Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2011 FBO #3611
SOLICITATION NOTICE

D -- Explosive Safety Siting (ESS) Field Support, Naval Facilities Engineering Service Center, Port Hueneme CA 93043

Notice Date
10/12/2011
 
Notice Type
Presolicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1100 23rd Ave Bldg 1100 Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6258312R0702
 
Point of Contact
L Torres - contracting officer 805-982-4720 lynn.torres@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a pre-solicitation notice only. This competitive procurement is a 100% small business set-aside, exclusively reserved for the participation of Small Business Concerns only. It is a source selection procurement requiring both technical and price proposals. This procurement consists of one solicitation with the intent to award multiple IDIQ-type contracts for Computer systems facilities management and operation services. The primary NAICS Code is 541513 and the corresponding size standard is $25M. The contractor shall provide all labor, material, and equipment to perform field support work for the following: a. Install ESS software on DOD Installation workstations or on a DOD networked server. b. Load installation geospatial, real property and explosive data into the ESS software for DOD Installations. Identify and resolve discrepancies between the GIS, RPI and explosives data sets and verify the installation data is ready for ASP use. c. Convert data from other GIS software applications into the proper formats and coordinate the systems required for ESS use. d. Create geo-referenced ESRI shape files for ESRI geodatabases from digitization of imagery, aerial photography, hard copy maps and scanned maps. e. Train DOD users in the use of ESS software. f. Provide Help Desk support to users of the ESS Software. g. Provide explosives safety site planning support using ESS to DOD Installations. h. Develop training aids including help wizards and workbooks to assist users to review or learn how to use the software. The performance requirements are tailored for each project, and will be outlined in the PWS for th task order. The basis for awards is the offerors whose proposals, while conforming to the RFP and considering both price and technical factors, provide the best value to the Government. The technical evaluation factors are anticipated to be (1) Sample Task - technical ability to accomplish work; (2) Technical Capability including corporate experience and key personnel and (3) Past Performance. Technical capability (2) is more important than all other evaluation factors and when combined all evaluation factors are more important than cost or price. Offers are required to submit separate technical and price proposals for the project. The price proposals will consist of direct labor effort pricing (hours and base labor dollars) of the initial project, which is a sample project provided by the Government. The period of performance for any resultant contracts will be twelve-month base period plus two (2) option periods for a total of 36 months. The estimated maximum dollar value, including the base yer and all options, for all contracts combined, is $9,000,000.00. Task orders will be competed among the contract awardees. The only work authorized under the contract is work ordered by the Government through the issuance of a task order. The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, the minimum of $10,000.00 is guaranteed to be ordered from each awardee under the performance period of the contract. Contracts are not guaranteed work in excess of the minimum guarantee. There is no additional minimum guarantee for each option year. It is anticipated that the solicitation will be issued 7-15 days from the date of this notice, and will be option for a cumulative 45 days (including presolicitation and solicitation time). The solicitation will be published no fewer than 30 days. The RFP will be posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and the Federal Business Opportunities (FBO) website at https://www.fbo.gov. No hard copies will be provided. it is the contractors responsibility to check the websites daily for any amendments to this solicitation. Offers are required to register in the Central Contractor Registration (CCR) database at http://www.ccr.gov. Failure to register in the CCR database will make an offeror ineligible for award. The information being requested does not constitute a commitment on the part of the Government to award a contract or to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the government for any purpose.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258312R0702/listing.html)
 
Record
SN02606220-W 20111014/111012234711-da18414be8b16ff17c024a415f5bb190 (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.