Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2003 FBO #0540
MODIFICATION

D -- D-Geologic Interpretation Tools III

Notice Date
5/21/2003
 
Notice Type
Modification
 
Contracting Office
MMS Procurement Operations Branch, Attn: Mr. Michael W. Hargrove 381 Elden Street, MS2510 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
70322
 
Response Due
6/11/2003
 
Archive Date
5/20/2004
 
Point of Contact
Michael W. Hargrove Contracting Officer 7037871367 Michael.Hargrove@mms.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEASEC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
NA This announcement is to A) Provide Selection Criteria; (B) Provide a listing of Current Software; (C) Change response date from 4:00 PM, May 27, 2003 to 4:00 PM, June 11, 2003, (D) provide additional information. (A) SELECTION EVALUATION CRITERIA: The following (listed in alphabetical order) are the requirements on which submittals will be evaluated and selected: (1) Cost: (a) License - The cost per license of purchasing software. (b) Maintenance - The annual cost required to receive software upgrades and technical support. (c) Implementation - The cost to implement a functioning solution. It includes any design, development, installation, and administrative training. (d) Customization - Additional costs to customize the application to OMM's requirements design. (2) Customer support: (a) Ease of use. (b)Access and input to development. (c) Customer support - Quality of support and multiple means of access to support (e.g., telephone, web access, etc.). (3) Market Adoption: (a) Overall Petroleum Industry market adoption - The market share of the company within the petroleum industry. (b) Market adoption within each solution category - The market share of the software versus other software in the solution category. (4) Miscellaneous: (a) Security. (b) Application Service Provider - Whether the application can run on a remote server with the graphics and/or data delivered to a thin client. (5) Past Performance: (a) References - Company qualifications on contracts within the past three years. Overall Satisfaction - Would you do business with this contractor again, if you had a choice? Management Responsiveness - Is the company management cooperative, business-like and concerned with the interests of the customer? (b) Contract Management-Contract change proposals - What is the contractor's history on contract change proposals? This includes changes that lower the overall cost or improve performance - timely and accurate proposals for equitable adjustments - changes that have been withdrawn or dismissed as invalid. Key personnel - Identify contract contact personnel. What is the contractor's history on changing the key personnel proposed in the offer? (6) Risk: (a) Company financial stability (b) Long-term viability - This factor assesses the long-term risk of licensing the product. This relates both to the software solution and the company providing the solution. (7) Technology: (a) Breadth of technology solutions - This item relates to the number of categories in which the company provides software solutions. (b) Integration - The ability of a product to integrate with other applications. Integration includes integration with other software from the same company as well as with other company's potential software solutions. (c) Multi-platform adoption - The platform refers to the software operating environment which includes UNIX, Windows, Linux and Web browser. (d) New technology adaptation - The ability to adapt to changes in technology and incorporate new technologies in existing solutions. (e) Technology Age - This category relates to the maturity of the product offered. A stable product ranks higher than a recently released new software application. (B) CURRENT SOFTWARE LIST: (1) Task-AVO, Software-AVO, Vendor-Hampson Russell. (2) Task-Data Management, Software-GeoFrame, Finder, AssetDB, Vendor-for all three, Schlumberger. (3) Task-Geology, Software-Geology office, Vendor-Schlumbeger. Software-NeuraSection, vendor-Neuralog. (4) Task-Geologic Modeling, Software-Earthvision, Vendor-Dynamic Graphics. Software-Modeling Office, Vendor-Schlumberger. Software-2D/3D Move, Vendor- Midland Valley. Software-BasinMod, Vendor-Platte River Associates. (5) Task-Geostatistics, Software-Mathcube, Vendor-Schlumberger. (6) Task-Gravity/Magnetics, Software-LCTSEIS/3D, Vendor-Fugro-LCT. (7) Task-Integration, software Geoshare, multiple vendors. (8) Task- Knowledge Management-No software currently owned for this task. (9)Task-Mapping and Gridding, software-CPS-3 and BaseMap Plus, Vendor for both Schlumberger. (10) Task-Petrophysical Analysis, software-PetroView Plus and Elan, vendor for both Schlumberger. (11) Task-Risk and Value, Software-Peep and Decision Tree, vendor for both Schlumberger. (12) Task-Reservoir Engineering, software-Oil Field Manager, vendor-Schlumberger. (13)Task-Reservoir Properties, software-LPM and Property3D, vendor-Schlumberger. (14) Task-Reservoir Simulation, software-Eclipse Compositional Pro, vendor-Schlumberger. Software-Merlin and Avalon, vendor for both Gemini Solutions. (15) Task-Seismic Data Processing, software-ProMAX, vendor Landmark. (16) Task- Seismic Interpretation, software-IESX, Variance Cube and Synthetics, vendor for all 3- Schlumberger. (17) Task- Seismic Modeling, software- GXII and GXIII, vendor for both GX Technology, and software-NexModel, vendor Paradigm Geophysical. (18) Task-Stratigraphic Analysis, software-Stratimagic, vendor-Paradigm Geophysical. (19) Task-Velocity Modeling, software-InDepth, vendor-Schlumberger. Software-GX-VM, vendor- GX Technology. (20) Task-Visualization, software-GeoViz, Vendor-Schlumberger. (C) EXTEND DUE DATE: The due date for response is hereby extended from 4:00 PM, May 27, 2003 to 4:00 PM, June 11, 2003. (D) ADDITIONAL INFORMATION: This is a best value procurement that favors technical competence over price. Experience and past performance demonstrating the offeror's ability to perform the work are the most important evaluation factors with price of secondary importance. Among offers considered technically equal, price will be the deciding factor. OFFERS MUST ALSO SUBMIT A BUSINESS PROPOSAL PRICED ON A FIXED-PRICE BASIS. The following provisions/clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2000); FAR 52.212-2, Evaluation-Commercial Items (Jan 1999); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2001); FAR 52,212-4, Contract Terms and Conditions-Commercial Items (May 2001); and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or executive Orders-Commercial Items (May 2001). Copies of these provisions and clauses are available via the World-Wide Web at http://www.arnet.gov/far/. Offerors may download and use the FAR 52.212-3 section from the website or request a copy from the Contracting Officer. You may fax a written request for these documents to the Contracting Officer at 703/787-1002 or send an e-mail request to "Michael.Hargrove@mms.gov". OFFERS MUST BE RECEIVED BY 4:00 P.M. (LOCAL TIME) ON June 11, 2003, AT MINERALS MANAGEMENT SERVICE, MS 2500, 381 ELDEN ST., HERNDON, VA, 20170-4817. Offers must include the following: (a) the 3 references described above, (b) the completed Offeror Representations and Certifications-Commercial Items FAR provision 52.212-3,and (c) fixed priced offer for the software and services the offeror will provide for the full five years of performance. You should submit one original and five (5) copies of your proposal. We would also appreciate a digital copy submitted via e-mail by the due date. All correspondence must reference Solicitation 70322. PLEASE FAX OR E-MAIL ANY QUESTIONS. TELEPHONE INQUIRIES ARE STRONGLY DISCOURAGED
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=MM143501&P_OBJ_ID1=95476)
 
Record
SN00330014-W 20030523/030521213924 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.