SOURCES SOUGHT: D–RFI – Modernized Financial Management System ONRR

Amendment 1 – Additional Technical Information:

1. The break out of the 1000 MRMSS Community user count is as follows:
The rough estimate for the internal number of users in MRMSS is 1,000 since the application contains many ancillary functions and capabilities that have been developed through the years. However, the PeopleSoft financial and industry reporting component of MRMSS has 270 internal ONRR users, 70 of which have read only access.

a. There are approximately 200 users for Read/Write transactions (direct access to view, enter, or update Receivables, Payables, GL, or Collections data etc.).

b. There are approximately 70 users for Reporting only users (ability to run reports/analytics directly within the application).

2. Please note the types of information the 3,000 external industry users will need to access within the application is stated under the general requirements and the reporting aspect under section 10.2. Following (a thru c) are the requirements from the General section:

a. Ability to accept payments from external stakeholders on obligations recorded in the system.

b. Ability to export/import data in various formats to support accounting financial transactions, and information sharing with external Stakeholders.

c. Ability for fund recipients to have access to disbursement/distribution data. Ability for stakeholders to access account activity, history and initiate communication or make payment.

3. The SOO refers to the US Department of the Treasury for ONRR’s system requirements. Please refer to Sections 9.1.4, 9.1.7, and other areas of the SOO document for information.

4. The SOO at section 3.d. Current Environment, Page 6, lists several existing systems with which the new Cloud Financial Management System must interface. Assume ONRR will be able to use an Application Programming Interface or a web service for the exchange of information with other systems in the Department of the Interior.

Modernized Financial Management System for the Office of Natural Resources Revenue (ONRR)

Action:
1) Review and comment on Draft Statement of Objectives;
2) Complete Vendor ONRR Financial Management RFI Survey Response and
3) Provide in vendor format a response with additional information and feedback specific to this IT modernization requirement.

General Information:
This Request for Information (RFI) is issued solely for information and planning purposes – it does not constitute an invitation for bid, request for quotation, request for proposal, or an obligation on behalf of the Government or a promise to issue a solicitation in the future. The Government is not seeking proposals and will not accept unsolicited proposals at this time. Vendors responding to this notice are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this notice will be solely at the interested party’s expense. Not responding to this notice does not preclude participation in any future solicitation, if issued. Interested parties are responsible for CLEARLY MARKING proprietary or competition sensitive information contained in their response. No classified, confidential, or sensitive information should be included in your response. Please be advised that all submissions become Government property and will not be returned. Marketing brochures and/or generic company literature will not be considered and shall not be sent in response to this notice.

Purpose of RFI:
The purpose of this RFI is to utilize industry feedback to assist the Government, here to referred to as “ONRR” in the improvement of its Statement of Objectives (SOO) document (Attachment 1) and development of the acquisition strategy for a potential solicitation for the ONRR Financial Management and Reporting System.

This RFI will be used to:
1) Obtain industry experience, best practices, recommendations, and lessons learned from performance in a single vendor environment for scope similar to ONNR’s requirement.
2) Better understand potential solutions available to meet ONRR’s needs
3) Finalize the Government’s requirements documents.
4) After reviewing the results of the RFI, the Government may meet with a limited number of potential industry partners to gather additional market information.

Scope of Financial Management Solution:
Provide a total commercial platform solution to include development and operations and maintenance (O&M) support services in a cloud-based hosted environment that includes Platform as a service (PaaS) and/or Software as a service (SaaS) which shall be FedRAMP authorized on the cloud FedRAMP Marketplace.
ONRR’s strategy for acquiring cloud migration services aligns to OMB¿s 2018 Federal Cloud Computing strategy, Cloud Smart. This policy from OMB supplants 2010’s Cloud First strategy and the Data Center Optimization Initiative (DCOI), covered in OMB Memo 16-19. It emphasizes the need for federal agencies to:

a) ensure that cloud computing technology is a good fit that will provide better mission-focused outcomes and

b) intelligently account for the procurement, security, and workforce implications of cloud migration by leveraging industry best practices and cross-government knowledge.

