Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
MODIFICATION

T -- Global Products -Request For Information

Notice Date
7/14/2016
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, OCSW - GEOINT/Enterprise Operations, Attn: OCSW Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238, United States
 
ZIP Code
63010-6238
 
Solicitation Number
GPS20160714
 
Archive Date
8/25/2016
 
Point of Contact
Yolanda V Bent, Phone: 314-676-0178, Terrie Seybold, Phone: 3146760187
 
E-Mail Address
yolanda.v.bent@nga.mil, terrie.l.seybold@nga.mil
(yolanda.v.bent@nga.mil, terrie.l.seybold@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION GLOBAL PRODUCTS AND SERVICES PROGRAM 1.0 Description & Purpose 1.1 The National Geospatial-Intelligence Agency (NGA), in support of the Global Products and Services Program, seeks information on how a contractor could produce finished aeronautical small-scale charts, NAVPLAN Chart Finishing, Print/Press Ready Files, Layered, Geo-referenced PDFs and Emerging Products and Services as an integrated program. NAVPLAN Chart Finishing - production of NAVPLAN charts from raw digital data of various scales, to include, but not limited to, data thinning and generalization, feature smoothing, feature offset and name placement. NAVPLAN charts include Joint Operations Graphic (JOG), Tactical Pilotage Chart (TPC), Operational Navigation Chart (ONC), Jet Navigation Chart (JNC) and Global Navigation and Planning Chart (GNC). Charts will need to be made to existing MIL-T or designated product specifications. Print/Press Ready Files - files that can be used by printers, plotters and printing presses without any manipulation of the file to allow for the different print environments. Layered, Geo-Referenced PDFs or other raster formats (Geo-Referenced TIFF, JPEG2000, etc.) as required by NGA Emerging Products and Services - Requirements exist for new and emerging services and products which are within the scope of this contract, but are not currently defined. 1.2 The purpose of this Request for Information (RFI) is for information and planning purposes only; it is not construed as a commitment by the Government. The National Geospatial-Intelligence Agency (NGA) will use this information to determine the feasibility of pursuing NAVPLAN chart finishing as a future contract requirement. 1.3 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, NGA is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI - all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. 2.0 Background NGA has a mission-critical need for the production of Aeronautical Planning and Navigation Charts. NGA provides aeronautical navigation information over topographic bases to produce various products collectively known as Navigation Planning charts (NAVPLANs). These products include the Joint Operations Graphic - Air (JOG-A), Tactical Pilotage Chart (TPC), Operational Navigation Chart (ONC), Jet Navigation Chart (JNC), and the Global Navigation Chart (GNC). Particular mission and operational planning requirements necessitate the derivation of finished products from available data, of various sources and scales. Further, NGA customers require NAVPLAN products in a variety of formats, to include hard-copy, and a layered Geo-referenced PDF. A layered Geo-referenced PDF is a commercial extension to an Adobe PDF map file and is used to present GIS and mapping data in a standard Adobe Systems PDF. 2.1 Planned Acquisition: (see attached Statement of Work) 2.2 Performance: 2.2.1 Period (POP): 2017 - 2020 2.2.2 Location(s): All production activities to occur at contractor site. 2.3 Constraints and Limitations: The current environment of NAVPLAN finishing production entails NGA providing various scale data and sources for finishing services. The result is completed NAVPLAN charts. 2.4 Security Requirements: The following security requirements are anticipated to apply to this acquisition: • No security requirement exists for the responder's personnel that would perform the needed services at the time of contract award. Data, sources, and production for NAVPLAN are at (most) the UNCLASSIFIED//LIMDIS security classification level. 2.5 Organizational Conflict of Interest: This acquisition is for non-commercial items to include: NAVPLAN chart finishing. 3.0 Requested Information Responses must contain UNCLASSIFIED information only and be marked "UNCLASSIFIED" at least on the first page of the response. No classified information may be included anywhere in the response. Neither proprietary or classified concepts, nor classified information should be included in the submittal. Input on the information contained in the responses may be solicited by NGA from non-Government consultants / experts who are bound by appropriate non-disclosure agreements. 3.1 ADMINISTRATIVE Information to include the following as a minimum: 3.1.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, company website, and e-mail of designated point(s) of contact. 3.1.2. Business Type: based upon North American Industry Classification System (NAICS) code 541370, Surveying and Mapping (except Geophysical) Services, applicable to this acquisition, the responder is to provide answers to the following questions: To be considered for a Small Business set-aside, at least 50 % of the cost of contract performance incurred for personnel shall be expended for employees of the responder.( FAR 52.219-14, Limitation of Subcontracting) RESPONSE Are you a Small Business? (FAR 19.102), If so, which type: ☐ YES ☐ NO Small Disadvantaged small business? (FAR 19.304) ☐ YES ☐ NO Service Disabled small business? (FAR 19.14) ☐ YES ☐ NO 8(a) Small Disadvantaged small business? (FAR 19.8) ☐ YES ☐ NO HUBZone small business? (FAR 19.13) ☐ YES ☐ NO Woman-Owned Small Business? (FAR 19.15) ☐ YES ☐ NO Involved in a mentor and/or protégé program? (DFARS 219.71) ☐ YES ☐ NO 3.1.3 Recommendation for alternative NAICS Code? Provide rationale for any NAICS Code applicable to the planned acquisition other than the NAICS code identified above. 3.1.4 DUNS Number: 3.1.5 Commercial and Government Entity (CAGE) Code: Defense facility security clearance? What type? What level? 3.1.6 Accounting system? Date of last audit? Who performed? Determined adequate/inadequate? Timekeeping system? Date of last audit? Who performed? Determined adequate/inadequate? 3.1.7. Do you hold a GSA Federal Supply Schedule (FSS) contract applicable to the NAICS code (s) identified above? If yes, provide contract number(s). 