DOCUMENT
D -- Explosives Safety Siting (ESS) Field Support - Attachment
- Notice Date
- 3/3/2011
- Notice Type
- Attachment
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1205 Mill Road Building 850 Port Hueneme, CA
- Solicitation Number
- N6258311R0547
- Response Due
- 3/18/2011
- Archive Date
- 3/18/2011
- Point of Contact
- Mica Walker 8059822373 Andrea Brooks: 805-982-5234
- Small Business Set-Aside
- Total Small Business
- Description
- This is a presolicitation notice only. This competitive procurement is a 100% small business set-aside exclusively reserved for the participation of Small Business Concerns, only. It is a source selection procurement requiring both technical and price proposals. This procurement consists of one solicitation with the intent to award multiple IDIQ-type contracts for engineering services. The primary NAICS Code is 541513 and the corresponding size standard is $25M. The contractor shall provide labor, material, and equipment to perform field support work for the following: a.Load installation geospatial, real property and explosives data into the ESS software for DoD installations. Work with data owners to identify and resolve discrepancies between the GIS, RPI and explosives data sets and verify that the installation data is ready for use performing automated explosives safety site planning. c.Convert data from other GIS software applications (e.g. AutoCAD, Autodesk Map, MicroStation, etc ¦) into the proper formats (ESRI shapefile or geodatabase) and coordinate systems required for ESS use. d.Create geo-referenced ESRI shapefiles or ESRI geodatabase from digitization of imagery, aerial photography, hard-copy maps and scanned maps. e.Train DoD users in the automated explosives safety site planning process. f.Provide Help Desk support to users of the ESS software. g.Provide explosives safety site planning support using ESS to DoD installations. The performance requirements are tailored for each project, and will be outlined in the PWS for that task order. The basis for awards is to the Offerors whose proposals, while conforming to the RFP and considering both price and technical factors, provide the best value to the Government. The technical and sub-technical evaluation factors are anticipated to be Factor I “ Sample or Seed Task, Technical ability and plan to accomplish the work; Factor II “ Technical Capability, (a) Performance Execution Plan, (b) Corporate Experience, (c) Key Personnel; Factor 3 “ Past Performance. Factor II “ Technical Capability is more important than all evaluation factors and when combined all evaluation factors are more important than cost or price. Offerors are required to submit separate technical and price proposals for the project. Price proposals will consist of direct labor effort pricing (Hours and Base Labor Dollars) of the initial project, which may be a sample or seed project provided by the Government. The period of performance for any resultant contracts will be a twelve-month base period plus Four (4) one-year option periods for a total of 60 months. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $4,800,000. Task orders will range from $ ¬5,000 and $300,000 and will be competed among the contract awardees. The only work authorized under this contract is work ordered by the Government through issuance of a task order. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered from each awardee under the performance period of the contract. Contracts are not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated for each option year. It is anticipated that the solicitation will be issued on or about fifteen days from the date of this notice. The solicitation will be available in electronic format only. The RFP will be posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and the Federal Business Opportunities (FBO) website at https://www.fbo.gov on or about fifteen days from the date of this notice. No hard copies will be provided. It is the contractor ™s responsibility to check the websites daily for any amendments to this solicitation. Offerors are required to register in the Central Contractor Registration (CCR) database at http://www.ccr.gov. Failure to register in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. The information being requested does not constitute a commitment on the part of the Government to award a contract or to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the Government for any purpose.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258311R0547/listing.html)
- Document(s)
- Attachment
- File Name: N6258311R0547_N6258310R0424_10-R-0424_Presolicitation_Notice-Word_97-2003_(2).doc (https://www.neco.navy.mil/synopsis_file/N6258311R0547_N6258310R0424_10-R-0424_Presolicitation_Notice-Word_97-2003_(2).doc)
- Link: https://www.neco.navy.mil/synopsis_file/N6258311R0547_N6258310R0424_10-R-0424_Presolicitation_Notice-Word_97-2003_(2).doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6258311R0547_N6258310R0424_10-R-0424_Presolicitation_Notice-Word_97-2003_(2).doc (https://www.neco.navy.mil/synopsis_file/N6258311R0547_N6258310R0424_10-R-0424_Presolicitation_Notice-Word_97-2003_(2).doc)
- Record
- SN02392851-W 20110305/110303234759-043b4ed8490e2c6e1f395d88f15a4161 (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 |