Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2007 FBO #2130
SOURCES SOUGHT

R -- Engineering, Technical, Operational Support Services

Notice Date
3/1/2006
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
Reference-Number-RFI-NWS-0001
 
Response Due
3/15/2006
 
Point of Contact
Daniel Kinsella, Contracting Officer, Phone 301-713-3405 x156, Fax (301) 713-1024, - Anita Middleton, Contract Specialist, Phone 301-713-3405 x196, Fax 301-713-1024
 
E-Mail Address
daniel.f.kinsella@noaa.gov, Anita.R.Middleton@noaa.gov
 
Description
A. Description-- The National Oceanic and Atmospheric Administration’s (NOAA), National Weather Service (NWS), is interested in identifying small businesses capable of providing engineering and technical, operational support services to effectively combine with Government personnel to perform its mission to manage, operate and maintain hydrometeorological systems and equipment. A draft Statement of Performance is attached. B. Purpose of this Announcement-- NWS is primarily interested in identifying small businesses concerns [including small disadvantaged businesses, women-owned small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses, historically underutilized business zone (HUBZone) small businesses, and other small businesses] capable of providing the engineering and operational support services described in the attached Draft Statement of Performance as a prime contractor. The Government envisions that the applicable North American Industry Classification System (NAICS) Code for these services would be 541330, “Engineering Services,” and that the applicable small business size standard would be $4.5 million average annual receipts. To demonstrate the ability to provide the required services, the small business concern must be capable of providing the following types of support: 1. Identify staff personnel with the most appropriate management, administration, engineering, technical and financials skills necessary to accomplish tasks as defined by the Statement of Work. 2. Proactively work with the NWS program or project office personnel using performance-based metrics to define projects corresponding with, and advancing program and administration goals. 3. Proactively manage assigned personnel such that the tasks are accomplishing the performance metrics. 4. Provide monthly earned-value reports of performance progress for each task. The report should reflect the current definition of earned-value used by the Department of Commerce and be presented in a format that is easily understood by both program and procurement personnel. Additionally, NWS is interested in identifying small business concerns capable of providing a portion of the required services as a subcontractor. C. Submitting a Response-- The Government will not be liable for any costs incurred in preparing or submitting a response to this Sources Sought Notice. 1. Interested small business concerns with the capability to provide the required engineering and operational support services as a prime contractor are invited to provide a written response to this Sources Sought Notice not later than March 15, 2006. The response, which shall be no more than 50 pages, shall include the following: A description of the firm including: Type of Small Business (i.e., small disadvantaged business, women-owned small business, veteran-owned small business, service disabled veteran-owned small business, HUBZone small business, or other small business); Central Contractor Registration Status; Management Structure and Organization Chart; Location; Income Statement Past Three years (attachment); Banking Reference; Summary of Credit Facility; Suspensions, Debarments, Terminations; DUNS Number; Tax Identification Number; GSA FSS MAS Number (if applicable); Statement of 8(a) certification and duration of certification (if applicable); Points of Contact: Names, phone, fax, email; A description of your capacity to perform the work described including: Understanding and knowledge of NWS programs and constituents; understanding and knowledge of performance-based service contracts including the definition of performance objectives and metrics; capacity to keep clients informed through clearly presented earned-value reports. A description of your past performance, including relevant experience, quality of performance, and Point of Contact with telephone numbers and email addresses. A description of subcontractor or team member management experience. A description of your cost accounting system, particularly addressing its adequacy for a cost reimbursement type of contract. Any accounting system approvals you have received from the Defense Contract Audit Agency or other Government agencies should be included. Any comments and recommendations you would like to share including, but not limited to, comments on the draft Statement of Performance. An original and four copies of the response shall be submitted, as well as an electronic version in MS Word. All submissions are to be addressed to Daniel Kinsella, U.S. Department of Commerce, NOAA, NWS-AD (Code OFA61), 1325 East-West Highway, Station #17362, Silver Spring, Maryland 20910-3283 (e-mail address: Daniel.F.Kinsella@noaa.gov) A one page letter, signed by an officer of the firm, shall cover the response. The cover letter is the first of the 50 pages. The electronic version shall be in the form of an email with one attachment. The single attachment shall contain all content and shall not exceed five megabytes in size. Each hard copy response shall be on 8-1/2 x 11 inch paper, in a commercially standard font, not smaller that 12-pitch, single column, excluding separately created artifacts included within the text. The response shall be secured by simple stapling with the cover letter as the first page and shall not contain any elaborate binding. Each page in the response shall be separately numbered in Arabic numerals. A page of paper printed on both sides is considered as two pages. The response shall not include brochures, newsletters, or other marketing materials uniquely created for this procurement. Elaborate artwork and expensive paper, bindings, visual or other presentation aids are discouraged. 2. Any small business concern not capable of providing the required engineering and operational support services as a prime contractor, but who wish to be identified in any future solicitation for these services as a candidate team member, likewise is invited to provide a written response to this Sources Sought Notice not later than March 24, 2006. The response shall contain the same information, be provided in the same number of hard and electronic copies, and be sent to the same individuals identified in Section C.1 above; however, the response shall be no more than 10 pages. D. Evaluation of Responses-- The primary purpose of the evaluation process is to assist NOAA in determining whether the acquisition of these engineering and operational support services should be set aside for small business concerns (or some subset of small business concerns). Additionally, NOAA will use the information received as an aid in determining small business concerns which should be identified in a solicitation for these services as a candidate team member. In conducting its evaluation, NOAA may request a meeting or teleconference with one or more respondents to gain further insight into the respondent’s capabilities. Also, NOAA may request further information from one or more respondents to gain further insight into the respondent’s capabilities. The Government will not be liable for any costs incurred by respondents in these follow-up activities. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-MAR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-SEP-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NOAA/AGAMD/Reference-Number-RFI-NWS-0001/listing.html)
 
Record
SN01419803-F 20070926/070924231220 (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  © 1994-2020, Loren Data Corp.