Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2011 FBO #3620
SOURCES SOUGHT

D -- Tri-Services Automated Cost Engineering Systems (TRACES) Maintenance Suppport

Notice Date
10/21/2011
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY12R0003
 
Response Due
11/4/2011
 
Archive Date
1/3/2012
 
Point of Contact
Nancy.Wilhite, 256-895-1124
 
E-Mail Address
USACE HNC, Huntsville
(nancy.a.wilhite@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: Prior submittals to Sources Sought Number: W912DY11R0023 whose capabilities/information has not changed need not resubmit to this sources sought. The US Army Engineering and Support Center in Huntsville (CEHNC), Alabama has a requirement for a single award task order contract (SATOC) with a contract capacity of $5.4 Million. The objective of this contract will be to provide support for the development, maintenance, and enhancement of pc and web-based software, its associated documents, database maintenance, hotline (telephone support), training support, and a minor amount of cost engineering support. The services required under this SATOC will include functional, technical and project management support in the maintenance of Tri Services Automated Cost Engineering Systems (TRACES) modules. Existing modules to be maintained include but may not be limited to: Microcomputer Aided Cost Estimating System (MCACES 2nd generation - MII), Area Cost Factor, Historical Analysis Generator (HAG 2nd generation - HII), Life Cycle Cost, and Scheduling Interface. The Government is performing market research in order to determine if businesses posses the capability to execute the requirements of this anticipated request for quotation (RFQ). This synopsis is for market research information and planning purposes only and IS NOT A REQUEST FOR Quotes (RFQ) nor does it restrict the Government as to the ultimate acquisition approach. Any parties interested in this requirement are encouraged to register as an interested vendor. Pursuant to FAR 4.1102(a), prospective contractors shall be registered in the Central Contractor Registration (CCR) database prior to award of a contract. Contractors are encouraged to obtain further information on CCR registration at the following website: http://www.ccr.gov/. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. If you would be interested in such work you are requested to submit a capability/qualification statement which addresses as a minimum, the questions presented within this announcement. The Government will analyze and evaluate all responses and determine if the pool of qualified interested firms is significant enough to justify a small business set aside or another form of set aside allowed by the regulations, such as for HUBZone, 8(a) or Service Disabled, Veteran Owned concerns. The Government does not intend to rank submittals or provide any reply to interested firms. North American Industrial Classification System (NAICS) Code 541511, Custom Computer Programming Services, is applicable to this acquisition. Contract award will be made on a Best Value basis. Award of a Firm-Fixed Price (FFP)contract is intended. Services will be solicited and awarded as a Commercial Item using FAR Part 13 Simplified Acquisition Procedures under FAR Subpart 13.5. The proposed award will consist of one base period of performance and up to four optional periods of performance. THIS IS NOT A FORMAL SOLICITATION. Contractors who feel they can provide the U.S. Army Engineering & Support Center, Huntsville, AL, with the above services are invited to submit in writing an affirmative response which includes the following information: 1. What is the name of your business? 2. What is your POC name, telephone number, e-mail address, and business address? 3. Is your firm a large business, small business, a certified 8(a) small business, certified HUBZone business, Small Disadvantaged Business, Veteran, Woman, and/or Minority Owned Business and/or Service Disabled Veteran Owned Small Business concern according to NAICS code 541511? (Specify all that apply.) 4. Does your business currently have knowledge of construction cost engineering with expertise in development and maintenance of software microcomputer application code in 32 and 64 bit Windows environment which supports cost engineering requirements? If so, please provide actual examples and/or descriptions of your experience. 5. Does your business currently have expertise in the development of source code for microcomputers using Visual Basic, Visual C++, Visual Studios.net, and similar code development software? If so, please provide actual examples and/or descriptions of your experience. 6. Does your business currently have experience in the development of Web applications? If so, please provide actual examples and/or descriptions of your experience. 7. Does your business currently provide user support for cost engineering software and databases including development of functional software specifications, functional testing of software, data gathering and evaluation, hotline support and training? If so, please provide examples of your experience. 8. Does your business currently provide cost engineering support in the way of military and commercial building construction cost estimates that meet current standards? If so, please provide examples of your experience. 9. Does your business currently have cost engineering expertise in using U.S. Army Corps of Engineers Cost Engineering processes for Civil Works, Military, and HTRW projects and in using software such as USACE MII (Micro computer aided cost estimating software Second Generation) and various BIM (Building Information Modeling) applications. If so, please provide examples of your experience. All responsible sources are encouraged to submit a capability statement response to this announcement. The Government does not intend to rank suvmittals or provide any reply to interested firms. Questions concerning this announcement should be directed to both Contract Specialist, Nancy Wilhite at Nancy.A.Wilhite@usace.army.mil and Contracting Officer,Tisha.M.Fitch@usace.army.mil. All capability questionnaires shall ve submitted via e-mail to Nancy Wilhite and Ticha Fitch (e-mails provided above) by 5:00 p.m. CTS on Friday, 4 November 2011. All responses will be considered by the agency. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Extraneous materials (brochures, manuals, etc.) will not be considered. NOTE: Registration as an interested vendor for the subject notice does not exempt your firm from submitting the required capability questinnaire. Therefore, if your firm would like to be considered an interested source for this requirement, please submit a capability questionnaire in accordance with the posted announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY12R0003/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02611351-W 20111023/111021234657-cbb94e0982ef5e9346e36b6989658c4c (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.