Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOURCES SOUGHT

99 -- WebEOC Common Operating Picture (COP) Software and Related Technical Support

Notice Date
7/28/2014
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J14R0041
 
Response Due
8/8/2014
 
Archive Date
9/26/2014
 
Point of Contact
Shannon L. Kennedy-Butler, 210-466-2205
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(shannon.l.kennedy-butler.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
WebEOC Common Operating Picture (COP) Software and Related Technical Support SOURCES SOUGHT NOTICE The information received will be used within the Mission and Installation Contracting Command - Fort Sam Houston Contracting Office on behalf of the Installation Management Command (IMCOM), to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid, Request for Quotation, or Request for Proposal. There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought. This office does not intend to award a contract on the basis of this Sources Sought or reimburse respondents for information solicited. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Contracting Office in developing its acquisition strategy. The Mission and Installation Contracting Command, Fort Sam Houston is seeking sources relative to the North American Industry Classification System (NAICS) code is 511210 (Software Publishers), with a corresponding Small Business Size Standard of $38.5 million. This requirement is in support of a requirement that commanders must establish/activate an emergency operations center (EOC) that includes the ability to establish/share a common operating picture for emergency responders and local State, DoD, and Federal authorities. This requirement is for the procurement of WebEOC Professional -v7 and WebEOC Mapper Professional Module software suites (brand name requirement). Additional requirements include project management, engineering, TDY and onsite installation support and onsite Administrator/User training at various Continental United States (CONUS) and Outside the Continental United States (OCONUS) locations for the software. The anticipated period of performance is one (1) Base Year of 12 months. Vendor responses are limited to five (5) written pages (PDF or MS Word Format) and should include: Company profile to include company name, office location(s), DUNS/CAGE Code number, Name, title, address, phone number, email address of company point of contact. Are you a third party reseller of the WebEOC software? Do you have the capability to install/train/configure WebEOC software? Discuss the anticipated labor categories/skill sets you foresee hiring for this requirement. Prior/current experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value (and value of subcontract, if a subcontractor), Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. Do you have any thoughts or concerns about reserving this requirement for small businesses? Provide a (Rough Order of Magnitude) ROM estimate based on the above information. Respondents are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. Please note respondents responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government will not review general capability statements, please ensure submissions are tailored to this requirement. The Government will not return any information submitted in response to this notice. Questions shall not be entertained regarding this Sources Sought. This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate at dean.m.carsello.civ@mail.mil. Responses to this Sources Sought Notice shall be submitted on or before 0800 EST on 8 August 2014 via email to Shannon Kennedy-Butler at Shannon.l.kennedy-butler.civ@mail.mil or by mail to Mission and Installation Contracting Command, Mission Contracting Office - Fort Sam Houston, ATTN: Shannon Kennedy-Butler, 2205 Infantry Post Road, BLDG 604, Fort Sam Houston, Texas 78234-1361.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d3b4186e02ef874dcf0b13030deac3b7)
 
Place of Performance
Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, Fort Sam Houston TX
Zip Code: 78234-1361
 
Record
SN03439893-W 20140730/140728234743-d3b4186e02ef874dcf0b13030deac3b7 (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.