Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2017 FBO #5713
SOURCES SOUGHT

R -- Facility Management System (FMS) Administration and Data Management

Notice Date
7/13/2017
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-17-SS-1178422
 
Archive Date
8/8/2017
 
Point of Contact
Kimberly m Davis, Fax: 301-827-7101, James G. Whitt, Phone: 2404027627
 
E-Mail Address
kimberly.davis@fda.hhs.gov, james.whitt@fda.hhs.gov
(kimberly.davis@fda.hhs.gov, james.whitt@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this sources sought synopsis is to gain knowledge of potential qualified small business sources and their size classifications (i.e., HUBZone 8(a), 8(a), HUBZone, Service-Disabled Veteran-owned, Veteran-Owned, Women-Owned, and Small Disadvantaged Business) relative to the North American Industry Classification System (NAICS) 541690, "Other Scientific and Technical Consulting Services" ($15.0 million size standard). Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources. Only small business sources should respond to this sources sought synopsis. Project Title: Facility Management System (FMS) Administration and Data Management Background: In response to Executive Order 13327, Federal Real Property Asset Management, the Food and Drug Administration (FDA) implemented an automated Facility Management Systems (FMS) to track facilities and report to the Department of Health and Human Services (HHS) quarterly. U.S. population growth and demographic trends continue toward an increasingly aged and longer-lived population with attendant increasing health care expectations and needs. Consequently, the volume and scope of FDA services continues to increase. FDA staff increases to meet these needs continue to grow year after year, with the immediate cause being user fee legislation and other drivers. Simultaneously, government policy in the interest of budget limitation, space use efficiency, and environmental stewardship limit the FDA's ability to acquire additional space to house staff. FDA relies on the FMS data to support requests for additional space and for daily space management in existing facilities. The current FMS is ARCHIBUS. FDA currently uses the following ARCHIBUS modules: Real Estate Portfolio Management, Space Planning & Management, Building Operations, and Extensions & Frameworks. FDA may implement additional modules in the future. The FMS has become the system of record for personnel location and is an integral part of facilities strategic planning for the Agency. ARCHIBUS has a 2-way information flow with FDA's enterprise personnel system. FDA is currently using version 21.3 in ARCHIBUS Smart Client, ARCHIBUS Web Central, and the Smart Client Extension for AutoCAD. After the award of this contract, FDA may upgrade to new versions as they are released. Project Description: The contractor will be required to provide support services in the form of system administration, software installation and implementation, data maintenance, user guides, user training, and continued implementation of an automated facility management system (i.e., ARCHIBUS); support project teams involved in space planning, alteration, construction, and repair projects for facilities owned and/or operated by FDA; provide the computer-aided design (CAD)/computer-aided facility management (CAFM) administration for FDA; and provide helpdesk support to end users. Summary of Requirements: The contractor will be required to work in coordination with and under the direction of Office of Facilities Engineering and Mission Support Services OFEMS staff to: Provide continual FMS administration and support with minimal system lag; meet FDA information technology (IT) system and reporting requirements; ensure accurate and timely responses to Federally mandated reporting; provide real-time end-user assistance, trouble shooting, and any requested data; communicate system changes and provide training; provide comprehensive project plans for FMS solutions; and complete additional FMS tasks as required. The period of performance is anticipated to be a base year and 2 option years, beginning September 21, 2017. The current contract is being performed by Kaley Consulting. Your responses to the questions provided below will assist the Government in selecting the appropriate acquisition method. Page limit: Maximum 15 pages (font size - Times New Roman 11 or larger). A copy of the company capability statement will also be accepted (but not in place of providing responses to the questions). After review of the responses received, a combined synopsis/solicitation may be published in the Federal Business Opportunities. Responses to this notice must include company name, address, point of contact, size of business pursuant to the NAICS code, and must respond to the following questions: 1. Is your business a small business under the NAICS code? 2. Does your firm qualify as a small disadvantaged business? 3. If disadvantaged, specify if your firm is certified under Section 8(a) of the Small Business Act. 4. Are you considered a certified HUBZone firm? 5. Are you considered a woman-owned or operated business? 6. Are you a certified Service-Disabled Veteran-Owned or Veteran-Owned business? 7. Please provide evidence that your organization is a current authorized ARCHIBUS business partner in good standing, and can demonstrate the appropriate skills in the current version of the software, especially with the features and functionality the FDA is deploying (i.e., the real property and lease management, space management, building operations, overlay with design management for AutoCAD, hoteling, preventive maintenance, on-demand work, service desk, strategic master planning, and portfolio forecasting modules). 8. Provide evidence of your organization's familiarity with the reporting requirements imposed by the Federal Real Property Council (FRPC). 9. Provide information regarding your organization's demonstrated experience working with other Federal agencies in the area of space management and real property asset inventory management. 10. Provide information regarding your organization's demonstrated experience working with Federal clients using the ARCHIBUS product, as well as describing specific project experience with the ARCHIBUS product. This is not a request for proposals and in no way obligates the Government to award any contract. Responses to this notice can be mailed to: U.S. Food and Drug Administration Attn: Kimberly W. Davis Office of Acquisitions and Grant Services 5630 Fishers Lane, Room 2107 Rockville, MD 20857 Electronic mail responses will also be accepted at: kimberly.davis@fda.hhs.gov. Telephone responses will not be accepted. Responses must be received in writing, by no later than July 21, 2017, 4:30 PM, Eastern Time. No solicitation is currently available. Responses to this sources sought synopsis will not be considered adequate responses to the solicitation, a request to be added to a prospective offerors' list, or a request to receive a copy of the solicitation. Reference No. 1178422.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-17-SS-1178422/listing.html)
 
Place of Performance
Address: The majority of project locations will be related to office space in the Washington, D.C. National Capital Region FDA Headquarters (HQ), including but not limited to Montgomery County and Prince George’s County, Maryland. Additional project locations may include FDA owned or leased facilities throughout the United States., United States
 
Record
SN04578888-W 20170715/170713235846-c4eaf6177aa326b144819a3652ab21af (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.