MODIFICATION
R -- Meter Data Management System
- Notice Date
- 3/19/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
- ZIP Code
- 35807-4301
- Solicitation Number
- PANHES18P0000015029
- Archive Date
- 5/3/2018
- Point of Contact
- Rachel S. Sanders, , Jean Paul Bretz,
- E-Mail Address
-
rachel.s.sanders@usace.army.mil, jean.p.bretz@usace.army.mil
(rachel.s.sanders@usace.army.mil, jean.p.bretz@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT notice. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP). The Government WILL NOT reimburse respondents for any costs incurred in preparation of a response to this notice and responding to this notice will not form a binding contract. Small businesses are encouraged to respond. Submit all questions via email to CEHNC-MDMS@usace.army.mil. No questions will be answered telephonically. 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers, Engineering and Support Center (CEHNC) is seeking qualified firms to operate, sustain, and maintain the Meter Data Management System (MDMS). The contracts addressed by this notice will provide services within the Continental United States, Alaska, Hawaii, U.S. Territories and possessions and other countries to include but not limited to of Germany, Italy, Japan, and Korea. The Government is seeking to identify qualified business sources under North American Industry Classification System (NAICS): NAICS DESCRIPTION SMALL BUSINESS SIZE STANDARD 541512 Computer Systems Design Services $27.5M 518210 Data Processing Hosting and Related Services $32.5M 541519 Other Computer Related Services $27.5M 541513 Computer Facilities Management Services $27.5M The specific NAICS code for this acquisition has yet to be determined. CEHNC anticipates to award a Single Award Task Order Contract (SATOC) for services for a base period of one (1) year (12 months) and four (4) one-year (12 month) options for a total of a five (5) year contract. Work requirements will be defined in specific task order Performance Work Statements (PWS), under a base contract PWS. Individual task orders will be solicited via RFP on an as needed basis. The capacity will be approximately $49M. The Government is gathering information to assist in determining an acquisition approach for the MDMS service acquisition. As a result, the Government is performing market research in order to determine what business, small or large, possess the capability to execute some of the requirements within this acquisition. Respondents need to indicate all small business designations (Small Business, 8(a), Certified HUBZone and/or Service Disabled Veteran-Owned, and Woman-Owned) that apply to their business. Interested business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response to the Capability Questionnaire. Responses to the Capability Questionnaire can be expanded to 15 pages to accommodate the narrative portions of the Capability Questionnaire. If no experience or capabilities are associated with a particular question, please indicate accordingly. Based upon responses received from both small and other than small businesses, consideration will be given to define an acquisition approach that provides maximum practicable opportunities and participation for small business programs. 2. PROJECT INFORMATION: The primary objective of this contract is to operate, sustain, and maintain the centralized MDMS in order to accomplish the primary mission of (1) delivering dependable meter data, (2) use industry standards to normalize data and establish facility energy consumption relative to other facilities, (3) provide tools in an easy-to-use interface to enable facility and energy program managers to identify and confirm opportunities for energy reduction, (4) support continual advancement and optimization in capabilities and technologies, (5) keep the system in accordance with applicable laws, policies, executive orders, regulations, instructions, and guidance, and (6) continually use system engineering techniques to reduce system sustainment cost and complexity. The following is guidance in place for this requirement, Energy Policy Act of 2005, Energy Independence and Security Act 2007, Execute Order 028-12 (The Army Meter Program Management), Army Directive 2014-10 (Advanced Metering of Utilities) Department of Defense Instruction (DoDI) 4170.11. 3. SUBMISSION REQUIREMENTS Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be Times New Roman, font size 12, and should not exceed 15 one-sided, 8 ½" X 11" pages. The submission will address all questions in the attached Capabilities Questionnaire and your ability to perform the services stated in the above Project Information section. Notice: Computer files must be compatible with the latest version of PDF. Submit responses via email to: CEHNC-MDMS@usace.army.mil. Submissions shall be received no later than 3:00 pm Central Day Time on Wednesday, 18 April 2018. Submit all questions via email to CEHNC-MDMS@usace.army.mil. No questions will be answered telephonically. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to the Pre-award inbox, CEHNC-MDMS@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. This notice is for market research purposes only and does not restrict the Government as to the ultimate acquisition approach. CAPABILITIES QUESTIONNAIRE SECTION 1: GENERAL 1. Business Name : 2. Business Address: 3. Cage Code : 4. Name of the Firm's Responsible Point of Contact : 5. Telephone Number of the Firm's Responsible Point of Contact : 6. Email Address of the Firm's Responsible Point of Contact : 7. Firm's Primary NAICS code : 8. Under which of the following NAICS codes is the firm registered in the System for Award Management (SAM.gov)? 0 541512 0 518210 0 541519 0 541513 10. Check All That Apply to the Firm Under NAICS Code 541512: 0 8(a) small business 0 Service-disabled veteran-owned small business 0 Veteran-owned small business 0 HUBZone small business 0 Women-owned small business 0 Small business 0 Large business 0 Other (Insert type here) 11. Check All That Apply to the Firm Under NAICS Code 541810: 0 8(a) small business 0 Service-disabled veteran-owned small business 0 Veteran-owned small business 0 HUBZone small business 0 Women-owned small business 0 Small business 0 Large business 0 Other (Insert type here) 12. Check All That Apply to the Firm Under NAICS Code 541519: 0 8(a) small business 0 Service-disabled veteran-owned small business 0 Veteran-owned small business 0 HUBZone small business 0 Women-owned small business 0 Small business 0 Large business 0 Other (Insert type here) 13. Check All That Apply to the Firm Under NAICS Code 518213: 0 8(a) small business 0 Service-disabled veteran-owned small business 0 Veteran-owned small business 0 HUBZone small business 0 Women-owned small business 0 Small business 0 Large business 0 Other (Insert type here) SECTION 2: CONTRACTOR ARRANGEMENT 1. Our firm will most likely be proposing on this project as a : 0 Prime Contractor 0 Prime Contractor with a mentor protégé arrangement - (please provide the firm if there is an arrangement in place and list the length of time the arrangement has been in place). 2. If Small Business - Please provide the following information relative to your firm : 0 Prime contractor (SB) performing 50% of the work - The current team member the firm plans to propose as a subcontractor (Insert business name, business size, cage code, and work which will be subcontracted), 0 Prime contractor (SB) performing 100% of the work - provide specifics about the firm's experience as a prime contractor, 0 Joint venture with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403 (c) and 13 CFR 125.15(b).) 0 Our firm has not determined a proposal strategy or Contractor arrangement at this time. 3. List the portions of the work that the firm would hire a subcontractor to complete : SECTION 3. CAPABILITY 1. Is the firm capable of traveling to installations within the Continental United States, Alaska, Hawaii, U.S. Territories and possessions and other countries to include but not limited to Germany, Italy, Japan, and Korea to do short-term work? Check all that apply : 0 Continental United States 0 Alaska 0 Hawaii 0 U. S. Territories and possessions 0 Germany 0 Italy 0 Japan 0 Korea 2. Please provide 3-5 examples of locations outside the contiguous United States where the firm has worked : 3. Please list any regional limitations where the firm cannot work : 4. How many Risk Management Framework accreditations has the firm completed on projects ? 0 None 0 Less than three (3) 0 Three (3) to six (6) 0 Six (6) to Ten (10) 0 More than ten (10) 5. List 3-5 examples of the firm's projects which required Risk Management Framework accreditations and please include a brief synopsis of the project, the contract number, dollar value of the contract, and a point of contact : 6. How many projects has the firm completed which require migrating an enterprise from one hosting location to another ? 0 None 0 Less than five (5) 0 Five (5) to ten (10) 0 Ten (10) to fifteen (15) 0 More than fifteen (15) 7. List 3-5 examples of projects the firm completed which required migrating an enterprise from one hosting location to another and please include a brief synopsis of the project, the contract number, dollar value of the contract, and a point of contact : 8. How many projects has the firm completed which require migrating an enterprise from a physical environment to a virtual environment ? 0 None 0 Less than five (5) 0 Five (5) to ten (10) 0 Ten (10) to fifteen (15) 0 More than fifteen (15) 9. List 3-5 examples of projects the firm completed which required migrating an enterprise from a physical environment to a virtual environment and please include a brief synopsis of the project, the contract number, dollar value of the contract, and a point of contact : 10. How many years of experience does the firm have in working with other venders to collect and integrated third party data ? 0 None 0 Less than five (5) 0 Five (5) to ten (10) 0 Ten (10) to fifteen (15) 0 More than fifteen (15) 11. List 3-5 examples of experience working with other venders to collect and integrated third party data and please include a brief synopsis of the experience, the contract number, dollar value of the contract, and a point of contact : 12. How many years of experience does the firm have interpreting and understanding Federal, DoD, and Army energy policy and executing programs pursuant to that policies ? 0 None 0 Less than five (5) 0 Five (5) to ten (10) 0 Ten (10) to fifteen (15) 0 More than fifteen (15) 13. List 3-5 examples of programs executed pursuant to Federal, DoD, and Army energy policies and please include a brief synopsis of the program, the name of the policy, the contract number, dollar value of the contract, and a point of contact : 14. How many years of experience does the firm have operating in working environment where there are multiple major stakeholders and where the work crosses the boundaries of several major commands (i.e. NETCOM, IMCOM, etc.) ? 0 None 0 Less than five (5) 0 Five (5) to ten (10) 0 Ten (10) to fifteen (15) 0 More than fifteen (15) 15. List 3-5 examples of programs operated in working environments with multiple major stakeholders where the work crossed the boundaries of several major commands and please include a brief synopsis of the working environment, the names of the major stakeholders and the commands, the contract number, dollar value of the contract, and a point of contact. 16. How many years of experience does the firm working with Private Utility Providers and interfacing with them to collect data? 0 None 0 Less than five (5) 0 Five (5) to ten (10) 0 Ten (10) to fifteen (15) 0 More than fifteen (15) 17. List 3-5 examples of experience working with Private Utility Providers and interfacing with them to collect data and please provide a brief synopsis of the work, the name of the Private Utility Providers, contract number, dollar value of the contract, and a point of contact: 18. Does the firm possess or have the ability to obtain a facility clearance up to the SECRET level? 0 YES 0 NO 19. Does the firm have experience in providing and maintaining an effective quality control program in regards to software development? 0 YES 0 NO 20. List 3-5 examples of experience maintaining an effective quality control program in regards to software development and please provide a brief synopsis of each experience, contract number, dollar value of the contract, and a point of contact: 21. Does the firm have experience in providing and maintaining an effective quality control program in regards to integration? 0 YES 0 NO 22. List 3-5 examples of projects the firm has completed by maintaining an effective quality control program in regards to integration and please provide a brief synopsis of each project, contract number, dollar value of the contract, and a point of contact: 23. Does the firm have experience in providing and maintaining an effective quality control program in regards to maintenance? 0 YES 0 NO 24. List 3-5 examples of projects the firm has completed by maintaining an effective quality control program in regards to maintenance and please provide a brief synopsis of each project, contract number, dollar value of the contract, and a point of contact: 25. Does the firm have the capability to perform multiple task orders which have different Milestone Schedules, deliverable schedules, and periods of performance? 0 YES 0 NO 26. If awarded a contract, please list the maximum aggregate capacity the firm can adequately perform: SECTION 4. RETURN INSTRUCTIONS After the firm has formed responses for all three (3) sections of the Capability Questionnaire, please return the submission to the Pre-award inbox, CEHNC-MDMS@usace.army.mil. The submissions should be in Times New Roman, font size 12, not to exceed 15 one-sided, 8 ½" X 11" pages and address all the questions in the Capability Questionnaire. Responses shall be received no later than 3:00 pm Central Standard Time on Wednesday, 18 April 2018. Information presented is for market research purposes only. Submit all questions via email to CEHNC-MDMS@usace.army.mil. No questions will be answered telephonically.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/PANHES18P0000015029/listing.html)
- Place of Performance
- Address: Huntsville, Alaska, United States
- Record
- SN04859608-W 20180321/180319231525-7b9db38817b18411fe1d659e73a28cf6 (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 |