Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2011 FBO #3676
DOCUMENT

R -- The purpose of this Request for Information (RFI) is to receive feedback from the Reverse Auction Service Provider (RASP) industry in support of market research. - Attachment

Notice Date
12/16/2011
 
Notice Type
Attachment
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N00189RASPSII
 
Response Due
1/6/2012
 
Archive Date
1/21/2012
 
Point of Contact
David Felling (757)443-1964
 
E-Mail Address
Resweber
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSALS. NO PROPOSALS ARE SOUGHT. This request is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, and a Request for Quotes, or an indication the Government will contract for the items contained in the RFI. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this RFI. The purpose of this RFI is to receive feedback from industry in regard to the following and is in support of market research. The Department of Navy (DoN) seeks to streamline the acquisition process by taking advantage of innovative e-procurement technologies that will assist DoN in leveraging resources, reducing administrative tasks and associated labor costs, while ensuring regulatory compliance to maintain high levels of competition, obtain reasonable prices, and meet socio-economic goals. Information is being gathered to determine if more than one supplier has the capability to fully meet the Government's stated requirements. DoN is seeking professional web-based reverse auctioning services that allow the DoN buyers to post specific requirements to obtain offers for commodities and services from different suppliers within the provider network maintained by the Reverse Auction Service Provider. The goal is to reduce direct and indirect purchase costs and to capture detailed spend data. Potential sources either alone or with appropriate teaming partners must have demonstrated expertise/capability in all the following areas: This web-enabled reverse auctioning interface shall permit buyers to conduct real-time competed auctions by posting online reverse auction formatted solicitations, utilize best value award criteria, and establish auction start/end times. The system shall be versatile to allow buyers to have complete control of the process to post auctions, cancel auctions at any time if it is in the best interest of the Government, and make award to any supplier within the offer pool. In addition, the contractor shall work with DoN to develop additional reverse auctioning system capabilities and features as mutually agreed by the parties. Buyers shall have the ability to set a target price, optionally set the criteria for selecting the winner(s), include DoN terms and conditions, and set a specified start and end date of each auction. At the end of the auction, the buyer shall have the option to select the winner(s) manually. Suppliers shall be able to submit a successively lower offer and see whether their submitted offer is leading or lagging behind the lead bid or target price established via current market research completed by government buyers. Suppliers shall not have knowledge of the other offers posted or suppliers participating in the auction to anonymously compete for a DoN requirement. Contractors who believe that they posses the expertise and experience to fulfill all of these requirements are invited to submit technical and management capabilities addressing each of these areas in writing. Interested contractors should also address their business process in regards to payment method (e.g., subscription vs. transaction fee) as well as whether they can fulfill the requirements via GSA schedules. Please send responses via e-mail to david.felling@navy.mil by close of business on 6 January 2012. Please limit your response to no more than five pages. For any questions, please contact David Felling at 757-443-1964. Interested organizations must demonstrate and document concisely their extensive experience and recommendations as part of this announcement. Any proprietary information should be clearly identified as proprietary information . Responses to the RFI will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Also include information such as: Company name, address, email, telephone number, points of contact, CAGE code, size of business pursuant to North American Industrial Classification System (NAICS) and respond to the following questions: (1) Is your business a large or small business (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business (3) If disadvantaged, specify under which disadvantaged group and whether your firm is certified under Section 8(a) of the Small Business Act. (4) Is your firm a certified HUBZone firm (5) Is your firm a woman-owned or operated business (6) Is your firm a certified Service-Disabled Veteran-Owned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189RASPSII/listing.html)
 
Document(s)
Attachment
 
File Name: N00189RASPSII_RA_Spiral_II_RFI.doc (https://www.neco.navy.mil/synopsis_file/N00189RASPSII_RA_Spiral_II_RFI.doc)
Link: https://www.neco.navy.mil/synopsis_file/N00189RASPSII_RA_Spiral_II_RFI.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02641153-W 20111218/111216234655-df64ac26642a2ae4a015ed285631839e (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.