Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOURCES SOUGHT

R -- Cost Estimating Systems and Tools

Notice Date
8/11/2017
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA17I0071
 
Archive Date
9/2/2017
 
Point of Contact
Patrick T. Dermidoff, Phone: 571-345-0589
 
E-Mail Address
dermidoffpt@state.gov
(dermidoffpt@state.gov)
 
Small Business Set-Aside
N/A
 
Description
1.Purpose This is a Request for Information (RFI) as outlined in FAR 15.201(c) (7). The purpose of this RFI is to accomplish market research regarding technical security equipment and systems pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify businesses capable of performing the functions described herein. The government is requesting information regarding the availability and feasibility of attracting new equipment providers to support the requirements of the Department of State, Bureau of Overseas Buildings Operations (OBO), Information Resource Management Division (IRM), as described in this RFI. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the below-listed services in the future. Responders are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation. 2. Background The Bureau of Overseas Buildings Operations (OBO) directs the worldwide overseas building program for the Department of State and the U.S. Government community serving abroad under the authority of the chiefs of mission. In concert with other State Department bureaus, foreign affairs agencies, and Congress, OBO sets worldwide priorities for the design, construction, acquisition, maintenance, use, and sale of real properties and the use of sales proceeds. OBO's mission is to provide safe, secure and functional facilities that represent the U.S. government to the host nation and support our staff in the achievement of U.S. foreign policy objectives. These facilities should represent American values and the best in American architecture, design, engineering, technology, sustainability, art, culture, and construction execution. In support of these responsibilities, OBO has been using custom developed COST Estimating System comprised of different software tools which include SAGE Timberline, EOS Navigator, EOS Advisor and EOS Explorer. This effort includes OBO's BMIS application integration of parametric cost estimating models allows planners and cost estimators to both develop better estimates and quickly modify estimates based on changing requirements. OBO is seeking to maintain existing Cost Estimating Systems including upgrading to latest versions, training and develop new models as needed. 3.Prerequisites N/A 4.Requirements OBO is seeking information regarding the following segments: 4.1 Design Excellence Model Migration Describe your firm's experience with model migration (types of models). 4.2 Onsite System and Database Administration Support Describe your firm's experience with onsite system and database administration support. 4.3 Training Discuss the types of training offered and the type (webinars, onsite etc.) 4.4 Development Consulting Services Describe the type and levels of consulting services provided by your firm in support of your designated product(s). 4.5 Technical Support and Program Management Describe the level of technical support provided by your firm in support of your designated product(s). 4.6 Eos Navigator, Eos Advisor, Sage Timberline, and Eos Publisher modifications Discuss your firm's experience working with Eos Navigator, Eos Advisor, and Eos Publisher modifications. 5.Instructions 5.1.Responses 5.1.1.Responses must be limited to 15 letter-size pages or less, in Microsoft Word or Portable Document format (PDF), using Times New Roman 12-point font. Include your company Data Universal Numbering System (DUNS) number, CAGE code (if applicable), company point of contact (POC) and your firm's relevant and appropriate NAICS code(s). 5.1.2.Respondents must indicate whether their firm is a small or large business. If small, indicate the classification. 5.1.3.Respondents must indicate whether they offer the required services on ANY Federal Supply Schedules. If so, please list the schedule numbers. 5.1.4.Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid DS, please segregate and clearly mark proprietary information. Please be advised that all submissions become the property of the Government and will not be returned 5.2.Formatting The responses should be in the following format/order: 1.General Business Information: Provide general information about your business, to include the information contained in Section 5.1, as well as any National Industrial Security Program clearance information. 2.Requirements: Address the requirements contained in Section 4.0; weight and detail paragraphs and bullets, as appropriate. 3.Experience: Provide experience, capabilities, contracts, and customer information, as appropriate. 4.Points of Contact: List one or more points of contact for your company. 5.Summary: Provide brief concluding remarks, as appropriate. 5.3.Restrictions on Response The government will not entertain telephone calls or questions for this RFI. 5.4.How to Respond Please submit your response no later than August 18, 2017, 1:00 PM Eastern Time, with electronic copies sent to the following points of contact: •Patrick Dermidoff: Contracting Officer - Dermidoffpt@state.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA17I0071/listing.html)
 
Place of Performance
Address: Arlington, Virginia, United States
 
Record
SN04625952-W 20170813/170811232654-201ac79f905b3bccc968ab89ae9a19f7 (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.