Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2003 FBO #0630
MODIFICATION

76 -- Emergency Management Services Data

Notice Date
8/19/2003
 
Notice Type
Modification
 
Contracting Office
Other Defense Agencies, National Imagery and Mapping Agency, Procurement and Contracts In Support Of Analysis And production Directorate (ACM-E), Attn: ACM-E Mail Stop D-5 4600 Sangamore Road, Bethesda, MD, 20816-5003
 
ZIP Code
20816-5003
 
Solicitation Number
NMA301-03-R-0011
 
Response Due
8/25/2003
 
Archive Date
9/9/2003
 
Point of Contact
Rachel G., Contract Officer, Phone (301) 227-1110, Fax (301) 227-4793, - Sandy M., Contract Officer, Phone (301)227-1904, Fax 301-227-4793,
 
E-Mail Address
glarosr@nima.mil, michaelc@nima.mil
 
Description
The purposes of this Amendment 0001 to Solicitation NMA30103R0011 are to (1) extend the time and date for delivery of proposals, (2) revise proposal delivery instructions, (3) correct minor administrative errors, and (4) answer questions received from interested parties and pertaining to the solicitation. Accordingly, the solicitation is amended as follows: 1. The proposal due date is hereby extended to 3:00 PM Eastern Daylight Time on Monday, 25 August 2003. 2. Proposals shall be delivered electronically by email to glarosr@nima.mil and michaelc@nima.mil, and by paper copy together with Compact Discs (CDs) containing sample database(s) delivered to National Imagery and Mapping Agency, ACME, MS D-5, Attn: Rachel Glaros, 4600 Sangamore Road, Bethesda, MD 20816. 3. The following administrative errors are hereby corrected: a. The NAICS Code is revised to read 541519; the small business size standard remains $21 million; b. All references to provisions and clauses beginning with 52 refer to the Federal Acquisition Regulation (FAR), all provisions and clauses beginning with 252 refers to the Department of Defense FAR Supplement (DFARS), and all provisions and clauses beginning with 5X52 refers to the NIMA Acquisition Regulation Implementation (NARI); c. Under DFAR clause 252.212-7001, FAR clause 52.203-3 is applicable to this solicitation; and d. Clauses FAR 52,217-5 and FAR 52.217-9 are added to the solicitation. (See paragraph 4q. below) FAR 5217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Cotnractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including all exercise of any options under this clause shall not exceed 3 years. e. Offerors are hereby advised that proposals may be evaluated by NIMA contractor support to include the MITRE Corporation, and that Contractors involved with the evaluation of proposals under this solicitation will be required to complete non-disclosure and non-compete agreements before evaluating proposals. 4. Answers To Questions Received From Interested Parties a. What Government Furnished Information (GFI) will be provided by NIMA? To what extent must the contractor use the GFI as its reference data? Please list the full range of files and data elements that will be included in the GFI. Can another national transportation database be used to help with the geo-coding process, help populate the EMS Database and improve the accuracy of the feature data? Does the GFI apply to all line items? NIMA-provided GFI will include the NAVSTREETS Database (a commercial product; information regarding this product is available from Navigation Technologies Corporation, 222 Merchandise Mart Plaza, Suite 900, Chicago, IL 60654) and phone numbers and points of contact within the Department of Defense (DOD) for the DOD Medical Sector. The contractor is not required to use the NAVSTREETS Database; however, the contractor is required to use an accurate transportation database in geo-coding. As stated in the solicitation, NIMA shall consider the accuracy of the contractor?s geo-coding process and transportation database used in making its award decision. The GFI applies to line item 0003 only. b. Must offerors propose all line items (that is, Line Items 0001, 0002 and 0003) to be considered for award? Also, we have an existing database that provides some, but not all, of the required information; will NIMA consider proposals that do not include all desired line item components (for example, hospital helipads) for award? Offerors may propose one or more line items. NIMA may award one or more contracts for each line item, or may make no award. NIMA will determine which proposal, or combination of proposals, provide the best value to the Government, completeness, accuracy, cost and other factors considered. Also if determined to be in the Government?s best interests, NIMA may consider proposals for less than complete line items. Offerors are encouraged to propose existing databases to the extent such databases exist and to propose modifications to these databases to comply with stated requirements. As stated in the solicitation, proposals of modified databases shall include a plan that describes the required modifications to the existing database, the qualifications and experience of the contractor?s technical team performing the modifications, the process for geo-coding the modifications, and the processes for validating and verifying the modifications prior to delivery. Accordingly, offerors may propose all or some of the required line items; however, offerors are encouraged to propose complete line items. c. The synopsis/solicitation requests that the proposal include a copy of the company?s license agreement; it also refers to the ?purchase? of data. Our agreements traditionally cover the licensing of data to customers, with licenses