA only expects capability statements from qualified prime contractors. The capabilities of any potential sub-contractors or partner's will not be accepted. Please refer to the COMPASS Background document for an overview of the COMPASS initiative and additional context for these criteria. Instructions: Firms should respond to the Presolicitation Notice by addressing the topics listed below. The total page number should not exceed five, and headings and topics may be consolidated when practical. 1) Corporate History/Viability - a brief description of the company, its services, its current financial status, and its viability in support of a long-term initiative for FMCSA. 2) Experience - i) Business: Identify up to three prime contract efforts that demonstrate your company's experience with the transportation industry and show your work with one or more of the following: U.S. Department of Transportation; Federal Motor Carrier Safety Administration; state agencies involved in motor carrier and transportation safety; and/or the transportation industry. ii) Relevant Past Performance: Identify up to three prime contract efforts of similar size, scope, and complexity as the COMPASS Program. Provide a summary of each contract using the attached template. The identified contracts can be with Federal, commercial or other customers. Efforts cited should be similar to COMPASS in the following areas: (a) Level of Effort - Similar system development projects with level of effort in the range of 40,000 to 50,000 labor hours annually. (b) User Diversity - Systems developed for use by internal staff, external customers and partners with similar populations to those of FMCSA: 1,000 internal and 10,000 state partner users. 600,000 carriers using web-based systems to access their registration and safety information. The general public accessing FMCSA safety data via the Web. (c) System Diversity - System modernization efforts with a similar number of impacted systems as COMPASS: Eight core, central web-based applications. Nine core field applications deployed to mobile PCs used by state and FMCSA users. One distributed system with servers deployed to FMCSA and state partner locations. (d) Project Scope - System development projects that demonstrate experience in the following areas: Integrated Solution Delivery - Developing and implementing an integrated portal and web services solution with simple sign-on as well as data warehouse and business intelligence capabilities. Legacy disposition - Implementing a development plan that includes evaluating and determining the disposition of numerous legacy systems and details regarding real legacy system retirement. SDLC Implementation - Advising an organization on an SDLC methodology, then implementing the methodology as the adopted organizational standard. (e) Legal and Regulatory Complexity - Developing, integrating and implementing systems that have, as their basis, statutes and regulations that require tracking, reporting, analyses and follow-up activities. iii) Technical Capability: Identify your company's capabilities in the following technical areas: (a) CMMI 3: Development capabilities that are certified at CMMI Level 3. (b) Web Services: Expertise in developing solutions that incorporate web services technologies such as SOAP, WSDL, and XML. (c) Vignette: Expertise in developing solutions that incorporate both Vignette Portal and Vignette Content Management. (d) Mobile Applications: Expertise in developing solutions that incorporate user interfaces via mobile devices including tablet PCs or PDAs. (e) Oracle: Expertise in the implementation of operational applications and informational systems leveraging Oracle's database products. (f) J2EE: Development of robust J2EE-based solutions for industry or government. iv) Performance-based Contracting: Identify your staff and company's experience with the following performance criteria and your accomplishments: (a) Projects working in a performance-based contracting environment and implementing incentives and/or deducts (b) Projects working with a client to define appropriate performance measures/metrics and then evolving those measures/metrics as the program progress. PLEASE NOTE - All documents applicable to this pre-solicitation notice will be available via the Internet at http://www.govworks.gov/vendor/csolicit.asp. Vendor Capability Statements must be submitted via email to Alan.Adrian@mms.gov and Robert.Roberts@mms.gov no later than 4:00 PM, EST Friday May 20th.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MM143501&objId=248999)
 
Place of Performance
Address: Department of Transportation Washington, DC
Zip Code: 22124
Country: USA
 
Record
SN00808775-W 20050518/050516212147 (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.