SPECIAL NOTICE
A -- Leverage BIM Interoperability Tools
- Notice Date
- 4/12/2023 6:47:01 AM
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ23R0021
- Response Due
- 4/19/2023 10:00:00 AM
- Point of Contact
- David Ammermann, Phone: 2173734490
- E-Mail Address
-
david.g.ammermann@usace.army.mil
(david.g.ammermann@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) intends to negotiate on a sole source basis (IAW FAR 13.106-1) with Artesion Inc 1201 Pacific AVE STE 600, Tacoma, Washington 98402-4384. Legacy facility management practices at military installations span disparate stand-alone systems impacting the installation�s ability to comply with smart installations of the future requirements. Integrated analysis currently requires unique one-off processes to combine data and expert engagement to develop analytic results from a myriad of available, but unintegrated tools and models. These challenges make it time consuming and costly to apply available modern analytic, modeling and simulation techniques, and especially challenging to apply near real time answers which requires consolidated streaming of sensor data integrated with historical information. The Command Staff cannot fully anticipate the interdependent impacts of facility sustainment, restoration, and modernization decisions, nor operate installation support activities as efficiently as possible without tools integrating Resilient and Artificial Intelligence analytics. This is a new acquisition for the ERDC-EL. �This new contract for research and development services for uniform asset management and dashboard for an automated digital equipment data capture for military installations. The contractor shall conduct tasks using models and algorithms developed under BAA W912HZ22C0006 to deliver an asset management system prototype and a Visualization dashboard for Camp Humphreys.� This will be a Firm-Fixed Price 1-year contract. The service contract needs to meet the following requirements: This task is typically conducted by a team of individuals (bachelor�s and master�s level) with a background in Software Development & Design, Risk Analysis, Decision Analysis, Network Analysis, Engineering, Psychology or similar quantitative disciplines. Task 1 Leverage Building Information Model (BIM) interoperability tools Autodesk Revit (license provided by ERDC) to deliver Construction Operations Building Information Exchange (COBie) analogous standard for DoD application and environment. Apply and test for up to two Camp Humphreys facilities and select equipment to modernize agile handover of information to asset management program. Deliver digital transformation to implement these (DoD) standards for uniform asset management agile handover though a maintenance tracking program Defense Facility and Equipment Maintenance (D-FEM) System for a special purposed version of Maximo for US Army projects or similar Maximo application. Additional platforms such as Maximo, Contractor, ArcGIS will be considered Integrate the framework of an automated digital equipment data capture by applying integrated Edge Computing and AI tools to support standard legacy installation management data and sensor data from diverse, commonly used sensors within installation facilities. Deliver a dashboard framework that will include a decision support front-end tool for strategic decision making in a common operating picture and apply it to Camp Humphreys. �This is a sole-source contract to Artesion, Inc because they are the only entity that has access to the previously developed models and algorithms developed under BAA W912HZ22C0006 and have all the qualifications to perform the work: 1) Ability to develop a uniform asset management prototype and visualization dashboard for Camp Humphreys 2) Familiarity with Camp Humphreys and modeling and simulation technique application for the consolidation of sensor data integrated with historical site information This acquisition is being conducted under FAR 13.106-1. This will be a small business set-aside.� The intended procurement will be classified under North American Industry Classification System (NAICS) 541715 with a Small Business Size Standard of $22M.� This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement.� However, parties interested in responding to this notice shall submit technical data, including price, sufficient to determine capability in providing the same or similar service.� All capability statements received by the closing date of the publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted only by e-mail as a Microsoft Office Word, Microsoft Office Excel, or Adobe PDF attachment to David.G.Ammermann@usace.army.mil.� Statements are due by 1200 hrs. (12:00 pm) Central Time 19 April 2023.� No phone calls will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/14045a25c4af437fa3dfdd159c577ebf/view)
- Place of Performance
- Address: Tacoma, WA 98402, USA
- Zip Code: 98402
- Country: USA
- Zip Code: 98402
- Record
- SN06647907-F 20230414/230412230106 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |