Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
MODIFICATION

D -- Sources Sought/RFI: IT O&M Services for ONRR, Lakewood, CO

Notice Date
2/11/2016
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Interior Business Center, AQD Division 4/Branch 1 7301 West Mansfield Avenue Lakewood CO 80235-2230
 
ZIP Code
80235-2230
 
Solicitation Number
D16PS00231
 
Response Due
3/31/2016
 
Archive Date
4/15/2016
 
Point of Contact
Shively, Joseph
 
E-Mail Address
Joseph_a_shively@ibc.doi.gov
(JOSEPH_A_SHIVELY@IBC.DOI.GOV)
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) is being issued by the Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD) for the Office of Natural Resources Revenue (ONRR), U.S. Department of the Interior. The result of this market research will contribute to determining the method of procurement for the follow-on acquisition. Introduction: This is a Sources Sought notice to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone firms, Certified 8(a), Service Disabled Veteran Owned Small Businesses and Woman Owned Small Business) to provide the required services. The Interior Business Center (IBC) Acquisitions - Denver in conjunction with the ONRR Information technology program office is surveying the market and seeking information for potential sources to provide the necessary management, supervision, personnel, information security, materials and supplies, for continued technical support and maintenance necessary to provide daily O&M service support for the Minerals Revenue Management Support System (MRMSS). The proposed contract type is anticipated to be issued as an Indefinite Delivery/Indefinite Quantity (ID/IQ). Contract scope includes operations and maintenance support of the MRMSS, MRMSS engineering upgrades and MRMSS system engineering enhancements. Specifics of anticipated system upgrades and enhancements are unknown at this time. DISCLAIMER: This is a sources sought for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the government. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred. This notice does not obligate the Government to award a contract. Marketing brochures and/or generic company literature will not be considered and should not be sent in response to this survey. This is a sources sought announcement, as such, no correspondence will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response of this synopsis or any follow up information requests. Failure to respond will not prevent a potential offer for participation in future solicitations. CONTRACT/PROGRAM BACKGROUND: Contract Number: D12PC70004 Contract type: Commercial Contract Type: Single award, Indefinite Delivery/Indefinite Quantity (ID/IQ) consisting of Firm Fixed-Price and Labor Hour line items for services Incumbent: Accenture Incumbent Business Size: Large Business Method of previous acquisition: Fair Opportunity Current North American Industry Classification System (NAICS) code and size standard: 541519/27.5M Current Product Code: D399 Brief description of the Current program/effort: The Office of Natural Resources Revenue (ONRR) is an office under the Assistant Secretary for Policy, Management and Budget within the Department of the Interior. The ONRR is responsible for the efficient, timely, and accurate collection and disbursement of all royalty payments, rentals, bonuses, fines, penalties, assessments, and other revenue due the Federal Government, Indian Tribes and allottees, States and the American people from the leasing and production of natural resources from Federal and Indian lands onshore and the Outer Continental Shelf. This effort is one of the Federal Government ¿s greatest sources of non-tax revenues. The ONRR collects, accounts for, and disburses more than $10 billion in revenues annually from Federal offshore mineral leases and from onshore mineral leases on Federal and Native American lands. The systems, hardware and software covered by the Draft MRMSS O&M Performance Work Statement (PWS) attached to this sources sought announcement are referred to as the Minerals Revenue Management Support System (MRMSS). The MRMSS supports the accounting, auditing, compliance and analysis necessary for the collection and distribution of the mineral royalties. The MRMSS is a highly integrated system including 20 difference applications utilizing ADF, COBOL, Java,.Net, PeopleCode and SQL all in an Oracle engineered system environment. Anticipated Solicitation Date: 1st quarter of Fiscal 2017 Anticipated Award TimeFrame: Contract Award NLT March 31, 2018. Place of Performance: The contract is anticipated to be performed at the Government site, the Denver Federal Center, Lakewood, Colorado. Required Capabilities: Support activities for MRMSS O&M include: 1.Operations, support and maintenance 2.Emergency Preparedness\Disaster Recovery 3.Inventory Control/Government Furnished Property and Equipment 4.Software Licenses and Maintenance Agreement Support 5.Client Application management 6.Security Services 7.Quality Assurance for Software development 8.Continuity of Operations Plan 9.MRMSS Network Connectivity 10.MRMSS Internal/External Audit Support. The above list is a high level listing of the required O&M services; however a more detailed description can be found in the MRMSS O&M Performance Work Statement (PWS) and Exhibits accompanying this RFI. Technical Exhibit (TE) Attachments: TE-01 ¿ System Decomposition and Description TE-02 ¿ System Interconnects, Interfaces, and Interdependencies TE-03 ¿ Minimum Technical Subject Matter Experts (SME) Skill Sets Required to Support MRMSS TE-04 ¿ IT Hardware and Application Software Inventory TE-05 ¿ Network Administration, Engineer Maintenance, and Software TE-06 ¿ Deliverables and MRMSS Batches TE-07 - References and Links TE-08 ¿ Performance Requirements Summary Matrix The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519, (Other Computer Related Services) with the corresponding size of $27.5M. This Sources Sought Synopsis is requesting responses to the following criteria from large and small business that can provide the required services under the NAICS Code. To assist AQD/ONRR in making a determination regarding a 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 venture (JV), subcontracting or partnering to meet each of the requirements areas contained herein. This includes response from qualified and capable Small business, 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. All information provided will be given consideration and may influence the development of future proposal requests. SUBMISSION INSTRUCTIONS: Responses shall include: Section 1: 1)Business name and address; 2)Name of company representative and their business title; 3)Type of Business 4)DUNS number 5)Cage Code 6)Past Performance history providing O&M support in a Federal environment of similar size and scope to the MRMSS system. 7)Past Performance history supporting Oracle Engineered systems in a Federal environment of similar size and scope to the MRMSS system. 8)Contract vehicle that would be available to the Government for the procurement of the service to include General Service Administration (GSA), 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.) 9)Identify your Business Size and confirm your business size with the appropriate NAICs code 541519, (Other Computer Related Services) with the corresponding size of $27.5M 10)Indicate whether you will have to partner with other companies to successfully perform this requirement. Section 2: Capability Statement: a brief capabilities statement package (no more than five (5) pages) demonstrating ability to perform the services listed in the attached MRMSS O&M PWS and Exhibits. Documentation should be in bullet format. Any organization responding to this sources sought notice are directed to send your response via email no later than 3:00PM Mountain Standard Time (MST) on March 31, 2015 to Joseph A Shively, Contracting Officer at joseph_a_shively@ibc.doi.gov. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. No classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non ¿proprietary technical information in any resultant solicitation(s). Please be advised that all submissions become Government property and will not be returned. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing RFI responses will have signed a non-disclosure agreement and understand their responsibility or proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3399ea49cd9be9b88f7c19911d4277c3)
 
Record
SN04017789-W 20160213/160211234359-3399ea49cd9be9b88f7c19911d4277c3 (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  © 1994-2020, Loren Data Corp.