Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2011 FBO #3345
SPECIAL NOTICE

99 -- The Joint Medical Logistics Functional Development Center (JMLFDC) seeks vendor and product info. for COTS products to assess a (CAD) functionality for the Facility Management module in its (DMLSS) info system.

Notice Date
1/19/2011
 
Notice Type
Special Notice
 
NAICS
541490 — Other Specialized Design Services
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
JD120201
 
Archive Date
4/19/2011
 
Point of Contact
Jennifer Dunlap, 301-619-1347
 
E-Mail Address
US Army Medical Research Acquisition Activity
(jennifer.m.dunlap@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
JMLFDC currently uses a commercial CAD (Drawbase version 6.4) application for this functionality. The Government is looking for COTS CAD product beyond the current CAD product addressing the requirements below in order to build the future facilities management functionalities. The general requirements that will need to be supported are listed below. JMLFDC requests capabilities statements, product information, and/or customer references from qualified vendors interested in providing a fully functional system, which includes software, system implementation strategy and services, and related data conversion services in order to evaluate potential cost and impact of moving to a next-generation COTS product. Specifically this RFI requests that vendors explain their abilities to meet or exceed the below requirements. CAD Requirements The system shall provide state-of-the-art technology for computer aided design (CAD) The system shall meet or exceed current industry standards including, but not limited to: BIM, BOMA, IFC 2x3, Executive Order 1327 - Real Property Asset Management RPAM), COBIE2, IFMA, ODBC, and open application programming interface (API). The system shall have the capability to integrate geospatial information services (GIS) and 3D CAD objects and information. The system shall be able to upgrade to an enterprise-wide web-based platform. The system shall provide layer capabilities to reflect and/or isolate engineering disciplines. The system shall provide utilities that facilitate user/role/group security and access. oThe system shall provide methods that will allow system security and access to be controlled by either DMLSS or another software system. The system shall support enterprise wide localization and language functions and compatibilities. oThe system shall produce multi-lingual drawings and reports. The system shall support English and metric units of measure. The system shall support BIM formatted files which comply with DMLSS-COBIE transfer protocols. The vendor shall be responsible for the integration solution of their software to DMLSS. The system shall provide the ability to utilize current 2D drawings within and in conjunction with a BIM software platform. The vendor shall support JMLFDC in obtaining system accreditation and Certificate to operate on government systems. The system shall provide drawing capability which supports contingency plans in compliance with Unified Facilities Criteria (UFC) standards. The system shall provide version control (versioning) capability for the drawing and other associated files. The system shall provide the capability for bi-directional (drawing to database and database to drawing) data updates. The system shall support graphic spatial queries. The system shall provide the ability to illustrate database queries on the drawings through the DMLSS search function. The system shall have the ability to support and integrate with other third party software. oThe third party software may include, but not limited to: Information Technology (IT), Telecommunications and Cable Management, Building Operations and Maintenance, Real Property and Lease, Move Management, Utilities Management and LEED initiatives, etc. through an open API. The system shall support IPv6 in native mode for all interfaces. If not available, the vendor shall provide a migration roadmap and a corporate commitment for no cost upgrades. The system support PKI authentication for all direct access. The system shall support Oracle database access over pre-authenticated shared connection. The system shall be U. S. Government Configuration Baseline (USGCB, formerly FDCC) compliant. Vendors interested in responding to this Request for Information must be sent to Ms. Jennifer Dunlap via e-mail utilizing MS Word or.PDF File at jennifer.m.dunlap@us.army.mil. No telephone requests will be accepted. Responses must be submitted by 2 February 2011 by 9am ET with the following information: Product information Capabilities statements Customer references or information regarding how the COTS product works for a specific customer requirement Information regarding system implementation strategy and services, and Related data conversion services in order to evaluate potential cost and impact of moving to a next-generation COTS product. **NOTE: This is a follow up to the initial request. Reference JD1202**
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/JD120201/listing.html)
 
Record
SN02362619-W 20110121/110119234248-1312434549c94d3d5979f1fb319b5300 (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.