subject to annual renewal. Is NIMA willing to consider the alternate approaches to licensing? Per the request for proposal the rights being sought include: ?The contractor shall deliver the databases with a Federal Government license to include the unrestricted right to access, use, modify, reproduce, release (hardcopy products), perform, display, and/or otherwise disclose contents among the Federal Government and its contractors. In time of emergency or crisis these rights shall be expanded to Non-Federal Government disaster/emergency response agencies and/or personnel. As a costed option (separately priced line item), the contractor shall provide the unrestricted right to access, use, modify, reproduce, release (hardcopy products), perform, display, and/or otherwise disclose contents to Non-Federal Government disaster/emergency response agencies (e.g. state and local governments) when an emergency or crisis does not exist.? It is the intent of NIMA to purchase the data now and pay for quarterly updates on a yearly basis. The company license agreement was requested to review any other terms and conditions that would apply to the data other than the minimum requirements specified by the Government stated above. d. Instead of a Federal wide license can line item 0002 be defined in terms of number of users for number of agencies? Yes, a license that would allow for 1,000 users across 20 federal government agencies is needed. However, in time of emergency or crisis these rights must be expanded to Non-Federal Government disaster/emergency response agencies and/or personnel. For the costed option for Non-Federal Government disaster/emergency response agencies (e.g. state and local governments) during a non-emergency, a price list that would allow NIMA to select the number of users and number agencies should be provided. e. Please further define the following attribution-related elements: ?description of source? and ?date of source?. The terms ?description of source? and ?date of source? mean, for the purposes of this solicitation, a good description of the ancillary source material used to create the database and the year of that source to give a ?pedigree? to the data in the database. For example, source data found on the World Wide Web might read, ?Source data 2003, Web Site WWW.?, Date of Download, Nov 23 2003, ??. Thus, the ?description of source? and ?date of source? provides an indication of the currency and accuracy of the data. f. Please clarify the following attributes: (1) ?Metadata Link ID? ? a computer ?tag? that associates, within the database, the metadata about the data file to the data file itself. (2) ?Zip code and Zip Code + 4? is stated as an integer, it must be a character - Actual Zip Code values are desired to be in the fields; if the zip code (example, "20162") or Zip Code + 4 (example, "20162-4855") require specific character types within the database, that is acceptable. Changes to the attribute value are acceptable as long as the idea/information, and accessibility of the information is maintained. Changes from the suggested formats and conventions are to be clearly outlined in the documentation provided with the data at time of delivery. (3) ?NAICS Code? is stated as an integer, it must be a character - Changes to the attribute value are acceptable as long as the idea/information, and accessibility of the information is maintained. Changes from the suggested formats and conventions are to be clearly outlined in the documentation provided with the data at time of delivery. (4) Attributes (e.g., under the Hospital sector, ?# of Ambulance, # of Total Beds, and 24 Hr Service?) cannot have a number leading a field name - Changing attribute column headings as appropriate (example, "No. of Ambulance" or "Number of Ambulances") is acceptable as long as the idea/information and accessibility is maintained. Changes from the suggested formats and conventions are to be clearly outlined in the documentation provided with the data at time of delivery. Changes to the attribute value are acceptable as long as the idea/information and accessibility of the information is maintained. g. We offer a number of additional value-added data elements beyond those defined in the synopsis/solicitation that we feel would further facilitate NIMA?s ability to perform its mission. Are we to include these in our proposal or should we list them as costed options? Also, what is meant by the term ?costed option?? As stated in the solicitation, ?The minimum requirements for Items 0001 through 0003 are identified below; however, additional information contained in the database will be considered??. Offerors should separately price as option items any additional value-added data beyond minimum requirements. Also, the term ?costed option? should be interpreted to mean ?a separately priced option item(s)?. h. Can NIMA provide a copy of the bidders list for this synopsis/solicitation? NIMA did not formulate a bidders list prior to issuing this solicitation. Since this is a full and open competition, NIMA is unable to identify potential sources until after proposals are received. Accordingly, who NIMA cannot provide a copy of the bidders list. i. For line item 0002 does the Federal Government include National Laboratories and other Government-Owned/Contractor-Operated (GOCO) facilities? Yes; the National Laboratories and all GOCO facilities are included. j. The required accuracy cannot be achieved with a coordinate system that uses four decimal places. Please clarify. The minimum requirement for