3.1.8. Are you interested in: Prime contract? Teaming to include Joint Venture? Subcontractor opportunities? 3.1.9. Include additional details that are not already requested based on the constraints of the information request. 3.2 EXPERIENCE - 3.2.1 Commercial - Provide relevant details on the responder providing the same or similar services offered or made to the general public or to non-governmental entities for purposes other than governmental purposes in the last three (3) years. Relevant details to NGA's proposed acquisition should include, but not be limited to, information regarding the size and length of the effort, responder performing as a prime or subcontractor, customary practices (warranty, financing, discounts, contract types, etc.) under which the sales of the service(s) are made, security details, the customary practices regarding customizing, modifying, or tailoring of a service(s) to meet customer needs and associated costs, the kinds of factors that are used to evaluate performance; the kinds of performance incentives used; the kinds of performance assessment methods commonly used; the common qualifications of the people performing the services; and requirements of law and/or regulations unique to these service(s), that can demonstrate the responder's abilities and capacity to meet NGA's statement of objectives. 3.2.2 Government - Provide relevant details on the responder providing the same or similar services offered or made to Government agencies other than NGA in the last three (3) years. Relevant details to NGA's proposed acquisition should include, but not be limited to, information regarding the contract number, agency, responder performing as a prime or subcontractor, size and length of the effort, type of pricing and/or cost, security details, the kinds of factors used to evaluate performance; the kinds of performance incentives; the kinds of performance assessment methods; the qualifications of the people performing the services; and any unique terms and conditions, that can demonstrate the responder's abilities and capacity to meet NGA's statement of work. 3.2.3 NGA - Provide relevant details on the responder providing the same or similar services offered or made to NGA in the last three (3) years. Relevant details to NGA's proposed acquisition should include, but not be limited to, information regarding the contract number, program name, size and length of the effort, responder performing as a prime or subcontractor, type of pricing and/or cost, security details, the kinds of factors used to evaluate performance; the kinds of performance incentives; the kinds of performance assessment methods; the qualifications of the people performing the services; and any unique terms and conditions, that can demonstrate the responder's abilities and capacity to meet NGA's statement of objectives. 3.3 CAPABILITIES - The following is the responder's capabilities to meet the proposed acquisition set forth in section 2 of this RFI including the Statement of Work. 3.3.1 Services needed to support the RFI statement of work. 3.3.1.1 Service capabilities that the responder currently possesses. Responses should include the relevant information regarding specific skills, experience, and clearances that its employees, by labor category, currently possess in performing these services, and any needed hardware or software. 3.3.1.2 Detail the service capabilities that the responder currently does not possess in order to meet the Statement of Work. 3.3.2 Recommended type of pricing for this type of service (e.g. FFP, FPIF CPIF) 3.3.3 Extent to which the responder has the ability to meet the proposed acquisition 3.3.4 Notional schedule and type of plan for transition of this type of service. 3.3.5 Security capabilities and plans that demonstrate the ability to meet NGA's security requirements beginning at contract award and throughout the POP. 3.3.6 Extent to which the responder is aware of any potential Organizational Conflict of Interest issues or a non-immitigable OCI related to current development work at NGA. 3.4 RECOMMENDATIONS - The responder is invited to provide information and recommendations for fashioning this proposed acquisition. Recommendation areas may include the type of contract, anticipated contract terms & conditions, incentives, variations in delivery schedule, price and/or cost proposal support, and data requirements, contract pricing, and any other areas that the responder believes is relevant for the Government to achieve its stated statement of work. The responder may opine regarding what portion of the work could be set-aside for small businesses if all the required work cannot be provided by a small business. Details to support any recommendations for partial small business set-asides should be included. 4.0 Responses: 4.1 Interested parties are directed to respond to this RFI. 4.2 Response shall be in Microsoft Word for Office or compatible format and shall not exceed 10 pages. A page is defined as each face of an 8½" x 11" sheet with information contained within a one-inch margin on all sides. Font type shall be Times Roman 12 point, single spaced. 4.3 Responses are due no later than 5:00 pm CST on 10 August 2016. Responses shall be limited to Yolanda.V.Bent@nga.mil and Terrie.L. Seybold@nga.mil with the message subject line "RFI Response - [INSERT Business name]". 4.3 Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 5.0 Meetings and Discussions - The Government representatives may or may not choose to meet with potential RFI service provider. Such meetings and discussions would only be intended to get further clarification of potential capability, especially any development and certification risks. 6.0 Questions - Questions regarding this RFI should be submitted in writing by e-mail to Yolanda.V. Bent@nga.mil and Terrie.L.Seybold@nga.mil. 7.0 Summary This RFI is only intended for the Government to identify sources that can provide the needed services to fulfill the Government's statement of objectives. The information provided in this RFI is subject to change and is not binding to the Government. The Government has not made a commitment to procure any of the RFI requirements discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/GPS20160714/listing.html)
 
Record
SN04182267-W 20160716/160714234505-11f9be7bd81b5857b32bf412b8be161d (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.