Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SOLICITATION NOTICE

D -- SEABEE CONSTRUCTION MANAGEMENT REQUIREMENTS DEFINITION

Notice Date
5/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Specialty Center Acquisitions NAVFAC, N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1205 Mill Road Building 850 Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6258309T0099
 
Response Due
5/26/2009
 
Archive Date
6/10/2009
 
Point of Contact
Magdalena C. Evangelista 805-982-5077
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the Request for Quotation (RFQ) for the required item under RFQ N62583-09-T-0099. A subsequent written solicitation will NOT be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. This solicitation is set-aside for small business concerns only. The North American Industry Classification System (NAICS) Code is 541519 and the size standard is $25 million dollars. Delivery will be FOB Destination. This will be a firm-fixed price contract and will be awarded utilizing Simplified Acquisition Procedures, Part 13.SCAN Port Hueneme intends to purchase on the following item(s):1.0Objective:It is the intent of this requirement to develop the functional requirements necessary to provide end-to-end solutions in support of a change in business process as the Naval Construction Force (NCF) transitions from the current Construction Battalion Construction Management (CBCM) project planning software to Microsoft Project. The contractor shall identify and develop functional requirements necessary to support the implementation and the functional requirements necessary for a training solution to include curriculum development and train-the-trainer sessions for First Naval Construction Division (1NCD) military and civilian personnel.2.0Background:The First Naval Construction Division (1NCD) provides combat ready engineer forces in response to Combatant Commander, Naval Component Commander requirements and provides planning and operational support for Seabee employment. Combat construction management encompasses all activities needed to plan and execute construction projects (simple to complex) with a construction force organized as military units operating in hostile live fire environments. To accomplish this mission they sponsor the legacy CBCM System. Lessons learned in the Global War on Terror (GWOT) demonstrate the need to improve over the current CBCM capabilities and provide relevant training curriculum to meet needs of the individual.The contractor shall have experience in project planning and estimating, project management, as well as, experience working with Microsoft Project 2007, EPM Live and Microsoft Office SharePoint Server. Must be able to train and develop training course curriculum in accordance with the NAVEDTRA 130A Task Based Curriculum Development Manual. Have working Knowledge of the current Construction Battalion Construction Management (CBCM) project planning software. Key Position: Program Analyst and Instructor.3.0General Project Requirements - The contractor shall perform the following tasks:a. Functional requirements: Facilitate workshops and meetings to gather the necessary business and functional requirements to build a user interface to MS Project; Build additional tools to bolt on to MS Project that will aide the Seabee in planning their construction projects through the use of an electronic version of the Construction Activity Summary Sheet (CASS); Review the high-level business goals and vision with key 1NCD representatives on the new solution; Specify the overall MS Project 2007 roadmap for the Government solution to integrate with EPM Live and Microsoft Office SharePoint Server; Analyze the high-level construction project management related requirements; Draft a systems requirements document for Government review and approval; and Provide a phased implementation plan for the MS Project 2007 integrated solution.b.Training curriculum development: Facilitate workshops and meetings to gather the necessary curriculum development and delivery requirement; Review the high-level business goals and vision with key 1NCD/CSFE representatives on the new training solution; Specify the overall MS Project 2007 training roadmap for the Government solution; Analyze the high-level construction project management related training requirements; Draft a training functional requirements document for the Government review and approval; and Provide a phased implementation of training required for the MS Project 2007 solution.4.0DeliverablesThe contractor shall provide the following: Document the Seabee construction planning and estimating requirements specification to include the integration with EPM Live; Document the Level of effort in detail and cost to integrate the planning and estimating requirement with Microsoft Project and EPM Live; NAVEDTRA 130A construction planning and estimator training development requirements specification document; and Document the level of effort in detail and cost to implement the task based training to support the planning and estimating requirement in MS Project 2007 and EPM Live.5.0Government Furnished Information, Services and EquipmentThe Government will make available relevant standards, functional statements, technical manuals, computer systems guides, reference material, regulations, instructions, and operational procedures necessary. The Government will not provide services or equipment. 