This work shall include software development, integration, test, maintenance, audit support, system analysis, business analysis, impact analysis, documentation, reports, training, and progress monitoring using reporting procedures and measures of performance in accordance with best practices of the IT industry. The goal is to implement applications utilizing agile processes that achieve results through continuous capability enhancements, minimal downtime, prompt response, demonstrated reliability, and optimized performance with resource utilization minimized.

Submission Requirements:
If you are interested in participating in this market research activity, you are requested to review the draft SOO attached to this announcement and provide comments within the document. You may also include additional comments utilizing an editable MS Word Document. The Government is very interested in industries¿ feedback and encourages industry to provide specifics and details of additional information that may be required to improve the SOO and allow industry to adequately propose to a potential future requirement.

The Government anticipates a hybrid price arrangement.
a) Development: Firm Fixed Price (Deliverable based)
b) Operations and Maintenance: Labor Hour
c) Platform as a service (PaaS): Firm Fixed Price
d) Software as a service (SaaS): Firm Fixed Price
e) Travel & Time and Material (T&M) / Not to Exceed (NTE)

Anticipated Award Date: September 16, 2023

Period of Performance: One 12-month base period and 6, 12-month option periods.

Submission Instructions:
To provide an acceptable response to this RFI, respondents are requested to submit the following documents:
a) SOO with comments/issues/concerns indicated by `comment’ utilizing MS Word ‘insert/comment’ commands in the SOO document.
b) Vendor Financial Management RFI Survey Response limited to 25 pages
c) Vendor response with additional information and feedback to include specifics and details of information that may be required to improve the SOO to include documentation, MRMSS System introduction, industry experience, best practices, recommendations, time frames required to respond, period of performance, and lessons learned from performance in a single vendor environment for scope similar to ONNR’s requirement. Recommended COTS/Cloud solutions and/or products that would meet ONRR requirements with other known federal implementations of such/similar solutions (if any). Vendors must identify any proprietary information submitted in response to this Request for Information. The proprietary information must be clearly marked as proprietary. The government will not treat any other information as proprietary. This response is limited to 15 pages.

The Government reserves the right to contact, or not contact, any party responding to this notice in order to obtain further information for market research purposes. The government will not notify respondents of the results of the information received and will not return submittals to the sender.

All interested sources must respond to any potential future solicitation announcements separately from responses to this RFI.

Interested sources that believe they have the ability to provide the solution and perform the services listed herein should submit the information requested electronically via email to shanda_georg@ibc.doi.gov and alexandra_tsybulevsky@ibc.doi.gov. Please reference RFI DOIDFBO220075 ONRR Financial Management in the email subject line. No telephone, mail, or fax responses will be accepted. Inquiries for additional information and/or a request for a meeting to discuss this RFI will not be accepted. Responses must be received by Noon Eastern Time on 10/03/2022. No extension in the response date will be granted. Please be advised that it is the responders’ responsibility to ensure the Government receives your RFI submission on or before the specified due date.

Editable MS Word documents are provided (Draft SOO and RFI Survey) for your response back to the Government.

Attachments:
1. RFI – All Documents (PDF)
2. Draft SOO (MS Word)
3. Vendor ONRR Financial Management RFI Survey Response (MS Word)

  • Original Set Aside: 
  • Product Service Code: DA01 –
  • – BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code: 541519 – Other Computer Related Services
  • Place of Performance: VA Mid-Atlantic Health Care Network 508 Fulton St

Full details via beta.sam.gov

146: Government Contracts Small Business Champion – Susan Thibodeaux

In today’s episode we bring on Susan Thibodeaux SBLO/ Director of small business programs at Acuity International formerly Caliburn International. The company was founded in 2018 with the acquisition of 5 different corporations to form Caliburn International.

Susan brings more than 30 years of experience to the industry and she is the director of small business programs helping to match up small businesses with various divisions within the company, highlighting their strengths and giving their teams the meat they needed to go after these proposals.

I promise you, Susan is as sharp as they come in the government contracting arena, so pay attention to everything that Susan says and hang on to her very last word. I look forward to hearing from you in the comments some feedback to this upcoming episode.

