Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2008 FBO #2581
SOURCES SOUGHT

R -- TECHNICAL ASSISTANCE FOR READY RESERVE FORCE MANAGEMENT SYSTEM (RMS)

Notice Date
12/18/2008
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), SAR Acquisition, Office of Acquisition, MRG-7200, 7737 Hampton Boulevard, Building 4D, Room 211, Norfolk, Virginia, 23505, United States
 
ZIP Code
23505
 
Solicitation Number
DTMA1S08119
 
Archive Date
1/12/2009
 
Point of Contact
Angela M. Williams,, Phone: 2023662810, Erica Williams,, Phone: 202-366-2803
 
E-Mail Address
Angela.Williams@dot.gov, Erica.Williams@dot.gov
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This Sources Sought announcement is part of a market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The Maritime Administration’s Ready Reserve Force (RRF) is the highest readiness subset of the National Defense Ready Reserve Fleet established to support the rapid deployment of U.S. military forces. The RRF Management System (RMS) encompasses the management and operation of the resident enterprise architecture software application, hardware infrastructure, documentation and training, related business protocols, and process improvements. The purpose of this sources sought synopsis is to conduct market research to identify companies capable of providing specialized assistance and consultation in support of the RMS Program Office with regard to use of the American Bureau of Shipping Nautical Systems software (NS5). The software application is currently installed at 4 government offices, 11 contractor sites, and 54 active RRF vessels. The specialized assistance and consultation professional services require expert knowledge of the data structure, processing logic, and queries within NS5. Accordingly, bidders must provide objective quality evidence that confirms their abilities in this regard, as well as expertise in maritime business processes, practices, and protocols. The services in this sources sought synopsis may be required to be performed in Washington, D.C., at contractor facilities, or other NS5 sites. The aggregate total of work to be issued over the life of the contract via task order is base year plus one option year and is anticipated not to exceed one man-year of effort. Taskings will include the following: (1) assist in the formation of a proper Preventative Maintenance Plan for RRF ships (2) provide support services to the NS5 Database Administrator with regard to formatting and loading data for maintenance plans, ship manager contract deliverables, consumables, and other special data categories (3) revise and maintain user documentation, including position papers, training aids, and reports (4) provide process engineering and research assistance to the MARAD RMS Operations and Policy Group. All contractor employees must have a Transportation Worker Identification Credential. Statement of Capabilities (SOC) submittal requirements: The SOC will determine the feasibility and/or basis for the Maritime Administration’s decision to proceed with acquisition. All interested firms must submit a capabilities package that demonstrates capability and expertise related to this requirement (NTE 4 pages) electronically to Angela.Williams@DOT.gov not later than 1200 EST on 9 January 2009. Packages must include company’s name, point of contact, address, phone number, cage code and business size (e.g., large business, small business, 8(a), HUBZone, etc.). The Contractor must be registered on the Central Contractor Registration (CCR) website, www.ccr.gov under the North American Industry Classification System Code (NAICS) 541512 and ORCA (Online Representations and Certifications Application), https://orca.bpn.gov. Firms should provide qualifications including a listing of any contracts performed over the past two years involving use of the American Bureau of Shipping Nautical Systems software that are deemed to be the same or similar in complexity and magnitude to this requirement. This listing should include services provided, dollar value, location, and performance period. This is not a request for proposal and is not to be construed as a commitment by the government. Any information submitted to this sources sought is voluntary. Reimbursement will not be made for any costs associated with providing information in response to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=564b9061ab71aad5d6688717c0a1bede&tab=core&_cview=1)
 
Place of Performance
Address: 1200 New Jersey Ave, SE, Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN01721275-W 20081220/081218215519-564b9061ab71aad5d6688717c0a1bede (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.