Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
SPECIAL NOTICE

99 -- Incident Management Analysis and Reporting System (IMARS)

Notice Date
9/18/2009
 
Notice Type
Special Notice
 
Contracting Office
Acquisition Services Directorate, Attn: Mr. David Mitchell 381 Elden Street, Suite 4000 Herndon VA 20170
 
ZIP Code
20170
 
Archive Date
9/18/2010
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This notice is being posted under the Franchise Authority of the Department of the Interior, National Business Center, Acquisition Services Directorate - Herndon for the Department of the Interior's (DOI) Incident Management Analysis and Reporting System (IMARS). This requirement is for a fully functional and deployment-ready Records Management System (RMS) that will meet the law enforcement reporting needs of the DOI and all participating agencies as outlined in the accompanying Statement of Work (SOW) and IMARS Functional Requirements Document (FRD). This system will assist the DOI in its law enforcement responsibilities on lands that it owns and manages, in its management responsibilities for various types of natural disasters and emergency incidents that occur on federal land, and in its role in national security.Based on the above, the Government intends to solicit and negotiate with Niche Technology as the only one responsible source and no other supplies or services will satisfy agency requirements in accordance with FAR Part 6.302-1. Niche Technology currently has these capabilities as stated in the accompanying sole source justification document. No other company providing similar services is known to currently have these required approvals and/or capabilities. However, interested parties may identify their interest and capabilities regarding this requirement by submitting a capabilities statement by the date specified herein. The Government believes that the most accurate NAICS Code for this acquisition is 5112, Software Publishers, however, capability statements provided under other NAICS codes will be accepted. The deadline for submission of questions regarding this notice is 3pm EST, Wednesday, September 30, 2009. The Government anticipates answering questions via an amendment to this announcement by Friday, October 9, 2009. The Government reserves the right to transmit all questions and answers to all potential offerors. Questions must be submitted via electronic mail to David Mitchell at david.mitchell@aqd.nbc.gov, with the subject line of "21510 IMARS Sole Source Capability Questions." TELEPHONIC AND FAXED QUESTIONS WILL NOT BE ANSWERED OR ADDRESSED. Any award made pursuant to this notice is subject to receipt of the required agency administrative approvals and availability of funds. The Government will consider all capabilities statements received electronically to the Contracting Officer by 12pm EST, Monday, October 19, 2009. Please be advised that it is the offeror's responsibility to assure the Government receives your submission on or before the specified due date.A determination by the Government not to compete this proposed action based upon responses to this announcement is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive acquisition. The Government reserves the right to issue a Request for Quote (RFQ) as a result of this announcement. Please be advised that this announcement may constitute the only notice that will be posted for this acquisition, based on the review of any responses to this notice. All supporting documents for this acquisition can be located at www.aqd.nbc.gov/solicitations under the solicitation name of "21510 IMARS Sole Source Intent." Following review of all capabilities statements, a list of those deemed capable and qualified to perform the work will be established and the qualifiers will be notified and provided additional submission instructions and all applicable requirements pertaining to this effort. The Government anticipates an award of a firm-fixed-price type contract. Interested organizations must submit a capability statement to the Contracting Officer specified for receipt. The capability statement shall not exceed 25 pages (on 8.5 X 11 size paper, single sided print in MS Word, with a font of 10 points or higher), any pages in excess of 25 will not be evaluated. The capability statement must detail the ability to perform and verification that the organization qualifies under NAICS code specified herein or if proposing an alternate NAICS code, why such code was specified in addition to detailing the ability to perform and verification that the organization qualifies under the suggested NAICS code. The capability statement should provide: A) description of the experience and capability for each of the key personnel on your proposed project team. Descriptions shall address such items as the individual's background, education, work experience, and accomplishments. Show the knowledge that key personnel have gained through completed and ongoing efforts that are similar in nature to this effort; B) Describe the organization's familiarity and experience with performing services of IMARS' nature, include the organization's experience in the type of work proposed, demonstrated ability to do the work and an understanding of the directed missions of the DOI, as well as the company's prior experience in work of similar scope to this project and complexity; and C) Provide three references of similar contracts performed by either your proposed Key Personnel or your organization for the last three years. Include a description of the project, project title, contract number, period of performance, contract amount, client identification including agency or company name, contracting and technical reviewing official, address, and telephone number. Capabilities Statement must demonstrate that both your organization and proposed key personnel can successfully meet our requirements when Factor A (Key Personnel) is of equal importance to Factor B (Organizational Experience) and Factor C (References) is less important than Factors A and B. The Government will evaluate the size, and complexity of similar projects completed by the proposed project team and your organization including past performance to determine your potential for contract award and project success. Past performance consists of adherence to schedules and budgets, effectiveness of cost control, the acceptability of services delivered, the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties, and the offeror's business integrity. If you believe the Government may find derogatory information as a result of checking your past performance record, please provide an explanation and any remedial action taken by your organization to address the problem.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2f5bc18da58745b323571191d75fbeb6)
 
Record
SN01961419-W 20090920/090919001029-2f5bc18da58745b323571191d75fbeb6 (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.