Let’s welcome our next Giant, Susan Susan Thibodeaux.

Voith Hydro Inc. awarded a $49m contract for acquisition of Turbine Rehabilitation and Generator Rewind at Norfork Lake, Dam and Powerhouse

Voith Hydro Inc., York, Pennsylvania, was awarded a $49,628,210 firm-fixed-price contract for acquisition of Turbine Rehabilitation and Generator Rewind at Norfork Lake, Dam and Powerhouse. Bids were solicited via the internet with three received. Work will be performed in Salesville, Arkansas, with an estimated completion date of June 30, 2028. Fiscal 2022 Southwestern Power Administration funds in the amount of $49,628,210 were obligated at the time of the award. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-22-C-0005).

Voith Hydro, Inc. is a business registered with Virginia State Corporation Commission (SCC), Clerk’s Information System (CIS). The customer account number is #F1091695. The business address is 760 E Berlin Rd, York, Pennsylvania 17408-8701. The business industry is 0 – General. (www.opengovus.com

SOURCES SOUGHT: J045–Chilled Water Line Repairs

THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. Market Research is being conducted to Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Small Business, Small Disadvantaged Business, 8(a), Woman Owned Small Business or HUBZone interests. The Department of Veterans Affairs Medical Center (VAMC) is trying to determine whether to set-aside an acquisition to repair Chilled Water Line located at: VA Mid-Atlantic Health Care Network, 508 Fulton St, Durham NC 27705 DESCRIPTION This requirement is to provide repair services to the Chilled Water Lines throughout Building 1 and 23 at the Durham Veterans Affairs Health Care System (VAHCS), REQUIREMENTS See Performance work statement The NAICS 238220 is applicable to this acquisition; with a size standard of 16.5 Mil. If your company is interested in performing these services, please notify our office of your intent. In response, please include the following: A positive statement of your intent to submit a quote as a prime contractor (capability statement) If any teaming or subcontracting possibilities are contemplated, please provide subcontractor s name and breakdown of labor and its performance cost Evidence of experience in work similar in type and scope to include contract numbers, project titles, award dollar amounts, points of contact and telephone numbers Past performance references with points of contact and phone numbers Provide FSS/GSA Contract # if applicable. Identify whether the firm falls into any of the socioeconomic categories listed above Your response is required by: Thursday, September 01, 2022 by 16:00 PM EDT All capable Service Disabled Veteran Small Businesses and Veteran Owned Small Business are encouraged to respond. The Government will not pay for any information solicited. All the above must be submitted
  • Original Set Aside: 
  • Product Service Code: J045 – MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code: 238220 – Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance: VA Mid-Atlantic Health Care Network 508 Fulton St

Full details via beta.sam.gov

Southwest Shipyard LP awarded $11M contract to construct and test a new deck barge

Southwest Shipyard LP,* Channelview, Texas, was awarded an $11,446,319 firm-fixed-price contract to construct and test a new deck barge. Bids were solicited via the internet with three received. Work will be performed in Houston, Texas, with an estimated completion date of Sept. 22, 2024. Fiscal 2022 Plant Replacement and Improvement Program funds in the amount of $11,446,319 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-22-C-0043).

Southwest Shipyard, L.p. is a taxpayer registered with Texas Comptroller of Public Accounts. The taxpayer number is #17605157027. The business address is 18310 Market St, Channelview, TX 77530. (www.opengovus.com

SOURCES SOUGHT: H142–Fire Protection Safety Service

NOTICE OF INTENT TO AWARD A SOLE SOURCE The Department of Veterans Affairs, SAO West – Network Contracting Office (NCO) 22, for the VA Loma Linda Healthcare System (VALLHS), intends to solicit and negotiate with one source, Loma Linda, City Of under FAR Part 13 Simplified Acquisition Procedures (SAP), and FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items. This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 and FAR Part 13, specifically FAR Subpart13.106-1(b) allowing the Contracting Officer (CO) to solicit from one source. This will be a Firm Fixed Price (FFP) award and an anticipated award date is set for October 1, 2022. The proposed action will provide Fire Protect Services, 24 hours per day, seven days a week with no scheduled or coordination in advance as this is an on-call emergency service located at the VA Loma Linda Healthcare System. The estimated period of performance is for a base period of one (1) year plus four (4) one-year options from October 1, 2022 through September 30, 2027. This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. The intent of this synopsis is for informational purposes only. This notice is to comply with the posting requirements identified in FAR Part 5.101(a)(1). A copy of sole source justification will be subsequently posted within 14 days after contract award in accordance with FAR Part 6.305 (a).

