Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2007 FBO #1973
SOURCES SOUGHT

R -- Facilities, Infrastructure and Engineering Systems (FIRES) Program for the National Ground Intelligence Center (NGIC), Charlottesville, VA.

Notice Date
4/20/2007
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
National Ground Intelligence Center, ATTN: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, VA 22911-8318
 
ZIP Code
22911-8318
 
Solicitation Number
NGIC-FIRES
 
Response Due
6/30/2007
 
Archive Date
8/29/2007
 
Small Business Set-Aside
N/A
 
Description
Description A. INTRODUCTION: 1. This is a Sources Sought synopsis being conducted pursuant to FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. 2. This is an initial step in the planning process for the National Ground Intelligence Center acquisition of Facilities, Infrastructure and Engineering Systems. The next step is to provide a d r a f t performance work statement on FED TEDS on about 9 Mar 07. The following step will be the announcement of an Industry Day that will most likely take place at the end of March 2007 at a location around Ft. Belvoir in Alexandria/Springfield, VA. 3. The National Ground Intelligence Center (NGIC) requires the capability to locate, digitize, process, and analyze blueprints and architectural drawings, and to provide a high quality image that is digitally retrievable from a professionally managed datab ase system. The primary objective of this Program is to capture hard copy, digital, and multi-media construction documentation, and process a high quality image of all documents into a national level database that is retrievable by any legitimate USG ag ent or agency that has a valid need for such information. The contractor shall provide staffing to digitize (scan) a minimum of 500,000 and a maximum of 1,500,000 architectural drawings, develop and append associated metadata, and deliver the results as a data load to the database maintained at the National Groun d Intelligence Center, Charlottesville, VA. Subtasks contained within the Performance Base Work Statement (PBWS) involve the management and technical support for the collection and digital capture of infrastructure blueprints and architectural drawings in response to Facilities, Infrastructure and Engineering Systems standing and ad hoc tasking. The contractor shall support the Program Manager (PM) to identify issues, assist in defining requirements, and establish procedures and policies. Approximately 1 5% of these documents will require Arabic translation skills to effectively process metadata requirements. Staffing is to include one or more Program Managers who are responsible for general management of contractual effort, management of contractor opera tions, database operations/maintenance, training, and analytical services. Approximately 40 data analysts/operations analysts will be required to fully collect or digitally capture on-site blueprint holdings, assist in the sorting and inventory of the doc uments, triage appropriate blueprints for inclusion in the database, and process the collected media at a contractor facility. Additional 3-4 software/database technicians will be required to provide a consistent system / methodology for captured data tra nsmission from the Facilities, Infrastructure and Engineering Systems contractor facility for integration into the database maintained at the NGIC, to include uploading the processed data into the database and providing documentation for any software insta lled at NGIC, or on Government Furnished Equipment in accordance with NGIC Configuration Management (CM) standards (DI-IPSC-81442A and CDRL B001). Place of Performance Performance will primarily take place at a Contractors facility and USG facilities located within 25 miles of the National Ground Intelligence Center facilities in Charlottesville, Virginia, and at the Aberdeen Proving Grounds, Maryland, as well as CONUS and OCONUS collection locations for periods of up to ninety (90) days. All interactions will take place in USG spaces unless otherwise required and authorized by the Contracting Officer (KO) or Contracting Officers Representative/Government Task Lead (CO R/GTL). All reviews will be held in Government provided spaces or in designated Contractor facilities as approved by the KO or COR/GTL. No travel to areas of on-going and active contingency operations, such as Iraq or Afghanistan, is anticipated, but con tractor should be prepared for possible short-term travel to either location. Special requirements for potential OCONUS collection areas are outlined below. 4. The solicitation, when or if issued, will be a Request for Proposal (RFP) using a best value source selection methodology for contractor selection. The Applicable Conditions, capability or performance constraints are as follows: The contractor shall have the capability to provide collection, scanning and analysis services required to fully process architectural drawings and blueprints for inclusion into the database, complying with existing database structure and image formats and content. The contractor shall conduct data searches and develop database enhancement and procedures to facilitate the performance of the database at NGIC. The contractor shall be involved with up to Top Secret/Sensitive Compartmented Information (TS/SCI ) level, with the majority of personnel only up to the Secret/NOFORN level. The contractor shall have a Top Secret working facility clearance with Secret safeguarding capabilities, and management personnel with Top Secret clearances and analysts/technicia ns with Secret clearances at time of request of solicitation. 5. The type of task orders anticipated to be issued under an IDIQ contract may include Firm Fixed Price, Time & Materials, and/or Cost Plus Fixed Fee. NGIC decisions on kind of contract is yet to be determined. 6.Information and Instructions: A. How to Submit: All businesses capable of providing support are invited to respond with capability packages. Any information provided to the Government as a result of this sources sought synopsis is voluntary and the Government will not pay for any i nformation submitted. All packages should be UNCLASSIFIED material only. B. Respondents shall submit their capability as an email to Ana Maria Boner, anamaria.boner@us.army.mil or FAX (434) 951-1910. C. All capability packages must be received no later than 4:00 p.m. local time on 1 April 2007. D. Company Information: Your company's name, address, telephone number, a point of contact with e-mail address, Federal Cage Code, Data Universal Numbering System (DUNS), Central Contractor Registration (CCR) number, business size, and security clearance level, must be included in the capability package. E. Does your company intend to submit a proposal in response to any upcoming solicitation as a prime contractor or a subcontractor? F. Are there any other factors concerning your company's ability to perform the upcoming effort that DoD should consider? G. Indicate your status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. H. Provide information on up to three (3) contracts for similar work within the past three (3) years. Include complete references, contract titles, dollar values, points of contact, title and telephone numbers. I. The North American Industrial Classification System (NAICS) is 541990, All Other Professional, Scientific and Technical Services, which has a small business size standard of $6.5 in annual gross income. Note, a small business firm must be able to pe rform at least 50% of the total requirement within its own company (FAR 52.219-14, Limitations on Subcontracting). J. Small Business: Responses to this announcement should indicate whether the respondent is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged busines s, women-owned small business, or historically black college of university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). 7. GOVERNMENT RESPONSIBILITY: This sources sought synopsis should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acq uisition approach. Any information provided as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. There is no solicitation available at this time. Requests for a solicitation wil l not receive a response. To support contractor teaming and/or subcontracting arrangements a list of contractors responding to this synopsis may be posted when available. Please direct any questions regarding this synopsis to the Contract Specialist T homas.Trivisani1@us.army.mil or Anamaria.Boner@us.army.mil No telephone inquiries will be accepted.
 
Place of Performance
Address: National Ground Intelligence Center ATTN: IANG-CS-LO/MS204, 2055 Boulders Road Charlottesville VA
Zip Code: 22911-8318
Country: US
 
Record
SN01278171-W 20070422/070420221408 (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.