Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2017 FBO #5875
SOURCES SOUGHT

T -- NGA JANUS Maritime DNC Request For Information - Draft SOW HM157518R0008

Notice Date
12/22/2017
 
Notice Type
Sources Sought
 
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
HM157518R0008
 
Point of Contact
Jeffrey H. Teague, Phone: 3146761655, Terrie Seybold, Phone: 3146760187
 
E-Mail Address
jeffrey.h.teague@nga.mil, terrie.l.seybold@nga.mil
(jeffrey.h.teague@nga.mil, terrie.l.seybold@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
JANUS Maritime DNC SOW Draft December 2018 REQUEST FOR INFORMATION JANUS / SFC Maritime Safety Foundation Geoint Maritime Description & Purpose 1.1 The National Geospatial-Intelligence Agency (NGA), in support of the JANUS Maritime Safety Foundation Geoint DNC Content / Data program, is seeking information on how an interested contractor could provide all data, products and services necessary to meet the NGA Safety of Navigation mission as required under U.S. Code Title 10. 1.2 The purpose of this Request for Information (RFI) is to ascertain the interest from industry in providing the required service and request information to further develop and refine NGA’s 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 RFI 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 The National Geospatial-Intelligence Agency (NGA) is the Functional Manager for Geospatial Intelligence (GEOINT). As such, NGA supports the National System for Geospatial Intelligence (NSG), which supports the U.S. Department of Defense (DoD), Department of Homeland Security, Intelligence Community, Governmental decision makers, first responders, humanitarian assistance/disaster relief, and beyond. 2.1 Planned Acquisition : (see attached Statement of Work) 2.2 Performance : 2.2.1 Period (POP): August 2018 – August 2023 (tentative) 2.3 Constraints and Limitations : The following are anticipated to apply to this acquisition: Source, data, products, and information for DNC will generally be at the UNCLASSIFIED/LIMDIS level; however, some LPC requirements may be classified. Due to transferring of data across JWICS, facilities accredited up to the Top Secret (TS) Sensitive Compartmented Information (SCI) level (with/without caveats) are necessary. Currently, NGA Maritime operates on a 2 region construct, Atlantic and Pacific. NGA may be moving to a 3 or more region construct 2.4 Security Requirements : The following security requirements are anticipated to apply to this acquisition: (Note that all of the personnel the responder anticipates would perform the needed services would need possess the appropriate security clearance at the time of proposal or quotation submission.) Top Secret Sensitive Comparted Information Facility (SCIF) approved for this and employees with TS/SCI access to perform data transfer 2.5 Organizational Conflict of Interest (OCI) : This acquisition is for non-developmental items. In accordance with FAR Part 9.5, please discuss any performance which may lead to an OCI and how the Offeror would mitigate, avoid, or neutralize the conflict. 3.0 Requested Information Responses must only contain UNCLASSIFIED information and be marked “UNCLASSIFIED” on all pages in both the header and footer. No classified information may be included in your 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 and reviewed by NGA non-Government consultants or 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 “Maps, Atlases, Charts and Globes 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: ______________________________ 3.1.6 Defense facility security clearance? What type? What level? _______________________ ______________________________________________________________________________ 3.1.7 Accounting system, if applicable ? Date of last audit? Audit performed by? Determined adequate/inadequate? ___________________________________________________________ 3.1.8 Purchasing system? Date determined adequate or inadequate? ______________________ 3.1.9 Timekeeping system? Date of last audit? Who performed? Determined adequate/inadequate? 3.1.10 Do you hold a GSA Federal Supply Schedule (FSS) contract applicable to the NAICS code (s) identified above? If yes, provide contract number(s).___________________________________ 3.1.11 Are you registered in SAM?_________________________________________________ 3.1.12 Are you interested in: Prime contract? Teaming to include Joint Venture? Subcontractor opportunities? _________________________________________________________________ 3.1.13 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 contract value, 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 contract value, 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 objectives. 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 contract value, 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 Objectives, Statement of Work, or Performance Work Statement. 