SOURCES SOUGHT
R -- REAL PROPERTY PLANNING AND ANALYSIS SYSTEM (RPLANS) TECHNICAL SUPPORT SERVICES SOURCES SOUGHT NOTICE
- Notice Date
- 6/5/2014
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-14-R-RPLN
- Response Due
- 6/26/2014
- Archive Date
- 8/4/2014
- Point of Contact
- Angelic Hatcher, 210 466-2204
- E-Mail Address
-
MICC Center - Fort Sam Houston (JBSA)
(angelic.m.hatcher.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The information received will be used within the Mission and Installation Contracting Command - Fort Sam Houston Contracting Office on behalf of the Office of the Assistant Chief of Staff for Installation Management (OACSIM), to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid, Request for Quotation, or Request for Proposal. There is no obligation on the part of the Government to acquire any products or services described in this RFI. This office does not intend to award a contract on the basis of this RFI or reimburse respondents for information solicited. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Contracting Office in developing its acquisition strategy. The Mission and Installation Contracting Command, Fort Sam Houston is seeking sources relative to the North American Industry Classification System (NAICS) code is 541512 (Computer Systems Designs Services) with a corresponding Small Business Size Standard of $25.5 million capable of providing technical maintenance and support for the Real Property Planning and Analysis System (RPLANS). A contract for support services is required in order to provide maintenance and updates to the RPLANS system and database, RPLANS user training, technical assistance with using the system and submitting edits, preparing and updating system documentation, unique data requests that are not available in standard reports, and conduct technical analysis to develop and update systematic algorithms and conduct quality assurance of data for multiple existing data sources to ensure that data is current and accurate. A draft Performance Work Statement is attached for your reference. Vendor responses are limited to fifteen (15) written pages (PDF or MS Word Format) and should include: 1.Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small/large business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified HubZone). Large Businesses ARE permitted to respond to notice. Respondents shall also indicate applicable contracts held on GSA and or CHESS. 2.Name, title, address, phone number, email address of company point of contact. 3. Management approach to staffing this effort with qualified personnel. 4. Prior/current experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. 5. Do you have any thoughts or concerns about reserving this requirement for small businesses? 6. Primary risk areas and/or potential issues associated with an acquisition of this type. How do you propose to mitigate any risk(s)? 7. Identify the contract type (e.g., Firm Fixed Price (FFP), Cost, etc.) you believe is appropriate for the requirement and any limitations to your ability to propose a FFP. 8. Provide a Rough Order of Magnitude (ROM) estimate based on the attached draft PWS and the anticipated period of performance. Respondents are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. Please note respondents are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government will not return any information submitted in response to this notice. Responses to this sources sought notice shall be submitted on or before 3:00 PM on 26 June 2014 to the POC via email to Angelic Hatcher at angelic.m.hatcher.civ@mail.mil or by mail to Mission and Installation Contracting Command, Mission Contracting Office - Fort Sam Houston, ATTN: Angelic M. Hatcher, 2221 Infantry Post Road, BLDG 604, Fort Sam Houston, Texas 78234-1361. Questions shall be submitted via email to the POC above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/97cde3de1d88187b2f9de87706c247b9)
- Place of Performance
- Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, Fort Sam Houston TX
- Zip Code: 78234-1361
- Zip Code: 78234-1361
- Record
- SN03386359-W 20140607/140605234752-97cde3de1d88187b2f9de87706c247b9 (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 |