 

  • Original Set Aside: 
  • Product Service Code: H142 – QUALITY CONTROL- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS
  • NAICS Code: 922160 – Fire Protection
  • Place of Performance: Department of Veterans Affairs VA Loma Linda Healthcare System , 92357
    USA

Full details via beta.sam.gov

Kinetic Protection LLC, awarded $16M contract for advanced ballistic shields

Kinetic Protection LLC,* Stillwater, Minnesota, is awarded a $16,273,005 firm-fixed-price contract for advanced ballistic shields. This contract will procure lateral and center panel assemblies to provide advanced ballistic shielding for crew manned weapon stations on nuclear aircraft carriers. This contract includes options which, if exercised, would bring the cumulative value of this contract to $22,977,537. Work will be performed in Bloomington, Minnesota, and is expected to be completed by September 2024. Fiscal 2021 weapons procurement (Navy) funds in the amount of $16,273,005 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(5) — authorized by statue. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-5350).

Kinetic Protection, LLC is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #YK3XVHTBAZY6. The business address is 4700 Mcdonald Drive Pl, Stillwater, MN 55082-2152, USA. The point of contact name is Erik M Crawford. (www.opengovus.com

SOURCES SOUGHT: Web-based human resources software

The Government is looking for software that allows human resources professionals to gather feedback from employees in order to shape or drive policies related to the unit’s people through the employment and collection of surveys or other feedback mechanisms. It should also be able to help employees develop resiliency and a sense of agency in development/growth. This requirement is for software licenses for the product, rather than Government ownership.

Our intent is the same as any other large-scale enterprise with thousands of employee stakeholders: to provide our people with both resources to help them be the best at what they do, and to have another way to help our organization provide the best work environment possible through informed policy and decision-making.

The software should be commercially-available. It should be useable by accessing a website for both the employee and HR “sides” of the interface. Some examples of the capabilities we are looking for include:

  • Based on survey results, software must be capable of recommending/providing training to assist employees improve individual mindset and motivation
  • Link employees’ capabilities and motivation to the organization’s mission to enhance workforce resiliency and engagement
  • Track information needed to prepare employees to meet the organization needs,
  • Provide management with informative dashboards that showcased aligned employee motivation and linkage to the organization culture/mission in a real time environment that will enhance mission accomplishment,
  • Have to capability to provide management with key information to help decrease absenteeism, high personnel turnover, and increase performance and quality of life.
  • Real time dynamic information
  • Scalable to meet additional management requirements

The Government has no product specification, nor do we have an existing product in mind. We seek industry input/feedback on available products that can help us achieve the above.

NOTE: We cannot use any software that requires installation on Government equipment due to certain restrictions. Any solution must be web-accessible.

We ask respondents to tell us about:

1) their product: What does it do? Does it include the functions described? All of them? Some? Can it include those things? What else can it do?

2) their company: Small business? Large? CAGE code?

