Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2011 FBO #3535
SOURCES SOUGHT

R -- Automated Meter Reader Consulting Services

Notice Date
7/28/2011
 
Notice Type
Sources Sought
 
Contracting Office
BIA - San Carlos Irrigation Project San Carlos Irrigation Project13805 N Arizona Blvd Coolidge AZ 85128
 
ZIP Code
85128
 
Solicitation Number
A11PS00888
 
Response Due
8/3/2011
 
Archive Date
7/27/2012
 
Point of Contact
Gary A. Haynes Contract Specialist 5207236218 gary.haynes@bia.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: The Bureau of Indian Affairs, San Carlos Irrigation Project (SCIP), 13805 North Arizona Boulevard, Coolidge, Arizona 85128 is seeking to identify potential sources, i.e. Buy Indian/ANEEs who may possess the capability to perform Automated Meter Reader Consulting Services for SCIP. The work is located at Coolidge, Arizona. This sources sought is not an issuance of a solicitation, a request for proposal, invitation for bid, or request for quote and the information presented in this announcement will not obligate the Bureau of Indian Affairs, San Carlos Irrigation Project in any manner. This procurement is being considered for 100 percent set-aside under the Buy Indian program. If adequate interest, sufficient supporting documentation is not received or documentation received is determined to be insufficient in nature by technical acceptability, the solicitation may be issued under a small business set-aside or unrestricted basis without further notice or may be cancelled at any time. DESCRIPTION (SYNOPSIS) OF WORK CONTEMPLATED (INCLUDES BUT NOT LIMITED TO) UNDER THIS PROJECT: General Requirements 1.1 - Automated Meter Reading (AMR): Purpose:The current functional Automated Meter Reading system (AMR) provides a wealth of information that need to be understood and utilized for SCIP to manage collected data and to fully benefit from the current AMR system. The key to available AMR data is proper use of the collected information in order to implement a meter maintenance process, respond to potential meter energy loss situations to avoid lost revenue, and efficiently develop a route management strategy. Streamline Energy Data Collection- Design processes to reduce manual manipulation of data for all of SCIP's revenue tier class energy customers.- Design processes to improve data reliability with consistent and enforceable automated task processes.- Increased quality of data from operating a single, central repository, instead of separate inconsistently managed systems.- Improve customer satisfaction by eliminating intrusive meter readings and maintaining more accurate and reliable meter data for billing and dispute resolution.- Identify energy theft due to customer meter tampering. Cycle/Route Management Improvement- Design new procedures for automatic route scheduling through the Manage assignments function in MV-RS.- Reconfigure the MV-RS scheduling mechanism for future and past reading cycle retention support.- Define energy data collection reports critical for day-to-day operations.- Develop custom reports for audit tracking requirements.- Implement procedures for handheld trouble codes entry for tracking field meter situations.- Outline field operating procedures to control high operational costs associated with hard-to-read meters or unprocessed meter reads.- Define new route scheduling requirements to increase operational efficiencies by processing more meters in a shorter amount of time. Route Management Software Maintenance (MV-RS)- Implement procedures to increase operational efficiencies with unattended data processing. System Training- Develop an AMR System Training Needs matrix.- Routine training schedule. Software Testing- The selected vendor will develop and implement a process to validate that all new custom software or custom software upgrades perform as designed and do not adversely impact other custom applications. Documentation- The selected vendor shall develop, update and maintain all system documentation including technical system documentation, two copies will be prepared Software MaintenanceMaintenance of all current and future applications is critical for continuous successful operations. Maintenance includes, but it not limited to the following: - Corrective Maintenance - Correct any identified bugs in the system.- Preventive - Modify system to maintain both effectiveness and reliability.- Adaptive - Provide any modifications required to accommodate physical changes in the software environment. These might include, adapting to a new network topology, or reconfiguration to accommodate a new release of MV-RS or Pervasive applications.- Perfective Maintenance - Add new functions to accommodate change in the requirements.- Structural Reengineering - Modify systems to take advantage of new technology and improve software readability and modularity.- The selected vendor will perform all periodic operational tasks required to maintain the proper level of performance and integrity of all systems. This shall include all design and/or redesign of system program, verification and validation; initial coding; revision; testing; debugging; documentation for all system software.- All maintenance to the MV-RS system and Pervasive shall be planned and executed with appropriate consideration paid to security issues. 2.1 - Customer Information System (CIS): Purpose:The CIS is a multi-year effort to streamline and optimize business processes, to create consistency in workflow management, to automate manual processes, to standardize data capture, and to provide flexible reporting capabilities. EBP Presentment- Define business need.- The selected vendor will develop an Implementation Plan for CCB approval as needed.- Test environment Plan- Functional Test Plan- Training Plan PAY.GOV/CBSW/UMS Interface- The selected vendor will develop a Software Requirements Specification Plan.- The selected vendor will be responsible for coordinating the vendor interface development, functional test, UAT and documentation. - Test environment Plan- Functional Test Plan- Training Plan PCC-OTC/CBSW/UMS Interface- The selected vendor will develop a Software Requirements Specification Plan.