Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
SOLICITATION NOTICE

70 -- Environmental Data Management System Software

Notice Date
1/24/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Reg. 4, Office Of Acquisition Management, 61 Forsyth Street, Atlanta, GA 30303
 
ZIP Code
30303
 
Solicitation Number
RFQ-GA-05-00012
 
Response Due
2/9/2005
 
Archive Date
3/9/2005
 
Description
NAICS Code: 51121 This is a combined synopsis/soliciation for commercial items prepared in accordance with the format in FAR subpart 12.6. This notice constitutes the only solicitation; Quatations are being requested and a written solication will not be issued. This soliciation is a 100% small business set-aside under NAICS code 511210. The small business size standard is $21 million. EPA Region 4 intends to purchase the following items: 1) Environmental Data Management System Software in accordance with requirements listed below, 1 lot; 2) Annual Maintenance for the period March 1, 2005 through February 28, 2006, 12 months; 3) RockWorks 2002, 5-pack concurrent use license, 1 each; 4) LogPlot 2003, 5-pack concurrent use license, 1 each; and 5) Golden Software's Surfer Version 8.5, 5-user concurrent use license, 1 each. Environmental Data Management System Software Requirements for EPA Region 4 Science and Ecosystem Support Division 1. The Science and Ecosystem Support Division (SESD) of U.S. EPA Region 4 requires 5-concurrent user licenses of an environmental data management system software, including the installation disks, documentation, training, and upgrades and maintenance/technical support for one year. The Division also requires 5-concurrent user licenses for additional software (including the installation disks, documentation, training, and upgrades and maintenance/technical support for one year) that is also described below. 2. The software will be used to manage environmental data from the various programs administered by Region 4. It must be able to meet the needs of environmental professionals using advanced software to solve more complex problems as well as generating simple tables or reports. Environmental Data Management System Software: 1. The data management system software shall allow for the rapid analysis and interpretation of the data, and maintain the quality of the data as well. Such analysis and interpretation includes graphs (such as those created by spreadsheets, i.e., Microsoft "Excel" or Lotus "123") and maps using ArcGIS 9. Maps are also important as a visualization tool, allowing for the accurate representation on paper of the extent of contamination on or in the ground, as well as facilitating communication with site stakeholders. Other visual information software tools considered important are RockWorks 2002, LogPlot, and Surfer 8.5. A software module is also needed that will allow casual users to generate tables and charts using a simplified, easy to understand browser-based interface. 2. In addition, the software shall be easy to use, permitting a familiar browser-based interface that will allow casual users to generate standard tables, reports, and charts based on specified criteria. 3. In order to rapidly and accurately create any of the items mentioned above, the environmental data management system ("system") shall meet the following essential requirements: a. The system shall manage data from multiple environmental media (i.e., ground water, soil, sediment, surface water, air, waste, etc.). b. The system shall handle a variety of kinds of data including chemical (including QA/QC information), spatial (3D), temporal, geological, field observations, and physical parameters). c. The source code and data model shall be made available so that EPA Region 4 may make any modifications to the system that are deemed necessary or desirable (i.e., if the company goes out of business, further development may still occur, or if Region 4 chooses to reprogram a part of the system for any purpose). d. The system shall be "non-proprietary" so that the data may be accessed with or without the system's software, using widely available software and tools, and so that new interfaces to the data may be created without the need for additional licensing. e. The system shall reside on EPA Region 4 computer systems. f. The system shall be Section 508 compliant. This information can be accessed electronically at: www.section508.gov. g. Ownership of and unencumbered access to the data shall be retained by EPA Region 4. h. The system shall allow for the easy or transparent exchange of data with EPA Region 4 member states, as well as with other agencies as EPA Region 4 deems appropriate, necessary, or otherwise desirable. The system shall natively support the Region 5 Electronic Data Deliverable (EDD)-(see URL http://www.epa.gov/region5superfund/edman/). i. The system shall enforce data quality in a uniform manner (for example, an analytical result can not exist without an analytical test entry, a field sample entry, and a location entry, etc.). j. The system shall be capable of generating cross-tab tables of data in various formats including, .pdf, .xls, and .html format files. The system shall be capable of generating the tables against at least two standards selected by the user (for example, Federal and State). The interface to the cross tab function shall allow for saving of queries to be used against new data and the easy generation of new tables. k. The system shall have advanced query capabilities with a plain-English interface and associated reporting capabilities. l. The system shall have the ability to place