Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2010 FBO #2997
SOLICITATION NOTICE

70 -- The purpose of this effort is to merge Assessment System for Hazard Surveys (ASHS) and Munitions Survivability Software (MSS) software capabilities into the Explosives Safety Siting software module.

Notice Date
2/5/2010
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1205 Mill Road Building 850 Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6258310R0339
 
Response Due
2/21/2010
 
Archive Date
2/21/2010
 
Point of Contact
Phillip Wager (805) 982-1239 Phillip Wager at: phillip.wager@navy.milAndrea Brooks at: andrea.brooks@navy.mil
 
E-Mail Address
andrea.brooks@navy.mil
(andrea.brooks@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Facilities Engineering Service Center (NFESC), Port Hueneme, California, has the requirement for the effort to merge Assessment System for Hazard Surveys (ASHS) and Munitions Survivability Software (MSS) software capabilities into the Explosives Safety Siting (ESS) software module as well as to develop additional functionality not available in any of the software programs. Specific tasks are identified in the Automated Explosives Safety Site Planning Requirements Document (ASPRD) and in Section 5 of this document. The ESS software will be expanded to include expeditionary site planning tools provided in the ASHS and MSS software packages. Additional graphical data layers that can easily be created by users and extensive graphical editing commands will be added to allow users to create or update maps to account for rapidly changing circumstances in the field. Special tools will be added to allow the user to automate the siting of facilities represented by complex graphics. For example, measured distances between an above-ground magazine may be different, depending on whether the facility being sited is a potential explosive site (PES), or an exposed site (ES). Additional tools will be provided to allow quick and accurate siting of new facilities inside of existing development constraints and to account for reduced separation distances provided by barricade protection. New geospatial tools will be developed to assist a user to compare and update maps as they change over time. Tools will be provided to closely track changes to data so that configuration management is not lost when edits are made to copies of the 'official' map of record at any DoD installation. Extensive wizard help commands and training aids will be developed to assist users to quickly become proficient with the use of the software and to recall how to execute software commands when the software hasn't been used for an extended period of time. A standardized site approval submittal package format will be developed that will be the same for all Military Services. Tools for identifying and mitigating rule violations will be developed to allow the user to override violations as justified by Engineering Analyses, Terrain analysis, Risk Analysis, Grandfather Clauses, or other rationale. Prior to submitting a proposal please complete the Non-Disclosure statement (see attachment) and electronically submit to the Naval Facilities Engineering Service Center, Phil Wager (e-mail phillip.wager@navy.mil) for a copy of the ESS Source Code. An Indefinite Delivery/Indefinite Quantity (IDIQ), Firm-Fixed-Price, single award contract will be awarded. The ordering period will be for a period of five (5) years. This procurement is being processed in accordance with FAR 15, contracting by Negotiations using a Request for Proposal. This requirement is a 100% Small Business set-aside. Offers from other than small business concerns will not be considered. The North American Industry Classification System (NAICS) code is 541511. The Small Business Size Standard is $25 Mil. After proposals are evaluated, an award will be made with reasonable promptness to that responsible bidder to the Government, considering technical and the price-related factors included in the solicitation. When issued, the solicitation will be posted in the NAVFAC website at http: www.neco.navy.mil which uploads to http://www.fbo.gov (FedBizOpps). The websites are free and provide instructions for downloading the solicitation. Prospective bidders are responsible for downloading a copy of the solicitation from the NAVFAC website. It is anticipated that the solicitation will be issued on or about 22 FEB 2010; the closing date will be 30 days after posting. The cutoff date for questions will be 12 MAR 2010. In accordance with DFARS 252.204-7004, all firms must be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov prior to any award of a contract. They, also, must be registered in Online Representations and Certifications Application (ORCA) http://orca.bpn.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258310R0339/listing.html)
 
Record
SN02059003-W 20100207/100205234856-1b19bb61496dcaf7de9e625ccab2c1d0 (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.