SOURCES SOUGHT
R -- Enterprise Asset Management System - ID16190001 RFI
- Notice Date
- 10/4/2018
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), GSA/FAS R5 Contracting Division (5QZA), 230 S. Dearborn Street, Room 3280, Chicago, Illinois, 60604, United States
- ZIP Code
- 60604
- Solicitation Number
- ID16190001
- Point of Contact
- Timothy H. Novak, Phone: 3123919649, Chris A. Payton, Phone: 3123530783
- E-Mail Address
-
timothy.novak@gsa.gov, chris.payton@gsa.gov
(timothy.novak@gsa.gov, chris.payton@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment - Capabilities Matrix Request for Information (i) THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY - NO AWARD WILL BE MADE FROM THIS NOTICE The General Services Administration, Region 5 Federal Acquisition Service (FAS) Contracting Division has received a request from the FAS Common Acquisition Platform (CAP) office, to procure an Enterprise Asset Management system (EAMS). This NOTICE is published to gain knowledge of firms which potentially have the skills and capabilities necessary to meet this requirement as described in the following paragraph and attached capabilities MATRIX. GSA has multiple outdated asset management solutions such as fleet management, property management, and information technology hardware, software, and license management. Asset management is a critical function federal government-wide. Some of the systems are very expensive to maintain, residing on mainframes and many are duplicative systems. Some systems involve interconnection and transfer of data between multiple systems that result in very tedious work and data integrity risks. The government's goal is to obtain an asset management system that will identify all assets, determine which assets need to be managed, and provide management data for each asset or group of assets over its entire life cycle. This will include data regarding asset acquisition, maintenance, refurbishment (as needed), and replacement when its life cycle ends. GSA's goal is to migrate the legacy systems off the current infrastructure and transform the business processes to utilize updated technology. The Government will review the information received to determine the best acquisition strategy to fulfill its requirement. It is the Government's intention to award a firm fixed type order for this system. Pricing is not needed at this time. Interested firms are to provide a brief capability statement and a letter of interest to Mr. Timothy Novak on or before 3:00 pm Central Standard Time, 22 October 2018. As part of your capability statement, please include any current or past contracts you have been awarded or the ability to obtain sufficient proof of capability for these types of services. Release of a solicitation is tentatively planned on or before January 2019. This notice is for information and planning purposes only and does not constitute a solicitation for bids, quotes or proposals. This notice does not obligate the Government to solicit for this requirement or award a contract and does not obligate the Government to reimburse interested parties for any costs incurred to prepare or provide a response to this request for information. RESPONSES TO THIS NOTICE: Firms who can fulfill this requirement and who would be interested in submitting a quote/proposal, in the event that a solicitation is issued, are requested to provide the following information in response to this request -- 1. Name of Company: 2. Address of Company: 3. Name, phone number and email address of company representative. 4. Company size standard and/or socio-economic standing; i.e., large business, small business, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, or women-owned small business. 5. Suggested NAICS and PSC. 6. Indication that the support services are or are not available on a GSA Schedule contract or Government Wide Acquisition Contract (GWAC) held by your company (e.g. 8(a) STARS II, Alliant or Alliant Small Business). (ii) RFP SOLICITATION NUMBER: ID16190001 (iii) CLAUSE AND PROVISION IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR: 2005-100 Effective 22 August 2018; (iv) SET-ASIDE: NOT YET DETERMINED, NAICS CODE: TBD (v) LINE ITEM(S): TBD (vi) DESCRIPTION OF REQUIREMENTS: See the aforementioned and attached Capabilities Matrix. (vii) DATE(S) AND PLACE(S) OF DELIVERY: Award Date: TBD, Place of Delivery: Washington D.C. (viii) FAR 52.212-1, INSTRUCTIONS TO OFFERORS: Not yet established; (ix) EVALUATION PROCEDURES: Not yet established; (x) OFFEROR REPRESENTATIONS AND CERTIFICATION: Not yet established; (xi) FAR 52.212-4, CONTRACT TERMS AND CONDITIONS: Not yet established; (xii) FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS, Not yet established; (xiii) ADDITIONAL REQUIREMENTS: Not yet established; Subcontracting Plan, if required, applies (for large businesses only); (xiv) DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM (DPAS): N/A; (xv) NUMBERED NOTES: None; (xvi) OFFERS DUE: Not yet established; (xvii) GOVERNMENT CONTACT: Timothy Novak, Contract Specialist, timothy.novak@gsa.gov, 312-391-9649. Alternate: Chris Payton, Contracting Officer, Chris.Payton@gsa.gov, 312-353-0783. Please submit all responses electronically by the requested date of 22 Oct 18.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c41499e5a56ec35e2a86724b7493626e)
- Place of Performance
- Address: General Services Administration, Washington DC, District of Columbia, 20405, United States
- Zip Code: 20405
- Zip Code: 20405
- Record
- SN05115310-W 20181006/181004230633-c41499e5a56ec35e2a86724b7493626e (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 |