Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2011 FBO #3444
SOURCES SOUGHT

R -- Enterprise Military Housing (eMH) Hosting and Business Modules Support

Notice Date
4/28/2011
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247011R7020
 
Response Due
5/13/2011
 
Archive Date
5/28/2011
 
Point of Contact
Rochelle Lee, Contracting Officer
 
E-Mail Address
le.lee@navy.mil<br
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). THERE WILL BE NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a market research tool to determine whether to set-aside an acquisition for Enterprise Military Housing (eMH) Hosting and Business Modules Support services for small business concerns only. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command, Atlantic, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government ™s best interest. Any potential future acquisition is anticipated to be Cost plus Fixed Fee, Indefinite-Quantity/Indefinite-Delivery Contract (IDC) for the Enterprise Military Housing (eMH) Hosting and Business Modules Support. The Navy Housing Directorate (HSG) of Commander, Naval Installations Command (CNIC) provides life cycle program management support for all Navy family, bachelor, and privatization housing requirements worldwide. It supports the management, acquisition, modernization, repair and replacement of approximately 55,000 family housing units, capacity for approximately 100,000 unaccompanied personnel beds, and ancillary housing facilities throughout the Navy. The United States Marine Corp (USMC) housing directorate provides life cycle and program management support for all Marine Corps bachelor and family housing requirements worldwide. It supports the management, acquisition, modernization, repair and replacement of approximately 27,000 family housing units, capacity for approximately 100,000 unaccompanied personnel beds, and ancillary housing facilities throughout the USMC. The United States Army housing directorate provides life cycle and program management support for all Army bachelor and family housing requirements worldwide. It supports the management, acquisition, modernization, repair and replacement of approximately 100,000 family housing units, capacity for approximately 200,000 unaccompanied personnel beds, and ancillary housing facilities throughout the Army. Continuing efforts are required to support the necessary planning and decision processes to make the best possible use of scarce resources and provide the best possible service to military members and their families. These support services are provided to the Housing Directorate of CNIC, USMC, Army, installation housing offices, installation commanders, regional commanders, and other CNIC, USMC and Army functional representatives, and public and private sector service providers engaged to support the housing mission. In order to provide these support services, CNIC initiated an enterprise Military Housing (eMH) system that integrates existing system architectures and software applications, deters duplicity of data collection, and provides executive level tools for analysis and reporting, etc. During the course of this continuing effort, work may be required to integrate other Department of Defense (DoD) and U.S. government housing programs into some or all of the products and services included in this effort. Other housing programs may include, but not be limited to: the Air Force, Army National Guard, Air Guard and Coast Guard. The Navy shall be the system manager and technical manager for this effort. The overall objective is to continue to provide hosting and portal technical support and maintenance for eMH, a.mil web based integrated enterprise system that supports housing business processes and program management throughout the Navy, USMC, and Army. This effort requires partnering with other government programs and contractors to integrate modules and functionality into eMH supporting the eMH test and production environments, provide on-site systems analyst and program management support for Navy CNIC housing, provide technical and project management support for select eMH modules, to include General, Flag, Officer, Module (GFOM) Reports, Dashboard, Leasing, Housing Administration Learning Training System (HALTS), Policy, eMH Project Library, Housing Requirements Module (HRM), BASE Loading and Inventory and Utilization (I&U) and provide contractor technical support and systems integrators. The NAICS code of this procurement is 541511(size standard is $25,000,000). If a solicitation is issued, the solicitation will consist of a base year and two (2) one-year options totaling three (3) years of performance. Services/options are anticipated unless precluded by legislative language. The anticipated aggregate total of work to be issued for the award over the life of the contract term (base year plus two one-year options) shall not exceed the estimated maximum amount of $26,000,000. Statement of Capabilities Submittal Requirements: The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy ™s decision to set-aside this acquisition. Interested firms must submit a SOC, which describes, in detail, the firm ™s capability of providing services in relationship to the above requirements. