Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2012 FBO #3856
SOLICITATION NOTICE

D -- Electronic Drawing Repository and Automated Workflow Solution - Initial Task Order for the Bureau of Reclamation

Notice Date
6/13/2012
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation-DO-Acquisitions/Financial Assistance Policy Group PO Box 25007, 84-27820 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
R12PS80234
 
Archive Date
6/13/2013
 
Point of Contact
Synthia Archuleta Contract Specialist 3034452423 sarchuleta@usbr.gov;
 
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
The Bureau of Reclamation (Reclamation), located at the Denver Federal Center, 6th and Kipling, Denver, CO will be soliciting proposals for a Department of Interior (Department)-Wide Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Initial task order was included in the Indefinite Delivery Indefinite Quantity Pre-Solicitation announcement R12PS80172 that was posted on May 16, 2012. This information is included below: The dates included in this announcement are approximate and may be subject to change at the discretion of the Bureau of Reclamation. Actual dates will be established at the time the Request for Proposal is made available. The Department has approximately 70,000 employees and is comprised of nine (9) Bureaus (http://oneinterior.doi.net/oneinterior/Bureaus/index.cfm) with operations located across the United States and the U.S. Territories. The Department is looking to replace its current drawing management systems under a single award Indefinite Delivery-Indefinite Quantity (IDIQ) contract arrangement. The objective is to obtain commercial-off-the-shelf software, software licenses, software maintenance, and support services such as configuration, implementation, and training support related to Drawing Management on a Task Order (TO) basis. The IDIQ solicitation R12PS80172 and the initial task order solicitation R12PS80234 will be issued simultaneously and all potential contracts must submit the requirements for both solicitations in order to be considered for award of the resulting IDIQ and the initial task order. This procurement was previously announced under Sources Sought Announcement R12SS80046, IInterior's Drawing Management Solution and Sources Sought Announcement R12SS80097, Department Drawings Management System as a request for information and comments to the Draft Statement of Work (SOW). Comments from the Sources Sought Announcements were incorporated as applicable. Because of the Department's IT Transformation Initiative a cloud solution may be considered. Minimally, the solution shall support the Department of the Interior's diverse workforce to include all bureaus and offices strategically located within the continental United States, Alaska, Hawaii, and the U.S. territories. The solution shall be able to support either a Federal Information Security Management Act (FISMA) moderate internal system or FISMA moderate external certified software as a service (SaaS) environment. Evaluation criteria for award consideration, listed in descending order of importance, may include technical/management approach, past performance on similar or comparable projects, and price. Technical/management approach and past performance when combined are approximately equal to price. The IDIQ contract will be awarded with a one (1) year base plus four (4) one (1) year option periods that will allow for both fixed price and labor hour task orders to be issued against the IDIQ. In is anticipated that the initial task order will be awarded as a Firm Fixed Price contract with a one-year base period. The resulting awards from the two solicitations will be based on the procedures prescribed by FAR Part 15 - Contracting by Negotiation. The Request for Proposal (RFP) package will be available for viewing at www.FBO.gov on or about June 4, 2012. Proposals are tentatively due before close of business (COB) July 5, 2012. The estimated contract ceiling for the IDIQ contract is $30,000,000 to $40,000,000. The estimated task order amount is $1,300,000 to $2,300,000. The North American Industry Classification System (NAICS) code is 511210, Software Publishers. The Small Business Size Standard for this NAICS code is $25 million. This acquisition will be a full and open competitive procurement. Contractors interested in doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database, must have an active registration, and must be registered with the NAICS code specified in this announcement prior to time of award. Contractors may register at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6b40e4283c8a2b3cf8ff93cb6f9421dd)
 
Record
SN02774536-W 20120615/120613235427-6b40e4283c8a2b3cf8ff93cb6f9421dd (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.