the Coordinate System is hereby revised to read: Geographic Decimal Degrees (six decimal places). k. Will there be any provision for payment before final delivery? Offerors proposing modifications to existing databases (see the answers to question 2) may propose a delivery and payment schedule. For example, offerors may propose a delivery date and value associated with delivery of the existing, unmodified database, then a delivery date and value associated with delivery of each modification/addition of feature group (e.g., hospital, police station, 911 Call Center, Evacuation Center, Fire Battalion Boundary, and Police Precinct Boundary data). l. What sample database should be provided? May the sample database include information beyond the minimum requirements? For existing databases, offerors should provide for evaluation purposes only, a sample of the offered existing database. NIMA will return the evaluation sample of the database after it completes its evaluation. For modified databases, offerors should provide a sample of the existing database upon which the required database will be modeled; this database shall contain, to the maximum extent practicable, the same database structure and software tools as the required database offered. NIMA will consider databases that are under development for the commercial marketplace but that have not as yet been sold commercially. Samples shall be provided for the metropolitan areas of Detroit, Michigan and Houston, Texas, or such other metropolitan areas as may be mutually agreed upon by the offeror and NIMA (Rachel Glaros). The sample should be a clip from the entire database (every single data element) on a CD in ESRI shape file format, not just the information that meets the minimum requirements. As stated in the solicitation, NIMA will consider additional information contained in the database that supports special security events, crisis response, and comprehensive homeland security analysis and decision support. A sample of the database is required for each line item. m. For offerors proposing modifications to an existing database or databases currently in development, please describe the past performance information that is to be provided. Offerors should identify three references (name, title, company name, and telephone number) who obtained and used the existing database within the past year. Offerors proposing databases that are currently under development should propose three references (name, title, company name, and telephone number) for a database that has similar type of information about a different sector of the U.S. infrastructure. n. What is the anticipated contract award date? Contract award will be made no later than 30 September 2003. o. Please state the evaluation factors and sub-factors and provide the respective weighting of factors and sub-factors. NIMA is soliciting offers of commercial items and, therefore, is using Simplified Acquisition Procedures under FAR Part 13. Pursuant to FAR 13.1061(a)(2), NIMA may award one, multiple or no contracts based upon the offer or combination of offers that provide the best value to the Government. NIMA will consider technical, price, and past performance in making its best value determination(s). p. Request the due date be extended by 10 business days. The date and time for the submission of proposals are hereby extended to 3:00 P.M. EDT on Monday, 25 August 2003. The Government intends to award one or more contracts no later than 30 September 2003. q. What is the likelihood that NIMA will require updates more frequently than quarterly? (the RFP says ?at least quarterly? ? what does that mean?) What is the likelihood that NIMA will require subsequent updates following the first year indicated in the contract? (the RFP indicates they ?may be purchased at a later time.?) Should quarterly updates be priced separately? NIMA requires one year of quarterly updates to the databases. There are no plans for the Government require more frequent updates; however, Offerors may propose more frequent database updates at no additional cost to the Government. The price for the quarterly updates should be priced separately unless this is contradictory to standard commercial practices. Quarterly updates beyond the first year will depend on National priorities and the allocation of suitable funding to these efforts. Therefore, request that quarterly updates for two subsequent years following the initial one-year contract period be proposed as options to be exercised after contract award. Each of the two subsequent years should be priced separately and within those years a separate price for a federal license as defined in the solicitation and a license that would allow access to Non-Federal Government disaster/emergency response agencies (e.g. State and local Governments, Red Cross, its contractors, etc.) during a non-emergency or crisis. r. Can you give me a data layout of the open sources within the Federal Government and State Government, U.S. military services, private industry, and Government Furnished Information (GFI)? The layouts would help us determine which attributes would need additional sources to meet the requirements. NIMA will only provide information on contacts within the Department of Defense for data related to DOD Medical Sector.
 
Place of Performance
Address: NIMA Reston, 12310 Sunrise Valley Drive, ATTN: Marty Tierney MS P-94, Reston, VA
Zip Code: 20191
Country: U.S.A.
 
Record
SN00406645-W 20030821/030819214417 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.