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers); (4) statement of whether the firm is registered in the Department of Defense (DoD) Central Contractor Registration(CCR) database, include DUNS Number and CAGE CODE; (5) information on recent past projects (no more than three) that best illustrate your qualifications for this contract (within the last three years); As required by security and IA policies, an active Secret Security Clearance is required for any contractor staff directly accessing the network to conduct administrative work (including but not limited to; uploading code, database management and systems management). Additionally, Information Assurance Technical Certification (IAT) mandated by DOD 8570-01M is required for technical staff to include, but not be limited to, developers, database administrators, system administration and Senior Project Managers. As a result of these requirements, appropriate contractor staff shall possess an active Secret Clearance and IAT certification at time of award. To validate these requirements, contractors must submit the following information along with their statement of capabilities (SOC): (6) submission of a document that lists the full name(s) date(s) and place(s) of birth, citizenship, and social security number(s) of all contractor staff directly accessing the network to conduct administrative work. This separate document shall be wrapped in a sealed envelope that is addressed to NAVFAC Atlantic Security Officer and submitted with SOC. All documents showing individual ™s names or other personnel information including Social Security Numbers shall be controlled and protected. Additionally IAT certificates shall be submitted for all technical staff to demonstrate 8570 compliance. (7) Provide resumes (limited to 3 pages) for the following Key Personnel: A. Project Manager “ Position requirements: 1. Education: Minimum education, Bachelor Degree 2. General Experience: 6-7 years of Military Housing or comparable housing experience related to the overall objective of hosting and portal technical support and maintenance. This experience includes overseeing the production, design and program management of an enterprise system. 3. Job Description: Manage a diverse group of technical and functional information system specialist and financial and personnel project management. B. Systems Analyst (GFOM) “ (General, Flag, Officer, Module) Position requirements: 1. Education: Minimum education, Bachelor Degree 2. General Experience: 6-7 years of Military Housing or comparable housing experience related to the overall objective of housing and portal technical support and maintenance. 3. Job Description: Provide detailed systems management as well as analytical support for the GFOM and leasing modules and military financial systems as required to support the Flag and Leasing programs. Support rapid turnaround requests; coordination with higher authorities, and other military staff. C.Systems Analyst (HRM) - (Housing Requirements, Module) Position Requirements: 1.Education: Minimum education, Bachelor ™s Degree 2.General Experience: 6-7 years of Military Housing or comparable housing experience related to the overall objective Navy Housing and portal technical support. 3.Job Description: Provide IT maintenance and analytical support for the I&U module (Inventory Utilization), ensuring that the I&U module meets the Military standards and guidelines for software to ensure continued compatibility with eMH, prepare training and presentation materials and train users, provide technical, Helpline, and program management support, support the (HRM) eMH Housing Requirements Module, production, design and program management for I&U, HRM and Base Loading. (8) Subcontract management: -provide information on any proposed teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint ventures with 8(a) members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513). Prime contractors must note that a least fifty percent (50%) of the cost of contract performance incurred for personnel shall be expended for employees of the prime. Prime shall indicate whether it will perform and provide 50% or more of the work and personnel without relying on subcontractor. The Government reserves the right to request additional information as needed, from any and all respondents; (9) provision of a written statement as to your ability to perform work within the Continental United States (CONUS) and outside the Continental United Stated (OCONUS). The SOC must be complete and sufficiently detailed to allow for a determination of the firms qualifications to perform the defined work. The SOC must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and is limited to 15 single sided pages (including all attachments). Responses are due on, May 13, 2011, by 2:00 PM. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent by mail to the following address: Commander Naval Facilities, Atlantic, ACQ3 (ATTN: Mrs. Rochelle Lee), 6506 Hampton Blvd, Bldg. A, 1st floor, Room 1203, Norfolk, VA 23508-1278. Submissions must be received at the office cited no later than 2:00PM Eastern Time on May 13, 2011. Electronic submission of the statement of capabilities packages will not be accepted. DATA RECEIVED IN RESPONSE TO THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. NO CONTRACTS OR AWARDS WILL BE ISSUED AS A DIRECT RESULT OF THIS NOTICE. QUESTIONS WIL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247011R7020/listing.html)
 
Place of Performance
Address: CNIC, Navy Housing Office
Zip Code: Anacostia Naval Station, Bldg 168,
 
Record
SN02435434-W 20110430/110428234353-5b61b92e50acc440f4d3fe3269f66003 (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.