Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2017 FBO #5572
SOURCES SOUGHT

R -- Enterprise Management Tool (EMT) - Draft PWS

Notice Date
2/22/2017
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HEC, Ft. Belvoir, Attn: CEHEC-CT, 7701 Telegraph Road, Alexandria, Virginia, 22315-3860, United States
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ-SN-0007
 
Archive Date
3/24/2017
 
Point of Contact
Justin C Balster, Phone: 7034287105
 
E-Mail Address
Justin.C.Balster@usace.army.mil
(Justin.C.Balster@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
MARKET RESEARCH Request for Information (RFI) W912HQ-SN-0007 Enterprise Management Tool (EMT) THIS IS A SOURCES SOUGHT NOTICE FOR THE UNITED STATES ARMY CORPS OF ENGINEERS (USACE), INSTITUTE FOR WATER RESOURCES (IWR) IN ALEXANDRIA, VA. This announcement is made by the US Army Corps of Engineer's Humphreys' Engineer Center Support Activity (HECSA), the IWR's cognizant Contracting Office, and is part of a market research effort to assess industry capabilities that will best address the Government's needs with regard to the planned execution of the Enterprise Management Tool (EMT) requirement for support maintenance, data file updates and functionality development for the current EMT which includes two components consisting of a Project Management Tool and a Dashboard. It is anticipated that this effort will result in the award of a single contract with a Base Year plus two (2) Option Years. The total estimated number of man-hours for this requirement is 4,359 for the base year and 11,497 hours for a base and two (2) option years. HECSA is seeking information on companies that have the capability to provide EMT support services that is generally not available within the USACE. The scope of this effort is intended to encompass all aspects of the Civil Works Navigation mission area and other mission areas that connect with Navigation (including Flood Risk Management, Aquatic Ecosystem Restoration, Hydropower, Regulatory, Recreation, and Water Supply, etc.) as well as support to this USACE mission. The primary contractor support services required are in the following performance area requirements (functional areas) within the draft PWS: 1. Routine Maintenance (PWS Part 5.1) 2. EMT Modifications (PWS Part 5.2) 3. Data Updates (PWS Part 5.3) 4. Control Panel (PWS Part 5.5) 5. CAC Access (PWS Part 5.6) 6. Documentation (PWS Part 5.7) USACE is requesting two (2) specific areas of information be supplied by interested vendors: 1. Comments and Suggestions for the Draft Performance Work Statement (PWS) which has been uploaded as Attachment # 1. 2. Capability Statements in response to this RFI, which should include as a minimum the following: a) A description of the capabilities that demonstrate the interested firm's ability to support the multiple functional areas listed above, [limit 3 pages] b) A description of company history with regard to (a) how multidisciplinary experience was obtained or developed and (b) types and/or combination of types of awarded contract vehicles (e.g. Cost Reimbursement, IDIQ, Fixed Price, Fixed Price Level of Effort, Time & Materials, etc.). Please submit contract numbers for any completed/in-progress contract of similar work.[limit 10 pages]; c) A description of the degree of teaming needed to meet the requirements listed above, including an estimated percentage of subcontracted partners[limit 1 page]; d) Brief discussion of Key Personnel and their experience with the functional areas. e) Identify whether you are a small or large business with regard to the North American Industry Classification System (NAICS) Code 541519, Other Computer Related Services. This synopsis is for information and planning purposes only, does not constitute a solicitation, is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. In accordance with FAR 15.201(e), responses to this RFI are not offers and will not be accepted by the U.S. Government to form a binding contract. Respondents will not be notified of the results of the evaluation of the capability statements received. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be posted at the FedBizOpps website. It is the potential offeror's responsibility to monitor the FedBizOpps website for the release of any synopsis or solicitation that may result from this market research. Information collected through this announcement will be reviewed by individuals from the US Army Corps of Engineers. Capability statements shall be limited to no more than seven pages and sent directly to: justin.c.balster@usace.army.mil. Only electronic responses will be accepted and shall be submitted no later than 9 March 2017. PHONE CALLS WILL NOT BE ACCEPTED, VOICE MAIL MESSAGES LEFT WILL NOT BE RETURNED, AND EMAILS RECEIVED WILL NOT BE RESPONDED TO. Point of Contact Justin C Balster, Contract Specialist, Phone 703-428-7105, Email justin.c.balster@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-SN-0007/listing.html)
 
Record
SN04410380-W 20170224/170222234710-9b1bef89d05ab1744bc5c3765dca91be (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.