Product specifications are welcome. E-mail the point of contact for this release for any clarifications or questions.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 
  • NAICS Code: 511210 – Software Publishers
  • Place of Performance: Redstone Arsenal , AL 35898 USA

Full details via beta.sam.gov

Kunj Construction Corp. awarded $11M construction contract for a design-bid-build, Building 4A, at Naval Support Activity

Kunj Construction Corp.,* Northvale, New Jersey, is awarded an $11,484,248 firm-fixed-price task order (N4008522F6390) under a multiple award construction contract (N40085-21-D-0054) for a design-bid-build, Building 4A, at Naval Support Activity Philadelphia, Pennsylvania. The work to be performed provides for renovation of the Defense Contract Management Agency office to provide modernized staff workspaces. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by September 2024. The maximum dollar value including the base period and options is $14,603,468. Fiscal 2022 operation and maintenance (DoD) funds in the amount of $11,484,248 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management with two offers received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Kunj Construction Corporation is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #SV2DMS724HK9. The business address is 163 Paris Avenue Suite B, Northvale, NJ 07647-2028, USA. The point of contact name is Neekunj Bhanderi. (www.opengovus.com

SOURCES SOUGHT: Debris Removal Services – Hurricane Season preparation

This is announcement constitutes a Source Sought Synopsis.  This announcement seeks information from industry and will only be used for preliminary planning purposes.  THIS IS NOT A SOLICITATION AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS.  Respondents will not be notified of the results of the evaluation.

The Jacksonville District of the U.S. Army Corps of Engineers is seeking interest from prospective bidders for a potential fiscal year (FY) 22 and 23 award of the aforementioned project.  The purpose of this synopsis is to gauge of interest, capabilities, and qualifications of various contractors, to include Small Businesses, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. No reimbursement will be made for any costs associated with providing information in response to said synopsis or synopsis or any follow-up information requested.

The proposed project will be a Firm Fixed Price (FFP) contract.  The Jacksonville District anticipates the issuance of a Request for Quotes or Request for Proposals.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 562119, Other Waste Collection.

Work to be performed is emergency debris removal services, within the state of Florida and / or within the commonwealth of Puerto Rico.

Responses to this Sources Sought/Request for Information Notice shall be limited to 7 pages and shall include the following information:

    • Industry is asked to provide a response addressing the following objectives or questions:
        • Are you located in Puerto Rico?
        • How fast can you mobilize all required equipment to commonwealth Puerto Rico?
        • Your firm’s ability to provide required services in response to a natural disaster.
        • Your firm’s approximate response time to deliver, set up, and start debris removal services in a natural disaster within the state of Florida and / or within the commonwealth of Puerto Rico.
    • Industry is asked to submit their interest, capabilities and qualifications as follows:
      • Company/Contractor name, address, point of contact, phone number and e-mail address.
      • Company’s interest in submitting a quote/proposal on the subject requirement when issued.
    • Company’s capability to perform a contract of this magnitude and complexity (include company’s capability to execute comparable work performed within the past 10 years).  Company should provide at least 3 examples which, at a minimum, include the following:
        • Brief description of the project
        • Customer name
        • Customer satisfaction
        • Timeliness of performance
        • Dollar value of the completed projects
    • Offeror shall identify their Small Business classification and Small Business Size
        • Small Business
        • Small Disadvantage Business
        • 8(a) Small Business
        • HUB Zone
        • SDVOSB
        • WOSB
    • If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangement include Joint Venture information, if applicable – existing and potential.

 

NOTES:

DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT.

DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENITAL DATA.

Submission Instructions:

Interested parties who consider themselves qualified to perform the work associated with the subject requirement, are invited to submit a response to this Sources Sought/Request for Information Notice no later than September 29, 2022, at 02:00 PM, local time. All responses under this Sources Sought Notice shall be sent to Mr. Guesley Leger via email at Guesley.Leger@usace.army.mil, Ms. Manuela D. Voicu via email at Manuela.d.voicu@usace.army.mil and Frederick Cooper via email at frederick.l.cooper@usace.army.mil.

Prior Government contract work is not required for submitting a response under this source sought synopsis.

You must be registered in the System for Award Management (SAM), in order to be eligible to receive an award from any Government solicitation.  To register, go to www.sam.gov. For additional information visit the website for the Federal Service Desk (www.FSD.gov) which supports SAM or contact them at 866-606-8220 for assistance.

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: S205 – HOUSEKEEPING- TRASH/GARBAGE COLLECTION
  • NAICS Code: 562119 – Other Waste Collection
  • Place of Performance: Jacksonville , FL 32207 USA

Full details via beta.sam.gov