Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
MODIFICATION

D -- NGA Pre-Solicitation Notice for Sustainment for Analytic Services Contract Acquisition - Solicitation 3

Notice Date
7/18/2018
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, OCSA - Application & Content Delivery, Attn: OCSA Mail Stop S84-OCSA, 7500 Geoint Drive, Springfield, Virginia, 22150, United States
 
ZIP Code
22150
 
Solicitation Number
HM047618R0018
 
Archive Date
8/31/2018
 
Point of Contact
Marc M. Lesser, Phone: 571-557-2454
 
E-Mail Address
Marc.M.Lesser@nga.mil
(Marc.M.Lesser@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation HM0476-18-R-0018 Amendment 0001 Amendment 0001 to NGA Solicitation for Sustainment for Analytic Services Contract Acquisition HM047618R0018. This Amendment does NOT change Proposal due dates. The following revisions (highlighted in YELLOW in the attached PDF file) are made to the Solicitation. 1 - Section B.1 Supplies or Services/Prices, Contract Line Item 2003, Sustainment for Analysis Services Maintenance and Test Environment (MTE), the Period of Performance is corrected to read: "11/01/2020 to 10/31/2021". 2 - Section L.1, Instructions, Conditions, and Notices to Bidders, and L.10.2, Text, provided different requirements for Proposal minimum type size font. Section L.1 is incorrect. The correct type/sizing is as stated in Section L.10.2: "Proposals must be prepared using the standard 12-point Times New Roman font. Text lines must be single-spaced, and must not exceed 46 lines per column, per page, including headings." 3 - In Solicitation HM0476-18-R-0018, Attachment L-6, Appendix 3-C, Past Performance Questionnaire, Part 2-Direct Input Assessment, the due date was incorrectly stated. The due date in the second paragraph of Attachment L-6 should read 13 August 2018, in accordance with Section L.11.2, Proposal Due Date - Past Performance Volume 3 and Security Volume 4. A revised Attachment L-6 dated 17 August 2018 is provided (filename RFP_Atch_L-6_SAS_PastPerformanceQuestionnaire_2018 -07-17R1). 4 - Section L.10.7.6, Cost Information, is inconsistent with Section L.13.1.7 (Cover Letter) and Section L.10.7.2, Electronic File Compatibility. Section L.10.7.6 states: "Cost information shall be only be included in the Cost volume and submitted using appropriate PC Microsoft Office version applications. Do not use the Apple/Mac version of these programs. Numerical pricing data shall be submitted using Microsoft Excel 2016." Section L.10.7.6 is revised to state: "...shall be only be included in the Cost volume and Cover Letter (reference Standard Form 33 Section B), and submitted..." and "...Microsoft Excel 2010." 5 - Section L.15.2, Response to Sub-Factor 1.2 (Staffing Plan), requires offerors to submit Table L-3 Skill Matrix. The requirement for Table L-3 is revised to submit this Table as a separate Excel spreadsheet as Appendix 2-J. Appendix 2-J is added to Section L.9.5, Table L-1 Proposal Organization Table. Appendix 2-J has no page limitation. 6 - Section L.27.3, CLIN Structure, Section 27.3.1, CLIN 0001 and L.27.3.3, CLIN 0003, the contract type is corrected to read: "Cost-Plus Fixed-Fee Term". 7 - Section M.5.3, Evaluation Criteria Descriptions, Sub-Factor 1.4: Small Business Participation Plan, in the first paragraph the Section I citation is corrected to read: "I.133". Three (3) inconsistencies have been noted in the Solicitation. 1 - Section L.1, Instructions, Conditions, and Notices to Bidders, and L.10.2, Text, provided different requirements for Proposal minimum type size font. Section L.1 is incorrect. The correct type/sizing is as stated in Section L.10.2: "Proposals must be prepared using the standard 12-point Times New Roman font. Text lines must be single-spaced, and must not exceed 46 lines per column, per page, including headings." 2 - In Solicitation HM0476-18-R-0018, Attachment L-6, Appendix 3-C, Past Performance Questionnaire, Part 2-Direct Input Assessment, the due date was incorrectly stated. The due date in the second paragraph of Attachment L-6 should read 13 August 2018, in accordance with Section L.11.2, Proposal Due Date - Past Performance Volume 3 and Security Volume 4. A revised Attachment L-6 dated 17 August 2018 is provided (filename RFP_Atch_L-6_SAS_PastPerformanceQuestionnaire_2018-07-17R1). 3 - Section L.10.7.6, Cost Information, is inconsistent with Section L.13.1.7 (Cover Letter) and Section L.10.7.2, Electronic File Compatibility. Section L.10.7.6 states: "Cost information shall be only be included in the Cost volume and submitted using appropriate PC Microsoft Office version applications. Do not use the Apple/Mac version of these programs. Numerical pricing data shall be submitted using Microsoft Excel 2016." Section L.10.7.6 is revised to state: "...shall be only be included in the Cost volume and Cover Letter (reference Standard Form 33 Section B), and submitted..." and "...Microsoft Excel 2010." NGA appreciates Industry's input and continued interest in the SAS Acquisition. Solicitation Notice HM0476-18-R-0018 for Sustainment for Analysis Services Contract Acquisition NAICS 541511, Product Service Code D308 The National Geospatial-Intelligence Agency (NGA) is providing this Solicitation Notice of the release of the Final Solicitation / Request for Proposal (RFP) HM0476-18-R-0018 for the Sustainment for Analysis Services (SAS) Contract Acquisition Program requirement (formerly called Sustainment for Analytic Services). A single award cost-plus fixed-fee contract will result from this Solicitation. The anticipated awarded contract will have a one (1) 1-year Base Period and four (4) 1-year Option Periods. The notional start date is 01 November 2018, subject to adjustment based on the actual contract award date. This Solicitation / RFP is in follow-up to the 18 April 2018 and 08 June 2018 NGA Pre-Solicitation Notice