Search Contract Opportunities

Unified User Interface (UUI)   3

ID: 47PM0024R0003 • Type: Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Feb. 28, 2024, 1:46 p.m. EST

THE SOLICITATION HAS BEEN AMENDED 0002:

The referenced solicitation has been amended 0002.

This amendment corrects Section B of the solicitation and clarifies the submittal requirements of Section L. The date has not been extended as these corrections and clarifications do not change the proposal price nor technical information requested.

Section B - The not to exceed (NTE) amount of CLINs X004 and CLINs X006 are changed as follows:

  • CLINs 1004, 2004, 3004, and 4004 has been decreased from $20,000.00 to $10,000.00.
  • CLINs 1006, 2006, 3006, and 4006 has been changed from Completed before final RFP release to $10,000.00.
  • This will not affect proposal totals as the not to exceed amount total has not changed.
  • Vendors are reminded to complete the blank in CLINs X006.

Section L - The attachments to accompany the cover page have been clarified as follows:

  • L.2.6 adds the words and attachments .
  • L.3.9 adds the words, and signed amendments. The full sentence now reads, Be limited to one page not including the required Section K Certifications and Representations, Section L provision requirements, and signed amendments.
  • Proposals should include Volume 1: Past Performance; Volume 2: Technical; Volume 3: Price; and a cover page, required Section K Certifications and Representations, Section L provision requirements, and signed amendments (SF 30).

THE SOLICITATION HAS BEEN AMENDED 0001:

The referenced solicitation has been amended 0001.

  1. The amended solicitation has been attached to this announcement. Changes to the document are marked in red with a side line indicating where a change was made.
    1. C.3.1.1.e changes Setpoints to Zone Temperature Setpoints
    2. C.3.1.1.e deletes the last sentence referring to future applications
    3. C.4.1.3 is changed to include a copy of the GSA Control Tailoring Workbook
    4. C.4.7.1 fixes a typo, a missed space
    5. H.3.0 adds clarification information regarding FAR 52.217-8 stating that prices evaluated during the initial award will be used for any contract extensions
    6. Section J - SOO attachment 17 GSA Control Tailoring Workbook 2023 07 11 was added
    7. L.5.1.d.i - language regarding the Government's participation was deleted.
    8. L.6.4 - CLIN x007 was deleted
    9. M.3 added clarification on FAR 52.217-8
  2. Attachment 17 GSA Control Tailoring Workbook 2023 07 11 has been added as part of this amendment.
  3. The Final RFP Questions and Answers have been attached to this amendment.
    1. Questions that were submitted past the deadline have not been included in this attachment.
  4. The PreProposal Conference and Notes were uploaded in on February 6, 2024.

There will be an 8-day extension; proposals are due March 05, 2024, 7:59AM ET.

ORIGINAL ANNOUNCEMENT:

Under the terms and conditions set forth in the Unified User Interface (UUI) solicitation, attachments, and links, GSA requests that you provide a proposal in accordance with Section L of the subject solicitation.

Please note the following items that apply to this solicitation:

  1. A single award will be made from this request for proposal (RFP).
  2. This acquisition has not been set aside for a small business set aside.
  3. Wage Rate Requirement (Service Contract Labor Standards), Wage Decision, Number DC 2015-4281, date 12/26/2023 (or its update, if any, at the time of contract award), will be incorporated and made a part of any resultant award.
  4. Offer acceptance is 120 calendar days after the date offers are due.
  5. PRE-PROPOSAL CONFERENCE:
    1. A pre-proposal conference will be held February 6, 2024 at 11am EST.
    2. Each offeror is permitted a maximum of three (3) attendees. Please submit names and email addresses to receive the calendar invite no later than January 31, 2024 at NOON EST using the following link - https://forms.gle/gaFZicodtmYRpn3o8 .
    3. The calendar invite will be restricted to attendees dialing in from the United States.
    4. While there will be no question and answer session in the pre-proposal conference, questions regarding the requirement may be addressed if submitted no later than February 5, 2024 at 9am EST. Please submit those questions as outlined in the RFP, section L.1.
  6. All other questions regarding the RFP, attachments, and links must be submitted no later than February 8, 2024 at 8am.
  7. The Offeror's proposal submitted in response to this request shall constitute a firm offer. No contract shall be formed unless and until the Contracting Officer has countersigned the SF33 submitted by an Offeror and delivered to the contractor a completed signed contract.
  8. Any amendments to the solicitation must be acknowledged in writing when submitting the proposal.
  9. In accordance with Section M of the solicitation, the Government will award a contract resulting from this solicitation to the responsible Offeror whose represents the best value.

