Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SOURCES SOUGHT

T -- This is a request for Information Only (RFI). The National Geospatial-Intelligence Agency (NGA) is investigating industry capabilities to support their Aeronautical Text Production, Training and Source Processing Systems follow on contract. - SOW for Aeronautical Text Production

Notice Date
5/25/2017
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, OCSW - GEOINT/Enterprise Operations, Attn: OCSW Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238, United States
 
ZIP Code
63010-6238
 
Solicitation Number
Janus_Aero_Text
 
Archive Date
6/21/2017
 
Point of Contact
Pamela A. Laws, Phone: 314-676-0182, Yolanda V Bent, Phone: 314-676-0178
 
E-Mail Address
pamela.a.laws@nga.mil, yolanda.v.bent@nga.mil
(pamela.a.laws@nga.mil, yolanda.v.bent@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
Janus Aeronautical Text Product SOW with Appendices A-L REQUEST FOR INFORMATION Aeronautical Text Production, Training and Source Processing National Geospatial-Intelligence Agency (NGA) POSTED DATE: 25 May 2017 RESPONSE DATE:6 June 2017 CONTRACTING OFFICE: National Geospatial-Intelligence Agency Pamela A. Laws & Yolanda V. Bent, MS: L-013 3838 Vogel Road, Arnold, Missouri 63010 This announcement is for information purposes only. The suggested North American Industry Classification System (NAICS) code is 541370. The Government seeks to identify interested Offerors for this potential procurement action and to gather information that may influence the shape of any future Request for Proposal (RFP). This announcement does not constitute an RFP and it does not restrict the Government to any ultimate acquisition approach or strategy. This announcement does not represent a commitment by the Government in any form. The Government will not pay for any information that is submitted by respondents to this announcement. This is not a request for proposals, quotations or bids. 1.0Description & Purpose The National Geospatial-Intelligence Agency (NGA) is investigating industry capabilities to support their Aeronautical Text Production, Training and Source Processing Systems follow on contract. Please refer to the attached Statement of Work (SOW) and all appendices for the actual requirements 2.0Background THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a RFP or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, NGA is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI - all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. 3.0 Information Required Request interested and qualified sources address the following in accordance with the submittal instructions below: •Relevant Corporate Knowledge/Experience •Identify related Text Production like efforts they are CURRENTLY under contract with other government agencies or commercial entities. •Identify any Aeronautical Product Finishing, Sources Processing, FLIP DVD, Aeronautical Application and Delivery for the Aero-spatial/Aeronautical Web Service training efforts they are CURRENTLY under contract with other government agencies or commercial entities and all proficiencies, experience and capabilities to do such training. •Identify and demonstrate (in writing) vendor's capabilities to meet all of the requirements listed within the SOW. •Provide a corporate capability statement that describes how your processes address each of the criteria listed in the attached Statement of Work. Please include any capabilities that your company could offer that directly support the aeronautical safety of navigation tradecraft. •Provide answers to the following questions regarding possible Small Business opportunities: oWhat business type are you? oDo you have a GSA vehicle? If yes, provide the contract number. oAre you aware of clause FAR Part 52,219-14, Limitation of Subcontracting? oAre you interested as a prime or subcontractor? If you answer yes as a subcontractor, if there was a piece carved-out for small businesses or an opportunity to be a designated small business prime instead of a subcontract, would you be interested in the designated Prime opportunity? oCan you perform all the required work? oWhat portion of the work could be set-aside for small businesses? oCan two or more small businesses through teaming or Joint Venture, etc. perform the work? If so, what portion of the work could be set-aside for small businesses? oWould this requirement be suitable as a "prime of primes" strategy? Basis of the prime of prime's concept is when small businesses are not capable of performing the entire SOW, PWS, or SOO but are able to perform portions of the SOW. If you answer yes, what methods would be used to control duplication in the areas of contract management and others cost areas. oWould you propose on this requirement if released? oIs there another suggested NAICS code? If yes, please provide. • The RFI Response shall include the following: i. Business name, address, telephone, fax, email address, website address (if any), CAGE code and DUNS number, the full name of a company point of contact (POC), POC email address, POC telephone number and POC fax number. ii. Business Size in accordance with NAICS Code 541370 (in addition, any small disadvantaged business designations). 4.0 Submittal Instructions Submissions to this RFI are due no later than 5:00 p.m. CT time on 6 June 2017. Potential Offerors not responding to this announcement will not be precluded from any further participation. All questions in response to this RFI whether general or technical shall be submitted via e-mail to Pamela A. Laws and Yolanda V. Bent no later than 12:00 p.m. Central time, on 31 May 2017. The Government will endeavor to respond to all questions. Valid questions and responses will be posted without reference to the company submitting the question, for all interested parties to review. Responses will be posted to this RFI in FedBizOpps by close of business on 2 June 2017. Request submissions to this RFI be provided in a word document format. To aid government review, submissions are limited to no more than 20 pages. A page is defined as each face of an 8-1/2 X 11 inch sheet with information contained within an image area of 7 X 9 inches. Type size shall be Arial 10-point proportional font. Briefings and/or briefing charts in lieu of written responses are not acceptable. The respondent shall screen all emails for computer viruses prior to submittal. Future communications as a result of this RFI posting will be submitted through the IC Acquisition Research Center (ARC) website (https://acq.westfields.net). 5.0 Industry Exchange Meetings As deemed appropriate, the Government may elect to conduct industry exchange meetings after receipt of contractor responses to this announcement. POINTS OF CONTACT Pamela A. Laws Contracting Officer (314) 676-0182 Pamela.A.Laws@nga.mil Yolanda V. Bent Contracting Officer (314) 676-0178 Yolanda.V.Bent@nga.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/Janus_Aero_Text/listing.html)
 
Place of Performance
Address: 3838 Vogel Road, Arnold, MO 63010, Arnold, Missouri, 63010, United States
Zip Code: 63010
 
Record
SN04521965-W 20170527/170525235944-cd21d0622af5b25dff43af7f4ff35e31 (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.