data (such as a queried subset) into and tightly integrate with other software without the user having to manually export, and then import it (for example, into "Microsoft Excel" for graphing, ArcGIS" for mapping, Surfer 8.5 for contouring, RockWorks 2002 for boring logs, etc.); the system's integration capability shall be such that the user's actions in the graphing/visualization/modeling software is minimized as described above. m. The system shall allow for automated data checking, acceptance and loading (i.e., importing) of data via integration with Lotus Notes email server, generating automated email reports detailing the success or failure of the load. n. The system shall be implemented as an enterprise level setup, capable of supporting 100+ users (with additional licensing at some point in the future. However, it is not intended to purchase the additional licensing under this order.). o. The enterprise level software shall be installed on-site by the vendor within 30 days after award. p. The vendor shall maintain a "Help Desk", or other available staffed resource to answer questions about the system. q. This software shall be commercially available, ready to use as installed. r. The system shall enforce relational and referential integrity, the standard programming techniques for normalized databases. s. The system shall be capable of automatically pushing graphs and reports to the end user, based on triggers set by the user. Ancillary Software (shall tightly integrate with environmental data management system as described in Paragraph l above): 1. RockWorks 2002 integration (including the RockWorks 2002 software), 5 concurrent -user licenses. 2. LogPlot integration (including the LogPlot software), 5 concurrent-user licenses. 3. Surfer 8.5 integration (including the Surfer software), 5 concurrent-user licenses. 4. ArcGIS 9 integration (NOT including the ArcGIS 9 software), 10 concurrent- user licenses. The software shall be currently available and delivered and installed within 30 days after award. Award shall be based on the best value where all evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The vendor shall submit information with their quotation that illustrates the above requirements can be met by the proposed software. In addition, the following information shall be provided: 1. The vendor shall provide past performance information where same software systems, including current proposed version, were provided to a customer similar in size to an EPA Region Office or State Organization. The vendor shall provide the company or agency name; contract number; point of contact; phone number; and, period of performance. 2. The vendor shall describe type of service/support to be provided to respond to User's questions about the system and turn around time for providing responses. The FOB point is destination and prices shall include shipping. Advance payments are not authorized but can be made monthly in arrears under the resulting purchase order. The provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Offeror quotations shall contain contain the following information: RFQ number, Name, Address, and Telephone number; Term of the express warranty, total price and any discount terms. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in this solicitation. Period of acceptance of Offers: The offeror agrees to hold the price in its offer firm for 30 calendar days from the date specified for receipt of offers unless another time period is specified in an addendum to the soliciation. Late Offers: RFQ or modification of quotes received at the address specified for receipt of offers after 4:30 P.M. on February 9, 2005 will not be considered. The government anticipates award using simplified acquisition procedures. All offerors MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) data base prior to award. Information concerning the CCR may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. The following FAR clauses apply to this solicitation and are incorporated by reference. All FAR clauses may be viewed in full text via the Internet at http://www.arnet.gov/far Federal Acquisition Regulation Table of Contents. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items. Offerors that fail to furnish the required representation information or reject the terms and conditionsof the soliciation, may be excluded from consideration. FAR 52-212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. Pursuant to FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, the following clauses are hereby incorporated by reference: 52.204-3, Taxpayer Identification; 52.204-7, Central Contractor Registration; 52.213-3, Notice to Supplier; 52.219-6, Notice of Total Small Busines Set-Aside; 52.227-19, Commercial Computer Software - Restricted Rights; 52-232-1, Payments; 52.232-25, Prompt Payments; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-1, Disputes; 52.233-3, Protest After Award; 52-246-2, Inspection of Supplies, Fixed-Price; 52.249-1 Termination for Convenience of the Government, (fixed price) (short form). The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at not additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's right under the Inspection Clause nor does it limit the Governments rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are due by the above mentioned due date to the U.S. EPA, Region 4, OPM/Office of Acquisition Management, 61 Forsyth Street, Atlanta, GA 30303, Attn: Deborah Hoover.
 
Record
SN00739196-W 20050126/050124212035 (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.