There are 16 attachments to this solicitation notice including the RFP Cover Letter, the Solicitation, Solicitation Attachments, and Questions and Answers from the Draft RFP release.

Your Proposal must be received by this office no later than Monday, February 26, 2024, at 07:59 AM EST and must be sent electronically as described in Section L of this solicitation.

REVISED ANNOUNCEMENT ADDS THE PREPROPOSAL SLIDES AND THE ASSOCIATED NOTES. THESE DOCUMENTS WILL ALSO BE INCLUDED IN A SOLICITATION AMENDMENT TO BE PUBLISHED WITH SOLICITATION QUESTIONS AND ANSWERS.

Posted: Feb. 16, 2024, 1:22 p.m. EST
Posted: Feb. 6, 2024, 2:53 p.m. EST
Posted: Jan. 23, 2024, 6:22 a.m. EST
Background
The General Services Administration (GSA) is seeking a Unified User Interface (UUI) solution to integrate, converge, and view data from various operational technologies for remote control and monitoring of facility equipment and systems. The UUI will provide a centralized platform for GSA OT operations and business systems, improving asset management, increasing operational efficiencies, and reducing energy waste.

Work Details
The contractor shall provide an on-premise, government site-hosted, enterprise-wide unified user interface solution for operational technologies and all support for the configuration, implementation, operation, maintenance, and performance of the solution. The solution should begin with the contractor's industry-tested commercial-off-the-shelf (COTS) product to minimize costs and schedule risks associated with developmental work. The UUI shall serve as the front end built upon existing smart building’s OT solutions and will provide a centralized platform for GSA OT operations and business systems. The UUI shall enable hoteling and/or third party event-based scheduling software to push individual occupancy schedules down to BAS controllers to provide appropriate space conditioning as needed. The principal purpose of this performance-based contract is to provide a ‘Single Pane of Glass’, otherwise known as ‘Unified User Interface’, able to highlight pertinent data from facility management systems to help bring to the surface information for a bigger picture view.

Period of Performance
The base period of performance is for one year from contract award with four one-year option periods. The envisioned execution phases include obtaining all security approvals to deploy a fully operational, secure on-premise unifying platform in GSA with all required connections to source-systems, graphics and views; iteratively enhancing and extending views, functionality, training & support through balance of GSALink sites; operating & maintaining a high-quality enterprise solution fully configured, compliant, licensed, and integrated with tier 1 through tier 3 level support.

Place of Performance
The place of performance is at GSA facilities where internal on-premise information systems reside.

Overview

Response Deadline
March 5, 2024, 7:59 a.m. EST (original: Feb. 26, 2024, 7:59 a.m. EST) Past Due
Posted
Jan. 23, 2024, 6:22 a.m. EST (updated: Feb. 28, 2024, 1:46 p.m. EST)
Set Aside
None
Place of Performance
Washington, DC 20006 United States
Source

Current SBA Size Standard
$37 Million
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 1/23/24 PBS Region 11: National Capital Region issued Solicitation 47PM0024R0003 for Unified User Interface (UUI) due 3/5/24. The opportunity was issued full & open with NAICS 541513 and PSC DA10.
Primary Contact
Name
Ericka M. Wilson   Profile
Phone
None

Secondary Contact

Name
Andrew McElroy   Profile
Phone
None

Documents

Posted documents for Solicitation 47PM0024R0003

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation 47PM0024R0003

Award Notifications

Agency published notification of awards for Solicitation 47PM0024R0003

Contract Awards

Prime contracts awarded through Solicitation 47PM0024R0003

Incumbent or Similar Awards

Contracts Similar to Solicitation 47PM0024R0003

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 47PM0024R0003

Similar Active Opportunities

Open contract opportunities similar to Solicitation 47PM0024R0003

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R11 ACQ REG SUPPT
FPDS Organization Code
4740-YA000
Source Organization Code
500025560
Last Updated
March 20, 2024
Last Updated By
ericka.wilson@gsa.gov
Archive Date
March 20, 2024