6.0Contractor Furnished Information, Services and EquipmentThe Contractor shall provide all administrative and technical support services needed for work performed outside government spaces.7.2Place of Performance: NFELC, Building 1000, CSFE, Building 1444, Naval Base Ventura County, Port Hueneme, CA7.3Period of Performance: 15 June 2009 (all deliverables listed in Paragraph 4.0) The following FAR Provisions and Clauses apply to this solicitation and are incorporated by reference. 52.212-1 and 52.212-2, Evaluation-Commercial Items applies. Evaluation criteria will be as follows: Technical Capability - (limit 3 pages) Knowledge of Construction Battalion Construction Management; Experienced in the development and implementation of plan/course curriculum in accordance with the NAVEDTRA 130A Task Based Curriculum Development Manual; working knowledge and experience with MS Project Standard 2007, EPM Live and Microsoft Office SharePoint Server 2007; working knowledge of the First Naval Construction Division (1NCD) mission; and have a minimum 5 years experience in construction project planning and/or construction project management. Key Personnel/Resumes (Maximum 2 pages per resume) - Provide detailed resumes for all proposed key personnel that demonstrate their capability to perform the specific tasks as described in the PWS. Key Personnel must meet the following qualifications: Minimum of 5 years experience with developing, implementation of plan/course curriculum; Minimum 5 years experience with MS Project Standard, EPM Live and Microsoft Office SharePoint Server; Experience with Project Planning and Project Management; Working knowledge of the Construction Battalion Construction Management (CBCM) project planning software. Past Performance - Limit three (3) pagesProvide past performance references on up to three (3) projects that reflect relevant experience of similar size, scope and/or technical complexity performed by either the offeror and its proposed subcontractors or team members and/or proposed key personnel during the past five consecutive years. Include the information listed below: a. Contract number and title; b. Agency or company name; c. Description of training/work performed (brief); d. Period of performance; e. Dollar value; f. Location; g. Contract type; h. Names, addresses, current e-mail address and phone number of valid contacts (i.e. Contracting Officer, Task Order Manager, technical reference)Price - Price will be evaluated for reasonableness, realism, and consistency with the PWS. RELATIVE IMPORTANCE OF EVALUATION FACTORS - The Technical Capability/Key Personnel and the Past Performance are approximately equal in importance; and all subfactors within the Technical Capability factor are approximately equal in importance. Both Technical and Past Performance factors, when combined, are more important than Price.AWARD - The Government intends to award without discussions based on initial offers. Therefore, offerors are cautioned to submit their best offers initially. The Government reserves the right, however, to enter into discussions. Discussions will be held with only the most highly qualified offerors. Award shall be made to the offeror whose offer is determined to be the best value to the Government considering all evaluation factors described above. The Government may award to the higher priced offer which scores higher technically. A purchase order will be awarded to the responsible offeror whose offer represents the greatest value considering all evaluation factors. Offerors are advised the Government seeks offers that demonstrate the greatest technical ability at a reasonable and realistic price. Value will be determined for each quote by weighing the degree of technical superiority, the risk of non-performance, and the price. As a result of the foregoing methodology, the! Government may award to other than the lowest price offeror.Questions- It is the offeror's responsibility to bring to the attention of the Contracting Officer at the earliest possible time, but prior to the closing date, any ambiguities, discrepancies, inconsistencies, or conflicts between the PWS and other solicitation requirements. All questions shall be submitted in writing and may be emailed to Magdalena.evangelist@navy.mil no later than 19 May 2009. Offerors are to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies as well as FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses cited in 52.212-5 apply: 52.211-6, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.225-1, 52.225-13, 52.232-33, 252.232-7003, 5252.232-9513 Invoicing Instructions and Payment (WAWF Instructions)(MAR 2006) applies. Request for Quotation (RFQ) number is N62583-09-T-0099. All responsible sources may submit an offer, which will be considered by the agency. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the Government considering price and other related factors. Quotes are due NLT 26 May 2009, 12:00PM (PST) and may be em! ailed to magdalena.evangelist@navy.mil or faxed to (805) 982-3015.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258309T0099/listing.html)
 
Place of Performance
Address: NFELC, Building 1000, CSFE, Building 1444, Naval Base Ventura County , Port Hueneme, CA<br />
Zip Code: 93043<br />
 
Record
SN01816540-W 20090516/090514215411-df824d8ca5c064bf87ce265788419262 (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.