3.3.1 Government requirements needed to support the RFI statement of objectives 3.3.1.1 Requirement capabilities that the responder currently possesses. Responses should include the relevant information regarding specific skills, experience, and security 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 SOW. 3.3.2 Recommended type of pricing and contract type for this type of requirement (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-in and transition-out (based on previous or similar work efforts). 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 OCI issues in accordance with FAR Part 9.5 or any non-mitigatable OCI related to current development work at NGA. 3.4 Specific Requested Information 3.4.1 U.S. Clearance Requirements. Government-approved secure production environment. Source, data, products, and information for DNC will generally be at the UNCLASSIFIED/LIMDIS level; however, some LPC requirements may be classified. Due to transferring of data across JWICS, facilities accredited up to the Top Secret (TS) Sensitive Compartmented Information (SCI) level (with/without caveats) are necessary. Is your facility a U.S. Government-approved secure facility? What is your experience in production of classified products? If you do not currently have a Sensitive Comparted Information Facility (SCIF) approved for this or an employee with TS/SCI access to perform a data transfer, how do you plan to prepare for eligibility? 3.4.2 Multiple sources. Production of hardcopy (LPC) and digital (DNC) products is performed from multiple sources rather than from a single source chart. What is your experience in performing production of DNC, LPC or a similar product from multiple sources? 3.4.3 Regional requirements. Currently, NGA Maritime operates on a 2 region construct, Atlantic and Pacific. NGA may be moving to a 3 or more region construct. Based on your knowledge of DNC, how would you best split worldwide requirements for maximum mission execution and agility? How many regions do you envision? 3.4.4 Data conversion. DNC has a planned transition to international standard ENC in the future. What is the level of your knowledge of S-57 format, and the conversion from S-57 to VPF (and vice versa)? 3.4.5 Deliverables. DNC is Vector Product Format (VPF) data. Enhanced, future deliverables, under the FG Mod production system, include geodatabases, in addition to Vector Product Format (VPF) data. What is your experience in providing these formats as deliverables for corresponding digital products of DNC or similar products? If you have not had experience providing geodatabases, what measures do you have in place to be able to provide these as future deliverables? 3.4.6 Crisis Surge. What is your capacity to surge production in the event of crisis or quick turnaround event? Explain your capabilities to shift priorities to meet surge needs, while handling existing maintenance requirements? 3.4.7 Data Maintenance. DNC data is continually maintained on a 28-day cycle. What experience do you have maintaining large datasets on short turnaround cycles? 3.4.8 Pricing Structure. NGA is exploring multiple potential pricing structures for the next contracts. Firm Fixed Price, Fixed Price Level of Effort, Time & Materials, Cost or a combination of pricing structures is being contemplated. NGA is requesting industry analysis of the impact, benefits and drawbacks to the different pricing approaches. With your response please provide any information that might assist NGA in developing the future pricing structure. 3.5 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 objectives. 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 with a white paper. 4.2 White paper shall be in Microsoft Word for Office or compatible format and shall not exceed 16 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. 4.2.1 Interested parties are encouraged to utilize the Comment Matrix format in their white paper when providing comments, questions, and/or suggestions to the Statement of Work 4.3 Responses containing the white paper are due no later than 5:00 pm ET on 19 January 2018. Responses shall be limited to and submitted via e-mail only as a message attachment to Jeffrey.H.Teague@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 and the whitepaper regarding this RFI should be submitted in writing, at least two weeks prior to response due date, by e-mail to Jeffrey.H.Teague@NGA.MIL or Terrie.L.Seybold@NGA.MIL 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. Statement of Work (SOW) Comment Matrix for the JANUS Foundation Geoint Maritime (DNC) Statement of Work Request for Information Comment # SOW PWS Page # SOW PWS Section Comment/Question/Suggestion 1 2 3 4 5
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/HM157518R0008/listing.html)
 
Place of Performance
Address: NGA NCW, 3838 Vogel Road, Arnold, Missouri, 63010, United States
Zip Code: 63010
 
Record
SN04775377-W 20171224/171222230918-405c0a820efee79a75d2d85a9be2c4fb (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.