Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2023 SAM #7897
SPECIAL NOTICE

D -- RFI - United User Interface (UUI) Request for Information

Notice Date
7/10/2023 1:42:46 PM
 
Notice Type
Special Notice
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
PBS NCR OPER&MAINTENANCE CENTER 3 WASHINGTON DC 20407 USA
 
ZIP Code
20407
 
Solicitation Number
47PM0923RFIUUI
 
Response Due
8/7/2023 4:59:00 AM
 
Archive Date
08/22/2023
 
Point of Contact
Ericka M. Wilson, Andrew McElroy
 
E-Mail Address
ericka.wilson@gsa.gov, andrew.mcelroy@gsa.gov
(ericka.wilson@gsa.gov, andrew.mcelroy@gsa.gov)
 
Description
GENERAL INFORMATION Classification Original Set Aside: None Product Service� Code: DA10 - IT and Telecom - Business Application/Application� Development Software as a Service NAICS Code: 541513 - Computer Facilities Management Services Previously 561210 - Facilities Support Services Place of Performance: Nationwide Is this a Recovery and Reinvestment Act Action? No GENERAL INFORMATION: THIS IS A SOURCES SOUGHT NOTICE FOR THE PURPOSE OF MARKET RESEARCH ONLY - NO AWARD WILL BE MADE AS A RESULT OF THIS NOTICE.� DISCLAIMER This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.� GSA�s Public Buildings Service (PBS) is issuing this Request for Information (RFI) to (A) identify potential offerors and (B) request industry feedback.� The results from this RFI will be used to finalize the solicitation.� (A) The intent of identifying potential offerors allows this market research to determine� whether to set-aside all or any portion of this requirement for small and small disadvantaged business concerns including firms certified as U.S. Small Business Administration (SBA) 8(a), Historically Underutilized Business (HUB) Zone, Service Disabled Veteran Owned Small Business (SDVOSB), or Women Owned Small Business (WOSB). The North American Industrial Classification System (NAICS) code for this potential procurement is 541513 (Computer Facilities Management Services), with a Small Business Size Standard of $37.0 million. Additionally, this announcement seeks to learn of any joint ventures or mentor-protege agreements between elevator manufacturing companies which perform design, modernization, and construction and small businesses.� The link to populate information regarding your firm is included at the end of this announcement. The General Services Administration (GSA), Public Buildings Service currently intends� to award a national GSA-wide contract to support a unified solution. GSA conducts its business activities through 11 offices (known as GSA Regions) throughout the United States. These regional offices are located in Atlanta, Boston, Chicago, Denver, Fort Worth, Kansas City (Missouri), New York City, Philadelphia, San Francisco, Seattle (Auburn), and Washington, D.C.� A map of GSA Regions may be found via the following link: www.gsa.gov/about-us/gsa-regions� New England Region 1 - Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, Vermont Northeast and Caribbean Region 2 - Northern New Jersey, New York, Puerto Rico, U.S. Virgin Islands Mid-Atlantic Region 3 - Delaware, Maryland, Southern New Jersey, Pennsylvania, Virginia, West Virginia Southeast Sunbelt Region 4 - Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, Tennessee Great Lakes Region 5 - Illinois, Indiana, Michigan, Minnesota, Ohio, Wisconsin Heartland Region 6 - Iowa, Kansas, Missouri, Nebraska Greater Southwest Region 7 - Arkansas, Louisiana, New Mexico, Oklahoma, Texas Rocky Mountain Region 8 - Colorado, Montana, North Dakota, South Dakota, Utah, Wyoming Pacific Rim Region 9 - Arizona, California, Hawaii, Nevada Northwest/Arctic Region 10 - Alaska, Idaho, Oregon, Washington National Capital Region 11 - District of Columbia, Maryland, Virginia (B) The general scope of the Unified User Interface (UUI) Technology Service is a� contractor-developed, government site-hosted (on premise) or cloud based commercial-off-the-shelf (COTS) enterprise-wide utility management solution and all support for the configuration, implementation, operation, maintenance and performance of the solution. The Contractor will coordinate all technical implementation tasks with Government-designated support teams including server, application, network and/or security teams. This task includes the technical support, changes and architectural expertise to maintain the application in compliance with all existing GSA policies and guidelines.� Work Breakdown Structure (SEE ATTACHMENT, RFI ANNOUNCEMENT) Business Goals & Desired Outcomes: C.3.1.1 Empower building operator efficiencies with the ability to monitor actionable and key performance insights relevant to their role from disparate operational technologies through a single user interface.�� C.3.1.2 Equip building operators and managers with insights supportive of GSA goals for energy savings, emission reductions, and the extension of useful life of mechanical assets.�� C.3.1.3 Provide facility operations and management teams standardized view(s) of mechanical and energy systems including statuses, settings, faults and alarms.�� C.3.1.4 Identify opportunities for improved tenant comfort levels and indoor environmental quality (IEQ).�� Contract Structure & Execution Phases 5 year term, consisting of (1) Base Yr plus (4) optional renewal years The Government envisions three execution phases: Phase 1:� Obtain all security approvals to deploy a fully operational, secure, on-premise, unifying platform in GSA with all required connections to source-systems, graphics & views, as well as user administration, training & support for a to-be-agreed-upon initial number of sites within the GSAlink portfolio. Phase 2:� Iteratively enhance and extend views, functionality, training & support through balance of GSAlink sites (132 sites today). Phase 3:� Operate & Maintain a high-quality enterprise solution, fully configured, compliant, licensed, and integrated, with tier 1 through 3 level support.� On-going extension & enhancement of the platform as required by the Government. (C) A very notional draft Statement of Objectives has been created and attached to this announcement.� When the solicitation is released, vendors will be asked to submit a contractor created performance work statement in response to the final statement of objectives. Additionally, vendors may be asked to submit integrated master plans (4-5 level Work Breakdown Structures) and integrated master schedules for accomplishing the work.� Contract Requirements The period of performance for the proposed contract: base period with four (4) option periods. System for Award Management Registration (www.sam.gov) All contractors doing business now or in the immediate future with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration in the SAM database is www.sam.gov. All contractors interested in obtaining a copy of the anticipated future solicitation must be registered and up to date in the Government Point of Entry (GPE) www.SAM.gov . Responses to this Request for Information (RFI) Interested sources are invited to submit their answers in the UUI RFI questionnaire (�https://forms.gle/BNfSwT8EK2rWQnZN7 ) NO LATER THAN: August 7, 2023, at 07:59 A.M. EST. For any problems or questions about the link, please contact Ericka.Wilson@gsa.gov�. Ms. Wilson is out of the office (12-25 July), please try opening up the pdf document and going through the link in that document or copying the link from that document into a separate browser. If that does not work, please email andrew.mcelroy@gsa.gov and theodore.bonwit@gsa.gov for assistance. Please note, vendors who only provide proprietary systems will not be able to fully complete the questionnaire.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/93a2e15711c44ffbaf16732474e3453d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06741649-F 20230712/230710230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.