Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2004 FBO #0888
SOLICITATION NOTICE

70 -- COMMERCIAL (COTS) SOFTWARE

Notice Date
4/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Agriculture, Forest Service, R-4 Geospatial Service & Technology Center, 2222 West 2300 South, Salt Lake City, UT, 84119
 
ZIP Code
84119
 
Solicitation Number
RFQ-51-04-036
 
Response Due
5/28/2004
 
Archive Date
6/12/2004
 
Point of Contact
Bryce Eddy, Contracting Officer, Phone (801) 975-3825, Fax (801) 975-3483, - Dara Lucero, Purchasing Agent, Phone (801) 975-3496, Fax (801) 975-3483,
 
E-Mail Address
beddy@fs.fed.us, dlucero@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation for the following commercial items: SCHEDULE OF ITEMS: Contractor needs to provide a unit price for each of the following line item with a total amount for all: 01: Basic Software license, 02: Additional licenses, 03: Training at Vendor Site, 04: Training at Customer Site (Salt Lake City, UT), 05: Consultation Services (hourly rate), 06: Annual Software Maintenance, OVERVIEW: The United States Department of Agriculture?s (USDA) Geospatial Service & Technology Center (GSTC), requires commercial-off-the-shelf (COTS) spatial Extract, Translate, Load (ETL) software to support production and data-sharing processes. SCOPE OF WORK: Data Format Conversion Requirements- The software will be used to integrate geospatial vector data from a variety of sources into GSTC?s map production processes. The primary target formats are ArcInfo coverage and ArcSDE/Oracle. The source formats will include all commonly-used geospatial vector formats, including (but not limited to): ESRI ArcInfo coverage, ESRI shapefile, ERSI geodatabase, MicroStation Design, AutoCad DWG/DXF, USGS DLG, TIGER, and SDTS. To complete the value-added data-sharing cycle, the software will also be used to translate revised production data back to the source format/schema. Attribute/Schema Conversion Requirements- The software will support attribute and data structure manipulation where source schemas are converted to target production schemas. All modifications required for a given source dataset should generally be achieved through a single batch process. Data format conversions (such as MicroStation DGN to ArcInfo coverage) should take place simultaneously with attribute mapping processes (at least is a virtual sense). The software should include a rich set of data conversion tools to mitigate the risk of yet to be discovered data conversion problems. Examples of known tasks: Simple attribute mapping where only the names of the source and target attributes differ while values remain unchanged (i.e. Surface Type/Gravel maps to Material/Gravel). Data type conversion where the source and target data types differ but the value remains unchanged (i.e. integer/999 becomes character/999). Logic or Boolean-driven attribute mapping where the nature of the attribute mapping is conditional upon the value of a specified attribute. This functionality should also support multi-level decision logic (If, Then, Else). Lookup Table-driven attribute mapping. Concatenation of multiple source attribute values (where the number of valid source values per record is variable) to a single target attribute value string (with or without user-defined delimiters). Attribute parsing where a single source attribute is divided and mapped to multiple target attributes. Data reorganization where, for example, a single source dataset is divided into multiple thematic datasets. Expression-driven attribute mapping where two or more source attributes are mapped to a single target attribute according to standard programming operators (source attribute values 3 and 5 in the same record are multiplied and mapped to target attribute value 15). Attribute/schema conversion of ArcInfo coverage route, polygon, region, and annotation feature classes where coverage topology must be maintained. Multiple feature attribute tables may require schema conversion/attribute mapping. These may include: arc attribute table (AAT), polygon attribute table (PAT), route attribute table (RAT<route>), region subclass attribute table (PAT<region>), and text attribute table (TAT<anno>). Additional Software Requirements- The software should employ an industry-standard graphical user interface (GUI). The software should include a scripting language and tools to support batch processing as well as methods of customization. The software should include detailed, well-organized online documentation designed according to current industry standards. FOB: Destination. Delivery to: USDA/Forest Service Procurement Center 2222 W. 2300 S., Upstairs ? 2nd floor Salt Lake City, UT 84119 This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ 51-04-036. This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. North American Industrial Classification Standard 511210 , Size Standard, $21.0 Mil, applies to this procurement. IAW FAR 252.204-7004, all firms or individuals responding must be registered with the Central Contractor Registration (CCR). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The following provisions and clauses apply to this acquisition, all listed by reference in accordance with FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-1 Solicitation Provisions Included by Reference(http://farsite.hill.af.mil/vffara.htm): The provision at FAR 52.247-37 FOB Destination The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their offer. The provision at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by EFT / CCR The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act, applies to this solicitation. EVALUATION CRITERIA: Basis for Award: Award will be made based on Best Value determination wherein the technical abilities will be considered more important than price. The Government reserves the right to award to other than lowest priced offer if the Government determines that the additional cost is justified in return for the technical superiority of the Contractors offer/quote. 1. Vendor Experience: The vendor will provide information to document their similar experience in developing ETL COTS software. 2. Market Success: The vendor will provide information that illustrates the level of market success their ETL product has experienced. Please quantify in terms of: 1) number of licenses sold; and 2) market share. Also, include a customer list for reference purposes. 3. Requirements Analysis: The vendor will provide a narrative that in general terms explains how their software will meet the requirements as defined in the scope of work. 4. Price. ADMINISTRATIVE MATTERS: Quotes/offers may be faxed at 801-975-3483 or mailed to the address noted above. Quotes are required to be received by 28 May 2004 by 4:30 p.m. local time. For technical questions, contact Byron Taylor at (801) 975-3447 or e-mail to btaylor01@fs.fed.us. The approximate delivery schedule is as follows: Delivery of software - June 30 2004, Delivery of training - July 30 2004, Delivery of consultation services - August 31 2004.
 
Place of Performance
Address: Geospatial Service and Technology Center, 2222 W. 2300 S, Salt Lake City, Utah 84119
 
Record
SN00577496-W 20040502/040430211717 (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.