SOURCES SOUGHT
R -- PACAF Installation GeoBase Support Services - Draft GeoBase SOW
- Notice Date
- 5/19/2015
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- AFICA - AFICA- PACAF
- ZIP Code
- 00000
- Solicitation Number
- F2CFEB5124A001
- Archive Date
- 6/18/2015
- Point of Contact
- TSgt LaToya High, Phone: 808-449-2944
- E-Mail Address
-
latoya.high@us.af.mil
(latoya.high@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft GeoBase SOW PACAF Installation GeoBase Support Services GENERAL INFORMATION: THIS ANNOUNCEMENT IS NOT A SOLICITATION AND IS BEING USED FOR THE PURPOSE OF MARKET ANALYSIS ONLY. The Government is seeking industry input to determine the availability of qualified sources with the technical capability to fulfill the PACAF Installation GeoBase Support Services requirement described below. No contract awards will be made from this notice and no solicitation is available on FBO or any other bulletin boards, posting rooms, or clearinghouses at this time. In order to develop a sound acquisition strategy, early industry participation is highly encouraged. Respondents will not be notified of the responses to this notice. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. In accordance with FAR 52.215-3, this notice is protected pursuant to the Freedom of Information Act and other laws and regulations. Information identified by a respondent as "Proprietary or Confidential" will not be disclosed outside of Government channels. All responses will be used in whole or in part for determining the most effective acquisition strategy for future GeoBase Installation Support acquisitions or similar requirements. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541512 - Computer Systems Design Services which has a corresponding Size Standard of $27.5M. To assist 766 SCONS in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SECTION 1 - BACKGROUND: The contract will support Headquarters (HQ) PACAF, bases, airfields, and installations of consequence throughout the Pacific Area of Responsibility (AOR) to facilitate the adoption, development, and implementation of installation geospatial systems and GeoBase concepts through sustainment and evolution of the GeoBase Service according to AF Strategic Vision Goals and Objectives of the GeoBase Strategy Document, AFI 32-10112 Installation Geospatial Information and Services, and HQ PACAF Installation Geospatial Information & Services Strategic Plan with particular emphasis on web-based geospatial viewers and new applications that leverage current geospatial databases. A comprehensive, integrated set of geospatial technical services is required to further develop and sustain the PACAF GeoBase Service to include state of the art technical support services that will allow PACAF to achieve its mission while staying abreast of evolving technology. This contract involves program management support and technical system support through on-site and off-site expertise. Support services include strategic planning and execution, implementation planning and execution, education and training, improvement and management of data management plans, data collection and compilation, data inventorying, data reporting, web-based viewers, applications and tools, management and improvement of Government quality assurance/quality control plans, needs analysis, systems analysis, architectures analysis, adoption, integration, geo-enabling automated information systems, program maturation activities and sustainment for all US Pacific Air Forces (PACAF) missions. PACAF requirements include providing on-site support for geospatial data development and solutions implementation at each of the following units (currently (2) Two Numbered Air Force contractor staff positions at Republic of Korea Osan AFB are mission essential, with at least (2) two additional MAJCOM contractor staff positions required to be mission essential positions: Joint Base Pearl Harbor, HQ PACAF, Hickam, HI HQ 7th Air Force, Republic of Korea (ROK) Joint Base Elmendorf -Richardson (JBER), AK 611th AF, AK Eielson AFB, AK Osan Air Base (AB), ROK Kunsan AB, ROK Kadena AB, Japan Misawa AB, Japan Yokota AB, Japan USFK, Yongsan Army Garrison, Seoul, Republic of Korea (potentially two US Forces Korea (UFK) mission critical positions to support joint Common Operating Picture web-based viewer/applications). Expeditionary Reachback support to MAJCOM/NAF (contractor supports forward deploying/deployed military personnel) Forward Operating Locations (FOLs) as required; currently over 350 airfields and installations of consequence to the Pacific Area of Responsibility (AOR). SECTION 2 - RESPONSE INSTRUCTIONS: Interested businesses should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the services. Packages should include: A) Business name and address; B) Name of company representative and their business title; C) Large or Small Business Size and Type of Small Business (if applicable); D) Cage Code; E) DUNS Number; F) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GWAC, Alliant, OASIS, GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) G) Explain in detail your technical ability, capacity and experience performing under the NAICS code described and as specified in the following areas of the Statement of Work (SOW): 1. Provide Program Management support, SOW Section 3.1.1 2. Provide Installation GeoBase Support, SOW Section 3.2 3. Acquire and Maintain Geospatial Data, SOW Section 3.3 4. Acquire and Integrate Hardware and Software Tools, SOW Section 3.4 5. Develop Geospatial Tools and Applications, SOW Section 3.5 6. Conduct GeoBase Training, SOW Section 3.6 7. Provide Expedionary GeoBase and GeoReach Support, SOW Section 3.7 8. GeoBase Mission Command Korea (MCK) COP Development and Support, SOW Section 3.8 H) Ability to obtain TOP SECRET Clearance I) Confirmation of personal SECRET clearances J) Provide an explanation of your company's ability to manage, as a prime contractor, the tasks in the SOW, reference any contracts of similar complexity and scope you have managed in the past three years. Please provide contract number, project location, description of work, and POC for this contract. K) Describe your experience with planning, programming, deploying and supporting web based GEOBASE applications to geographically separated customer locations. L) Has your company performed work in overseas and foreign locations in the past and is your company familiar with hiring and sustaining a workforce in both overseas and foreign environments? M) Where would you obtain your labor force to perform this type of effort? N) What sort of experience do you have with emergency, mission essential, security type requirements and their levels of classified environments within contracts? O) What experience does your company have with Federated enterprise data and web-services servers? How was data replicated for serving out to outside organizational customers? P) What platform are you experienced in with hosting web-based mapping services? Q) What experience do you have with Java Script APIs for ArcGIS Server? Responses should focus on your firm's technical and financial capability to provide technical and management services with the specialized experience requirements described in the attached SOW. Vendors who wish to respond should send responses via email NLT 4:00 PM Hawaii Stand Time (HST), 3 Jun 15 to TSgt LaToya High at latoya.high@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/15d2225d182b28286ca6184054ca42b3)
- Place of Performance
- Address: PACAF AOR (Area of Responsibility), United States
- Record
- SN03735515-W 20150521/150519234827-15d2225d182b28286ca6184054ca42b3 (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 |