Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2011 FBO #3431
SOURCES SOUGHT

D -- National Computerized Maintenance Management System - Package #1

Notice Date
4/15/2011
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Physical Capital Asset Management Division (PGE), 1800 F Street, NW, Room 4302, Washington, District of Columbia, 20405
 
ZIP Code
20405
 
Solicitation Number
GS-00P-11-CY-D-0060
 
Point of Contact
Eddie M. Whitaker, Phone: 202-208-6228, Collette Scott, Phone: (202) 501-9154
 
E-Mail Address
eddie.whitaker@gsa.gov, collette.scott@gsa.gov
(eddie.whitaker@gsa.gov, collette.scott@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 Sources Sought Notice (for Market Research Only) - National Computerized Maintenance Management System (NCCMS) This inquiry is for information only and is being issued solely for planning purposes. This RFI does not constitute a statement of work (SOW) or a commitment to issue a SOW in the future. In addition, GSA will not incur any cost associated with the development or distribution of any information provided in response to this request. NOTE: We encourage all respondents to provide responses in the spreadsheet attached. Interested firms should submit their specialized experience. Background: GSA provides workplaces for more than one million federal employees. We supply federal purchasers with cost-effective, high-quality products and services from commercial vendors. GSA's Public Building Service (PBS) manages a real estate portfolio of over 9,600 buildings nationally. Currently all eleven regions have a CMMS program either supplied by the operations and maintenance contractor or GSA owned. We are working to develop requirements for a national CMMS application. Description of Services: If a statement of work is issued, it will include design, installation, maintenance, and operations of National CMMS. Services will be performed at federally owned and leased buildings across the United States. Period of Performance: The period of performance for you to respond to this Request for Information is approximately three weeks. Response Packages: THIS IS FOR INFORMATIONAL PURPOSES ONLY. The response package must consist of five separate tabs: TAB I : Cover letter; TAB II : Narrative; TAB III : Company Recommendations; TAB IV : Company Profile; TAB V : Responses to attached functionality worksheet; Tab VI List of your company's local and nationwide offices within the United States (US); and TAB VII : Company Specialized Experience. The tabs must include the following: TAB I (Cover Letter): The cover letter must be on company letterhead and include: 1) GSA reference number and title of the project; 2) An introduction of your company; 3) Company size; 4) Business establishment date; and 5) Point of Contact including name, title, address, telephone number, fax number and email address. TAB II (Narrative): A written narrative of the company's previous experience with and methodology to provide services for CMMS. TAB III (Company Recommendations): •Ÿ identify operational models, •Ÿ inform us of innovations, •Ÿ bring up issues that we have not yet considered, and •Ÿ lead us toward a course of action. Questions regarding NCMMS Interfaces Describe how you would interface with Smart Building technology? Smart building technologies allow for more cost-effective, near real-time visibility and control of all building systems by converging a building's Monitoring and Control (M&C) system infrastructure to enable smarter operations. Definition. The term M&C systems means building systems designed to operate building equipment and/or to obtain data from the building equipment or environment. Examples include, but are not limited to, systems for: utility metering; heating, ventilation and air conditioning; on-site renewable energy generation; building automation/management (BAS/BMS); fire alarms; security cameras; and lighting, elevator, or physical access control. M&C systems include their controllers, devices and sensors. •· Describe how you would house time-series data and bind assets to meter readings. •· Describe how you would interface with an as-built or a design in Building Information Modeling (BIM). Describe how you would house spatial data. Describe how you would visualize BIM in CMMS. •· Describe how you would code assets including length of field(s), industry standards used, general linkages to other tables, and importance in relation to interfaces and devices (such as bar code readers, RFID, etc.). Questions regarding NCMMS licensing: What licensing options are available to GSA for your product and services. GSA is considering a cloud based or software as service solution. Describe your requirements to make this option advantageous for you and GSA. Describe how you would manage access to the CMMS. •· Describe how you would provide a GSA owned, centralized database. Functional Requirements: See Attached Spreadsheet Listed in the spreadsheet are functional requirements, please provide responses to the functional requirements in the spreadsheet and include with your other responses. Additional Guidance •· Please describe how you would implement a NCMMS infrastructure inside GSA's security IT operations centers. •· Please describe how you would implement fail-out and clustering to best fit your product at GSA. •· Please clarify issues GSA should consider before installing National CMMS. •· Add additional information not by covered by other questions that is relevant and important. TAB IV (Company Profile): The company profile shall include: 1) Size Standard; 2) If Small Business, type and certifications; 2) All company NAICS codes; 3) Average annual gross revenues for the past three years; and 4) Number of employees. TAB V: Responses to attached functionality worksheet: The Company shall complete the third column of the worksheet using the following codes: 1 = Standard Functionality in current release 2 = Under development; planned for release with 180 days 3 = Available via bundled, 3 rd party application 4 = in long term plan; expected lease with 1 year 5 = neither available nor under development The Company may add notes in the fourth column at its own discretion. TAB VI (List of Company and Subsidiary Offices): The list of company and subsidiary offices must include the name of the operating firm (prime or subsidiary firm), city, state, and zip code. TAB VII (Company Specialized Experience): The format is as follows: 1) Name and Address of Customer; 2) Type of Service Provided (CMMS related services only, please); 3) Title of Project; 4) Period of Performance; 5) Indicate if your company was the prime contractor or the subcontractor; and 6) Provide in detail the services provided under the project. All packages must be submitted on or before 12:30 p.m., Thursday May 5, 2011, to Mr. Eddie Whitaker, 18th and F Street, NW, Room 4302, Washington, DC 20405. Email packages are preferred. Faxes are not acceptable. This is not a solicitation for proposals and is for informational purposes only. Proposals are not requested at this time and will not be considered. For more information, please contact Mr. Eddie Whitaker by email at eddie.whitaker@gsa.gov. (No telephone inquiries please.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/PHA/GS-00P-11-CY-D-0060/listing.html)
 
Place of Performance
Address: General Administration Services (GSA), District of Columbia, District of Columbia, 20405, United States
Zip Code: 20405
 
Record
SN02425780-W 20110417/110415234255-121d3271abaca7c15ac1bd6ee35d01b2 (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.