Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2017 FBO #5854
SPECIAL NOTICE

D -- Operations, Maintenance, and Sustainment - PWS - Appendices - RFI

Notice Date
12/1/2017
 
Notice Type
Special Notice
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Satellite & Information Acquisition Division, SSMC2 11th Floor, 1325 East West Highway, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
Operations-Maintenance-Sustainment-(OMS)
 
Archive Date
12/30/2017
 
Point of Contact
Jeremy Peppler, Phone: 301-628-1362
 
E-Mail Address
Jeremy.Peppler@noaa.gov
(Jeremy.Peppler@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information Appendices Performance Work Statement OPERATIONS, MAINTENANCE, AND SUSTAINMENT REQUEST FOR INFORMATION INTRODUCTION This is a Request for Information (RFI). In preparation for upcoming anticipated procurements, the National Oceanic and Atmospheric Administration (NOAA), Satellite and Information Acquisition Division (SIAD), on behalf of the National Environmental Satellite, Data, and Information Service (NESDIS), is conducting market research to gather feedback from industry and to assess the marketplace. BACKGROUND The mission of NOAA/NESDIS is to provide timely access to global environmental data from satellites and other sources to promote, protect, and enhance the Nation's economy, security, environment, and quality of life. To meet its mission responsibilities, NESDIS acquires and manages the Nation's operational environmental satellites, operates the NOAA National Data Centers, provides data and information services including Earth system monitoring, performs official assessments of the environment, and conducts related research. The Government anticipates awarding a single-award IDIQ, under which the Operations, Maintenance, and Sustainment requirements for multiple NESDIS systems will be included. The anticipated period of performance is a base year plus four option years. INFORMATION REQUESTED If your organization has the potential capacity to perform these contract services, please provide the information below. The Draft IDIQ PWS is attached for your reference in responding to this RFI. Part 1. Administrative Information Responses are requested to include: a.Contact Information. Provide company name, mailing address, phone number, fax number, company website, CAGE code, DUNS number, and contact information for designated points of contact. b.Business Type. Identify your business type and any socioeconomic categories such as Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Business, Woman-owned Small Business, HUBZone Small Business, and 8(a) companies. c.Alternative NAICS Code Recommendation, if applicable. The anticipated North American Industry Classification System (NAICS) Code for this procurement is 541513 Computer Facilities Management Services. The Government may consider recommendations for an alternative NAICS code. If an alternative is recommended, please provide rationale for why the code is is more appropriate and applicable to the planned acquisition. Part 2. Corporate Capabilities and Experience Responses are requested to include a summary of your business' capability to perform the requirements (reference the attached Draft IDIQ PWS) and any relevant experience in providing the same or similar services offered to the general public, non-government entities, or Government agencies. The Government is not requesting generic capability statements, but specific responses tailored to this requirement. Capability statements should address all of the relevant services for the operations, maintenance, and sustainment of NOAA deployed ground systems as detailed in the attached Draft IDIQ PWS. Capability statements should include objectives that your company can and cannot fulfill, noting that the Government's primary concern is the overall program management of the effort and identifying key areas that will require subcontracting. This requirement deals with the operations and maintenance of multiple systems including sustainment and integration efforts. Respondents are requested to respond whether they are capable of fulfilling the entirety of the scope or only a portion therein. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Capability statements should include: -Program/project management processes, approaches, tools, and methods used to address the requirement, including subcontracts management and approach to workforce management. -Descriptions of any methodologies for timely delivery of goods and services in a cost effective manner given cost and schedule constraints, proactive management of relationships with broad-based geographically dispersed team consisting of contractors, subcontractors, and federal employees. -A summary of processes used to deliver and manage the contract services (e.g. purchasing of hardware and software, maintenance and license agreements, performing assessments leveraging technology advancements, capabilities improvement, extension of system life requirements, and IT security management processes). -Recommendations for an appropriate transition time period and why. Experience statements should include relevant details including scope, period of performance, dollar value, client and point of contact information, and any other information relevant to the OMS requirement. Part 3. Questions, Comments, Concerns After reviewing the attached draft PWS and this RFI, please include any questions, comments, or concerns that should be addressed. All questions received will be gathered, reviewed, and may be answered in a future posting or amendment to this RFI. SUBMISSION INSTRUCTIONS Responses are limited to 10 pages and are due no later than 3:00pm EST, 15 December 2017 via email to jeremy.peppler@noaa.gov and michele.eberhart@noaa.gov. The points of contact for this action are Jeremy Peppler (phone: 301-628-1362) and Michele Eberhart (phone: 301-628-1422). DRAFT RFP The Government anticipates releasing a Draft RFP for this requirement on or about 5 Jan 18. Questions, comments, and concerns with regard to the Draft RFP are anticipated to be due 18 Jan 18. INDUSTRY DAY The Government anticipates hosting an Industry Day at the NOAA Silver Spring Campus for this requirement on or about 17 Jan 18. More information will be released as details become available. DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Information contained herein is subject to change. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by SIAD to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Any information that a vendor considers proprietary should be clearly marked as such. Failure to submit a response to this RFI in no way precludes a vendor from participating in any competitive solicitation that SIAD may issue in the future. Information received will be considered solely to make an informed decision regarding a potential procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/22549f0b3a1e9f91577f138b81828fb2)
 
Record
SN04754121-W 20171203/171201230844-22549f0b3a1e9f91577f138b81828fb2 (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.