HM0476-18-R-0018. In accordance with RFP Section L.11, PROPOSAL SUBMISSION INSTRUCTIONS, two part Proposals are due no later than (NLT) 1500 local Eastern Standard Time (EST) on 27 August 2018 (see RFP Section L.11.1) and NLT 1200 local EST (Noon) on 13 August 2018 (see RFP Section L.11.2). The North American Industry Classification System (NAICS) code for this acquisition is 541511, Custom Computer Programming Services. The Product Service Code is D308, IT and Telecom-Programming. There is no small business set-aside for this acquisition. BACKGROUND: NGA currently maintains mission critical and mission essential legacy software systems, applications, and databases that provide the Analytic Services components of the current National System for Geospatial Intelligence (NSG) architecture. These software systems and applications include: Commercial - Joint Mapping Tool Kit (CJMTK) DishTrak Graphical Exploitation and Reporting Tool (GERT) Geospatial Observable Web Kit (GOWK) GEOINT Review of Imagery Products (GRIP) Integrated Exploitation Capability (IEC) Spatio-Temporal Analytic Research Environment (STARE) Target Monitoring Assistant (TMA) Target Management System (TMS). The SAS Contract will provide Operations and Maintenance support for the Application Service Provider components of the operational NSG systems, applications, and data repositories. NGA invites Parties interested in pursuing this effort, either as the Prime Contractor or as a Subcontractor, to provide comments and/or submit questions in response to the Solicitation. Responders should provide specific company, division information, NAICS business size and CAGE code, DUNS number, as well as a point of contact, email address and phone number. Responders should also indicate if they anticipate participating in the SAS Acquisition as a Prime or Subcontractor. Responses should be prepared in MS Word 2016 (or a previous compatible version) or PDF format (compatible with Adobe Reader XI). Respondents may submit unclassified responses electronically to marc.m.lesser@nga.mil or using U.S. Mail to National Geospatial-Intelligence Agency, 7500 GEOINT Drive, Springfield, VA 22150-7500. Responses should be marked ATTN: Marc Lesser, M/S S84-OCSA. Respondents with classified responses are required to submit them electronically through the Classified Acquisition Research Center (Classified ARC). The ARC address is https://acq.nro.ic.gov. Select "View Current Efforts" from the "ACQUISITIONS" section and select "NGA Sustainment for Analysis Services Contract". Select the "Q&A" TAB and follow the instructions to upload your electronic response. Please be advised the Government will review all responses and/or questions; however, while NGA will endeavor to respond to comments and questions, the Government reserves the right not to respond if deemed in the Government's best interest. Unclassified responses (if provided) will be posted on FedBizOpps. Classified responses (if provided) will be posted on the Classified ARC. In order to submit a classified response on the Classified ARC you must have a TS/SCI clearance. Instructions on how to access the Classified ARC are in the Solicitation, Section L.8, Information to Offerors. To log into the Classified ARC, visit https://acq.nro.ic.gov/ from a TS network such as NMIS, NSAnet, CWE, AWAN, CWAN, JWICS, etc. If you do not have access to a TS network but possess a TS/SCI clearance, you can arrange a visit to the NRO reading room by calling 703-230-6100. The SAS Contract Bidders Library is hosted on the Classified ARC under "NGA Sustainment for Analysis Services Contract". Notice to Offerors. The award of this contract will require the contractor to provide continuing advice to the Government. For example, in Attachment 1 of the Solicitation, Statement of Work, under Paragraphs 4.2.1.5 (Evaluation of Alternatives) and 4.2.2 (Software Maintenance), the contractor will be required to advise the Government on current or future software. This advice raises the potential for an actual impaired objectivity organizational conflict of interest (OCI) because the contractor could be required to provide advice to the Government on software it developed and has a financial interest in. This advice also raises the potential for an actual impaired objectivity OCI because the contractor could be required to provide advice to the Government on software its competitors developed. An impaired objectivity OCI is generally considered to be un-mitigatable and as such, the contractor MAY NOT have a financial interest in the software in which it advises NGA under this contract. Nevertheless, the contractor (or offeror) may present a proposed mitigation plan concerning exactly how the contractor (or offeror) intends to mitigate the impaired objectivity OCI to the Contracting Officer. If the mitigation plan is presented by an offeror, the Contracting Officer will consider the proposed plan prior to contract award (reference Solicitation Section H.3 and Section L.13.1.12). This Solicitation / RFP shall not be construed as a commitment by the United States Government to make an award. The Government reserves the right in its sole discretion to award no contract at all, depending on the quality of the proposals, the availability of funding, program risks, and the continued existence of the requirement and other Government needs. The Government would like to thank all respondents in advance for expending the time and resources in support of this effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCM-WD-51/HM047618R0018/listing.html)
 
Place of Performance
Address: National Geospatial-Intelligence Agency, 7500 GEOINT Drive, Springfield, Virginia, 22150-7500, United States
Zip Code: 22150-7500
 
Record
SN04997492-W 20180720/180718231221-e2e1697a87ecb61fa9be5c1856d90cb0 (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.