The RFP Database
New business relationships start here

Navy Systems Support Group (NSSG)


Alabama, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Solicitation Number:
W912DY-19-R-0204

This is a SOURCES SOUGHT notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) code 541513 "Computer Facilities Management Services". The small business size standard is $30 Million. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL nor does it restrict the Government as to the ultimate acquisition approach.


The Government will analyze all responses and determine if the pool of qualified and interested small business firms is significant enough for a total set-aside competition restricted to small businesses or for a partial set-aside competition restricted to small businesses. If the determination is made that there are not enough qualified and/or interested small business firms to perform this requirement, the Government may solicit the acquisition as an unrestricted full and open competition.


The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to rank responses, provide any reply to interested companies and responses will not be returned.


CONTRACT INFORMATION.


The U.S. Army Corps Engineer, Huntsville Engineering and Support Center (CEHNC) is seeking a qualified firm to provide technical support for the Navy Systems Support Group (NSSG) Facility Equipment Maintenance (FEM) program which is a facility asset management application that provides the tools needed for managing the O&M of real property facilities. Support also includes developing corporate metrics, process improvements, data analysis, and developing implementation processes for FEM software patches & upgrades. The Government intent is to solicit and award an Indefinite Delivery/ Indefinite Quantity (ID/IQ) contract in support of the NSSG FEM Program. CEHNC anticipates awarding a contract for twelve (12) month base ordering period, and 4, twelve (12) months optional ordering periods. The anticipated program capacity is approximately $60 Million.


The Government is performing market research in order to determine if small businesses possess the capability to execute the requirements within this acquisition. Respondents need to indicate all small business designations (small business, 8(a), certified HUBZone, Small Disadvantaged Business, Woman Owned, Minority, Native American and/or Service Disabled Veteran Owned). Interested small business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response to the questions below. If no experience or capabilities are associated with a particular question, so indicate. Based upon small business responses received, consideration will be given to defining whether part or all of the acquisition will be set-aside for small business competition.


PROJECT INFORMATION.


The Government's objective is to provide continuing support and services for NSSG as a field activity in direct support of NAVSEA Directorate SEA 04X. The contractor shall provide support services and subject matter expertise in the following areas: Naval Shipyard maintenance processes and IT systems; facilitation and continuous process and performance improvement (CPPI); process and software implementation and training; operations research, decision support analytics, metrics development; and strategic planning. These services will support NSSG with fulfilling their mission. Services will be provided in government and contractor facilities which may be Contiguous United States, Alaska, Hawaii, and in "outlying areas" as defined by Federal Acquisition Regulation (FAR) 2.101 and Outside the Contiguous United States.


SUBMISSION REQUIREMENTS.


Interested firms must complete the capabilities questionnaire by providing brief narratives indicating your firms experience and qualifications with similar types of services, as well as the prime contractors' name, address, point of contact phone number and email address, and complete the capabilities questionnaire. Submission shall be received NO LATER THAN: 2:00 p.m. Central Time, Wednesday, 18 October 2019 and submitted to: ashley.bowers@usace.army.mil.
The submissions should be Times New Roman, font size no smaller than 10 and should not exceed ten (10) one-sided, 8 ½" X 11" pages. Computer files must be compatible with Microsoft Word 2017.


NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to ashley.bowers@usace.army.mil. Personal visits for discussing this notice will not be scheduled. THIS IS NOT A REQUEST FOR A PROPOSAL.



CAPABILITIES QUESTIONNAIRE
Please respond to all questions as completely as possible.


SECTION 1. GENERAL


1. Business Name: (Insert Business Name)


2. Business Address: (Insert Business Address)


3. CAGE Code:


4. NAICS Code:


___ 541513, Computer Facilities Management Services


NOTE: If you feel the above NAICS Code is not sufficient for this acquisition, please provide your recommended NAICS code with an explanation.


5. Responsible Point of Contact: (Insert name, address, phone numbers, and email address)


6. Check All That Apply: Our firm is a __ 8(a) Small Business, __ Service-Disabled Veteran-Owned Small Business, __ HUBZone Small Business, __ Small Disadvantaged Business, __ Woman Owned, __ Minority, __ Native American, __ Small Business


SECTION 2. CONTRACTOR AGREEMENT


Our firm will be proposing on this project as a:


___ Sole Contractor


___ Prime Contractor (if small business) self-performing at least 50% of the work,


___ Prime contractor (if small business) performing at least 50% of the work with the following team member subcontractor(s) (Insert business name, business size, cage code, and work which will be subcontracted), or


___ 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).)


SECTION 3. CAPABILITY


1. Provide information that demonstrates extensive experience in navy ship maintenance. (Key staff w/ >10yrs experience). Reference Key Personnel Requirements in PWS section 6. Information should include at a minimum historical contracts and resumes that demonstrates the vendor's qualified resources to support the PWS requirements.


2. Provide information that demonstrates extensive program and project management experience pertaining to navy ship maintenance. (Key staff w/ >10yrs experience)


3. Provide information that demonstrates extensive IT data analysis experience with IT database. Information should include at a minimum the Navy's industrial ship maintenance & repair IT databases.


4. Provide information that demonstrates experience with navy policy and procedures as pertains to navy ship maintenance. Information should include at a minimum historical contracts that demonstrates the vendor's ability to support the Navy's policies and procedures pertaining to ship maintenance.


5. Provide information that demonstrates ability to staff and execute all task areas of the contract in no more than 30 days. Reference Task Areas in PWS section 5.


6. Please describe your ability and expertise in detail to support the tasks listed in the attached PWS. Work under this contract will be performed primarily at Norfolk Naval Shipyard, Portsmouth, Virginia. Elements may also be performed at contractors' site and at various government sites including, but not limited to Washington, DC; Portsmouth Naval Shipyard, Portsmouth, NH, Naval Station Kitsap, Bremerton, WA; Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility, Pearl Harbor, HI, Rota, Spain, Naples, Italy, Bahrain, Yokosuka, JAPAN, Guam.


7. Does your firm have the ability to work at the locations listed in Section 8 - Places of Performance, of the attached PWS? Are there any limitations on where you can work? Local and long distance travel (at approximately 25%) will be required to perform the tasking for the contract


8. Is there a particular dollar value of a procurement that would be too low for you to prepare a bid? If yes, what is that dollar value?


9. Is there a particular dollar value of a procurement that would be too high or involve too many facilities (as identified in section 8 of the PWS) for you to prepare a bid? If yes, what is that dollar value? If yes, how many are too many facilities?


10. If you were going to participate in providing a bid where more than 1 state and several facilities were involved, would you have to team or partner with another entity to perform the work? If yes, please explain why.


SECTION 4. RETURN INSTRUCTIONS


After you have completed all sections of the capability questionnaire, please return the form to the Contract Specialist via email at ashley.bowers@usace.army.mil. Your response shall be received no later than 2:00 p.m. Central Time, Wednesday, 18 October 2019. Information presented is for market research purposes only.


Points of Contact:
Contracting Officer
LaShonda C. Smith
USACE HNC, Huntsville


Contracting Specialist
Ashley W. Bowers
USACE HNC, Huntsville


Ashley Bowers, Contract Specialist, Email ashley.bowers@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP