Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2006 FBO #1824
SOURCES SOUGHT

D -- Department of Defense Public-Private Competition of Information Technology (IT) Services performed by FNMOC, located at Monterey, CA

Notice Date
11/22/2006
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Competitive Sourcing Acquisition Center of Excellence(ACOE), Attn: Code COE11 1220 Pacific Highway, Bldg 110, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N62467-06-R-0117
 
Response Due
2/6/2007
 
Archive Date
2/21/2007
 
Description
The Competitive Sourcing Acquisition Center of Excellence (CSACOE), Naval Facilities Engineering Command (NAVFACENGCOM), San Diego site, is hereby soliciting information for potential sources for the Information Technology Services (functional code W310 - Computing Services and/or Database Management) at Fleet Numerical Meteorology and Oceanography Command and to announce the Navy?s intent to hold an Industry Forum. This is a single-function, standard competition that includes: Database Management, Data Distribution, Modeling, Applications Programming, Intranet/Internet Development/ Management Operations and Applications Programming and Operations and sub-elements: Microcomputer Services and Maintenance, Hardware Support, Network Services, System Administration and Engineering Support, Configuration Management Services, and Operational Runs. As previously announced in the Public Announcement FEBIZOPPS notice dated 16 May 2006, there are a total of 85 (71 of DOD civilians and 14 of military) Full Time Equivalent positions to be competed under the Standard Competition Process outlined in the OMB Circular A-76. This notice is for informational and planning purposes only. All information submitted is at the offerors own expense. Respondents will not be contacted regarding their submission or information gathered for this portion of the notice. The Government reserves the right to consider a small business set-aside based upon the responses received. The contract performance period is anticipated to be five years and 4 months, including a one four-month transition (base) period, a full performance period of one year, and four (4) twelve-month option years. A performance-based firm fixed price contract is anticipated. The North American Industry Classification System (NAICS) code is 541513. The applicable size standard for NAICS code 541513 is $23 million. Interested sources should provide a letter of interest no later than October 17, 2006, via e-mail in Microsoft Word format to: Samantha.darella@navy.mil and cassey.sheppard@navy.mil. The letter of interest should include the following: 1) Name and address of the firm 2) Size of business (including annual revenue for NAICS code 541513 and annual revenue for entire business) and total number of employees 3) Ownership 4) Year firm established 5) Names of two principals to contact, including title, telephone number and e-mail address 6) Description of previous experience that relates to this requirement. Please include pertinent information for on-going contracts or contracts completed within the last five years under NAICS Code 541513. Pertinent information is: A. Name of Contracting Activity B. Contract Number C. Contract Type (FFP, Cost, IDIQ or Combination) D. Period of Performance and Total Contract Value E. If Subcontractor, portion of Contract Value for which firm self performed F. Summary of contract work G. Contracting Officer name and current telephone number H. Contracting Officers Technical Representative (name and current telephone number) I. List of major Subcontractors including name, address, and telephone number of primary point of contact J. If a Subcontractor, name of Prime contractor including name, address, and telephone number of primary point of contact 7) Small businesses who do not have the requisite experience to manage a service contract similar to the requirements identified herein are encouraged to address possible teaming arrangements with other businesses that, together, would demonstrate the potential to perform a contract of this size and complexity. Note: A contract will not be awarded unless the costs of contracting are lower than the costs of continued Government performance by the minimum cost differential and a determination has been made that no competitive advantage is gained by the contractors share contribution to its employer-sponsored health insurance plan or benefits. Government personnel adversely affected by conversion of Government performed services to contract have the Right of First Refusal in accordance with FAR Part 52.207-3 for available positions, if qualified. ACCORDINGLY, The CSACOE is conducting an Industry Forum scheduled for 17 October 2006, from 0830 A.M to 1200 P.M., Pacific Daylight Time and is looking for industry representatives to participate. The Industry Forum will be held at the Embassy Suites located at 1441 Canyon Del Rey, Seaside, CA 93955. The intent of the Industry Forum is to receive Industry input on common business practices for the subject services, contract structure and any perceived impediments to a successful A-76 competition. Government representatives are currently scheduled to provide briefings on the following tentative topics: (1) Overview of the Competitive Sourcing process (A-76) for a Standard Competition, (2) Overview of the FNMOC organization, (3) Overview of the Performance Work Statement (PWS), (4) Proposed Contracting Methodology, and (5) Question/Answer Session. Those interested in attending the Industry Forum must e-mail a request to Samantha Darella at Samantha.darella@navy.mil, no later than 10 October 2006. The request must include the company name, address, phone number, fax number, e-mail address, business status (small business or large business), company role (prime or subcontractor), list of attendees, and proposed topics for discussion. Once the requested information is received, directions to the forum will be provided. Registration is limited to 2 representatives per firm. Industry representatives are encouraged to provide comments regarding how the Government can best package the work for the solicitation to achieve maximum savings and value. All comments and questions must be e-mailed to Samantha Darella NLT 10 October 2006. Also, a draft Request for proposal and 80% PWS with technical exhibits are available for download at https://esol.navfac.navy.mil. The government is looking for comments pertaining to each of these documents to ensure the requirements are understood by prospective providers and if there are any areas of improvement. Comments pertaining to the draft solicitation, PWS and technical exhibits are due NLT 24 October 2006. The solicitation number is N62467-06-R-0117. If you are unable to access the referenced website, call Samantha Darella at (619) 532-3758.
 
Place of Performance
Address: 7 GRACE HOPPER AVE. STOP 1, Monterey, Ca.
Zip Code: 93943
Country: UNITED STATES
 
Record
SN01185855-W 20061124/061122220908 (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.