- The selected vendor will be responsible for coordinating vendor interface development, functional test, UAT and documentation. - Test environment Plan- Functional Test Plan- Training Plan CIS Software Standards- Document general principles for software requirements (includes new software and upgrades to existing software)- Document requirements for CIS software databases to ensure they are compliant with current and future Multi-Speak data standards.- Develop Software Requirements for MDM, CIS applications to assure integration and interoperability.- Verify all applications are user-friendly and meet the needs of staff as outlined during the project development. Software Testing- The selected vendor will develop and implement a Test Plan to validate that all new software or custom software upgrades perform as designed and do not adversely impact other standard or custom applications. Documentation- The selected vendor shall develop, update and maintain all system documentation including technical system documentation.- Provide hard/soft copies of technical system documentation. Software MaintenanceMaintenance of all current and future applications is critical for continuous successful operations. Maintenance includes, but it not limited to the following: - Corrective Maintenance - Correct any identified bugs in the system.- Preventive - Modify system to maintain effectiveness and reliability.- Adaptive - Provide any modifications required to accommodate physical changes in the software environment. These might include, adapting to a new network topology, or reconfiguration to accommodate a new release of CBSW and/or UMS.- Perfective Maintenance - Add new functions to accommodate change(s) in requirements.- Structural Reengineering - Modify systems to take advantage of new technology and improve software readability and modularity.- The selected vendor will perform all periodic operational tasks required to maintain the proper level of performance and integrity of SCIP's AMR/CIS systems. This shall include all design and/or redesign of system program, verification and validation; initial coding; revision; testing; debugging; documentation for all system software.- All maintenance to the CBSW system shall be planned and executed with appropriate consideration paid to security issues and daily business operations. The estimated cost of this project is between $500,000 to $1,000,000. NAICS is 541618. CONTRACTOR SUBMISSIONS Interested parties should include/submit the following information in their Statement of Qualifications (SOQs) or Expressions of Interest (EOIs): 1) Business name, address, cage code, socioeconomic classification. 2) Clear evidence of the firm's experience (no more than 3 projects please) performing work of a similar type. The experience should be identified by: contract numbers, agency issuing the contract, project titles, dollar amounts and points of contacts (both contractor and customer) with telephone numbers, emails, addresses, etc. Indicate if the firm was a prime or subcontractor (if subcontractor on the project, provide prime contractor information). Description of services provided under the contract. If your firm has never contracted with the Federal Government as a prime contractor, or as a subcontractor to a prime Federal, provide specifics in terms of the largest customers of these services; 3) A positive statement of their intention to submit an offer for the solicitation (if issued) as a prime contractor; 4) Has your firm ever been terminated for cause or default from a contractual arrangement, whether Federal or private sector, as a result of failure to perform, poor quality and workmanship provided, etc.? If so, please provide the specifics; Firms are reminded of the requirement to register in the Central Contractor Registration (CCR) database (http://www.ccr.gov) and the Annual Representations and Certifications (http://orca.bpn.gov) as required by FAR 4.1102 will apply to this procurement. Interested parties are encouraged to respond to this notice not later than 1:00PM Arizona Local Time on August 3, 2011. You may either email your response and any relevant information regarding specific performance or other qualifications regarding the professional services requested to Gary A. Haynes, Contracting Officer at gary.haynes@bia.gov and the email should be entitled "SCIP AMR Consulting Services - Sources Sought" or mail them to the contracting officer at "Bureau of Indian Affairs, San Carlos Irrigation Project, Attn: Contracting (Gary A. Haynes), 13805 North Arizona Boulevard, Coolidge, AZ 85128". DO NOT SEND GENERIC HARD COPY ADVERTISING OR PROMOTIONAL MATERIALS AS THEY WILL BE DISCARDED. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for a follow-up by this office or the procuring contracting officer. If you have responded to any previous email messages or had other communications with our office regarding preliminary market research for this service project, please be advised that it will be necessary for you to respond to this sources sought request and the items contained herein. THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH. The government is conducting market research in accordance with FAR Part 10. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responses received by the Government from interested contractors. All information/materials provided to the government will become the property of the Government and will not be returned. Proprietary information will be controlled and secured. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a set-aside either competitive or sole source or of any guarantee of award or particular acquisition strategy developed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS00888/listing.html)
 
Place of Performance
Address: Coolidge, AZ
Zip Code: 85128
 
Record
SN02513333-W 20110730/110728234914-5673dc8de07b3be2baf8a9f1bf863601 (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.