Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2004 FBO #0968
SOLICITATION NOTICE

D -- License Renewal for Emergency Services Database

Notice Date
7/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, National Imagery and Mapping Agency, Procurement and Contracts In Support of Information Services (ACI), Attn: ACI Mail Stop D-88 4600 Sangamore Road, Bethesda, MD, 20816-5003
 
ZIP Code
20816-5003
 
Solicitation Number
HM1573-04-Q-0100
 
Response Due
7/26/2004
 
Point of Contact
Harriet Saulsbury, Contract Specialist, Phone (301) 227-7835, Fax (301) 227-2218,
 
E-Mail Address
saulsburyh@nima.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart FAR 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a synopsis of intent to award a sole source contract Ionic Enterprise, to provide a one-year with (4) One Year Options for Federal License of Emergency Response Services Data to include Hospitals, Ambulance Services, and Urgent Care Facilities, City, County and State Health Departments, Red Cross Chapters, Child Care Facilities, College/Universities, Domestic Violence Programs and Shelters, Handicapped Children / Residential Treatment Centers, Jails/Correctional Institutions and Sheriff Departments, Nursing/Retirement Homes, Runaway Homeless Centers and Schools. The current license, entitled all Federal users will have access to the data (Data Release), and all Federal, State and Local Homeland Security/Defense Officials will have access (data disclosure) via a thin client interface. This interface will allow ?Official? HLS persons access to view this data on unclassified network such as NGA?s NIPRNET, and the DHS Homeland Security Information Network(HSIN). If any state or local official would like release of this data, they will be directed to the contractor to get their own copy. The database shall encompass all 50 States, District of Columbia, and all U.S. Territories and processions (e.g., Guam, Virgin Islands, Puerto Rico). The delivered database will become part of NGA?s Homeland Security Infrastructure Database. The contractor shall deliver the database with Federal Government License to include the unrestricted right to access, use, modify, reproduce, release, 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. This contract will be for one base year with Four Option Years based on continued quality deliveries and funding availability. Minimum Requirements: Coordinate System: Geographic, Decimal Degrees (six decimal places). Datum: Horizontal: WGS84 Vertical: Mean Sea Level (MSL) Projection: UTM (correct zone, horizontal and vertical units in meters). Format: ESRI Shape Files Media Deliverable: DVD or CD Metadata: recognized metadata standard for feature and attribute data such as the Federal Geographic Data Committee (FGDC) metadata standard. Refer to the FGDC Meta Standard at (WWW.FGDC.GOV). Updates: Quarterly updates for one year Accuracy: For Item 0002: +0.1 mile Horizontal Accuracy Attribution: shall include, at a minimum, Feature Type, Business Name, Business Type, Office Name, Street Address 1, Street Address 2, city, County, Zip Code, Zip code+4 primary facility type, Latitude and Longitude (in Degrees, Minutes, and seconds), Description of Source, date of source and positional reliability of source, contained consistent naming conventions for attribute values. ATTACHMENT A-STATEMENT OF WORK HOSPITALS Source Link ID Char (10) Unique identifier for each link generated by data source Metadata Link ID Char (20) Link to metadata for sub-layer Feature Type Point, Polygon Indicates the object type of feature, i.e., point, polygon Business Name Char (80) Full name of primary care facility Office Name Char (30) indicates the name of office Street Address 1 Char (80) Indicates the location, i.e., Apt#, Unit#, Suite#, etc. City Char (2) indicates the host state County Char (30) indicates the host county Zip Code Integer (5) Indicates zip code Zip Code + 4 Integer (4) Indicates the extended 4 digits of the Postal zone for facility Primary Facility Type Char (40) Hospital, Ambulatory Surgical facility, etc. # Of Ambulances Integer (4) Indicates total number of ambulances owned/available at facility # Of Total Beds Integer (4) Self-explanatory (input of ?0? acceptable) Max. Capacity Integer (5) Self-explanatory Trauma Center (Y/N) Char (1) Indicates presence (Y) or absence (N) of trauma center at facility 24 Hr. Service (Y/N) Char (1) Indicates presence (Y) or absence (N) of 24 hr. service at facility NAICS Code Integer (6) North American Industry Coding System Classification NAICS Desc. Char (80) North American Industry Coding System Description EMS Database shall be a modified commercial product that incorporates data from open sources within the Federal and State Government, U.S. Military Services and Private Industry, and from Government Furnished Information (GFI). Government Furnished Information shall consist of data (e.g. NAVTECH?s NavStreets product to help with the Geo-Coding Process; NavStreets is the primary Transportation source for the Federal Government) and points of contract (in particular for Department of Defense Facilities). GFI shall be used by the contractor to help populate the EMS Database and improve the accuracy of the feature data. Some of the data can be integrated directly into the database yet much will need to be verified and cross-referenced prior to using the database. The contractor shall review all GFI provided to ensure completeness and adequacy for anticipated processes. All discrepancies or difficulties utilizing the GFI shall be communicated in writing to the Contracting Officer and Contracting Officer?s Representative within five working days after receipt. The contractor shall not distribute or copy any GFI without written permission from the Contracting Officer. Upon completion the Contract, the contractor shall return to NGA all GFI and all copies generated. The contractor shall review all work performed to ensure compliance with requirements. NGA technical representatives may request meetings either via teleconference or at the contractor?s facility to discuss production and technical issues. The Government, or it agent, may request in process quality assurance checks. The contractor shall document the validation of all datasets, production processes used, and quality assurance steps adhered to during the production. The contractor shall keep back up copies of the data until notification of Government acceptance by the Contracting Officer. Monthly Status Reports are required to be provided to the Government. Reports shall detail information regarding the work accomplished to include but not limited to such information as contract number, award date, report date, projected completion date for each phase, percent complete by process/phase and a narrative of issues, problems, open-action items, etc. The solicitation number is HM1573-04-Q0100 and is issued as a request for Proposal (RFP). This solicitation incorporates Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provision and clauses through Federal Acquisition Circular 2001-24 and DFARS Change Notice 20040625. The applicable NAICS code is 511210 and the size standard is $21.0M. Responsible sources that are interested in this procurement may respond by providing clear and convincing information identifying their capabilities. The FAR provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The contractor shall also include in the proposal background information on the company and resumes. The FAR provision 52.212-2, Evaluation-Commercial Items, applies to this Acquisition. Offerors will be evaluated based on technical factors, price and past performance. Technical factors include conformance to the Statement of Work, technical ability and personnel experience. Offerors are to include a completed copy of the FAR provision at 52.212-3, Offerors, Representations and Certifications-Commercial Items, Offerors, Representations and Certifications-Commercial Items, DFARS 252.212-7000 Representation and Certifications-Commercial Items, and DFARS 252.212-7001 Disclosure of Ownership or Control by the Government of the Terrorist Country with its offeror. The FAR Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items, including 52.203-6, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, and 52.222-37, and 52.232-33 applies to this acquisition. The DFAR clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items including DFAR 252.225-7012, is applicable. The following additional Terms and Conditions apply, FAR 52.204-7 Central Contractor Registration, DFARS 252.204-7000 Disclosure of Information and DFARS 252.232-7003 Electronic Submission of payment requests. All questions regarding this solicitation should be provided via e-mail to Harriet Saulsbury at www.saulsburyh@nga.mil or by phone at 301 227-6644. Responses to this solicitation are due by 3:00 p.m. Eastern Daylight Time on 26 July 2004 by e-mail to saulsburyh@nga.mil or facsimile (301) 227-6441.
 
Record
SN00626419-W 20040721/040719212243 (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.