Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2005 FBO #1244
SOLICITATION NOTICE

D -- Webpage Translation Services

Notice Date
4/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Division (VA), 1100 Wilson Boulevard Room 2133, Arlington, VA, 22209-3939
 
ZIP Code
22209-3939
 
Solicitation Number
Reference-Number-MSHA05-07
 
Response Due
5/5/2005
 
Archive Date
5/20/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is the Request for Proposals. No other solicitation will be issued. The provisions and clauses incorporated into this document are those in effect through Federal Acquisition Circular 2005-03. The period of performance for this award shall be for one base year with four option periods of one year each. The Mine Safety and Health Administration (MSHA) is developing a web-based mine emergency application and is seeking a vendor to provide a national web service for yellow-pages and mapping capabilities. The application will enable users to locate a wide variety of equipment and service providers that may be needed to respond to a mine emergency in the United States. Users will be able to locate potential service providers within a radial distance to any of our nation?s mines and retrieve basic business location information such as address and phone number. The locations must be graphically displayed on a map. Specifically, MSHA is seeking sources to provide the following: Full National listing of business names, addresses, and phone numbers updated at least yearly to assure the most accurate data. SOAP Web services to access data with a fully published schema and documentation on services. The hosting server must have greater than 99% up-time with redundant servers. Ability to provide complete mapping capabilities accessible via a Web service. Maps should be viewable at various sizes and should provide an extensive view of roads and other distinguishable landmarks. With mine addresses provided from MSHA, the map should be able to show a minimum of three locations indicated by a graphic on the map. The map must be provided in a standard web graphic format. Provide a web service to geocode (convert to longitude and latitude) all correct physical addresses and map distance between two locations. This should be true for addresses stored within the ?yellow page? data and for addresses provided to the on-line service from MSHA. Fully functional test environment must be provided. Company should have previous experience with providing web service data to federal agencies. The provisions at FAR 52-212-2 Evaluation ? Commercial Items applies to this solicitation. The specific evaluation factors to be included in paragraph (a) of that provision are: Extensiveness and accuracy of the business listings. Regularity of updates to the listings. Conformity to W3C web service standards. Demonstrated reliability of the web service. Experience of providing web services to federal agencies. Ability to deliver a product within one week of contract execution. Interested parties should forward a proposal addressing the above requirements, all pricing information, and any other relevant information to the contracting officer no later than 3:00 pm EDT Friday, May 6, 2005. Responses may be made electronically to beaty.robert@dol.gov. Any questions relating to this solicitation should be forwarded to the above address no later than 3:00 pm EDT Thursday, May 5, 2005. MSHA will neither reimburse any costs relative to responding to this sources sought notice and solicitation nor be responsible for any costs relating to any oral presentation made by a respondent. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors?Commercial, 52.212-2, Evaluation?Commercial Items, (see above) 52.212-3, Offeror Representations and Certifications?Commercial Items. The offeror is required to submit a completed copy of these provisions with their offer. 52.212-4, Contract Terms and Conditions?Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items
 
Place of Performance
Address: 1100 Wilson Blvd, Arlington, VA
Zip Code: 22209-3939
Country: USA
 
Record
SN00793386-W 20050423/050421211811 (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.