Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2005 FBO #1290
SOLICITATION NOTICE

D -- Emergency Operations Database

Notice Date
5/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
519190 — All Other Information 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-MSHA05-09
 
Response Due
5/18/2005
 
Point of Contact
Robert Beaty, Contracting Officer, Phone (202) 693-9836, Fax (202) 693-9826, - Robert Beaty, Contracting Officer, Phone (202) 693-9836, Fax (202) 693-9826,
 
E-Mail Address
beaty.robert@dol.gov, beaty.robert@dol.gov
 
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 Mine Safety and Health Administration (MSHA) is developing a web-based mine emergency application and is seeking a vendor to provide a Commercial Off-The-Shelf 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 should 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. • Provide driving directions between any U.S. mine (physical address and/or coordinates provided by MSHA) and the equipment/service provider. • The web service should conform to WS-Security (a standard by the Organization for the Advancement of Structured Information Standards - OASIS) to provide quality of protection through message integrity, message confidentiality, and single message authentication. WS-Security can be used to accommodate a wide variety of security models and encryption technologies. • The web service should offer HTTPS access for secure data transfer. • Fully functional test environment must be provided. 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. EVALUATION AND AWARD The Government will make an award to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The provisions at FAR 52-212-2 Evaluation – Commercial Items apply to this solicitation. All evaluation factors shall be of equal weight. 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/OASIS web service standards. • Demonstrated reliability of the web service. • Experience of providing web services to federal agencies and commercial activities. • Time period in which the offeror can deliver a fully functioning product. • Past performance The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. MSHA will evaluate the performance, capabilities and capacities of the offers. Offerors should address all items listed above. Factors that will be evaluated and that must be described in detail in the offeror’s response to this solicitation are: PERIOD OF PEFORMANCE The period of performance for this requirement shall be for one base year and four (4) option periods of one year each for a maximum contract period, including all option periods of five (5) years. SUBMISSION OF OFFER The contractor shall submit their response in two volumes, Volume 1, Technical and Business and Volume 2, Price. Volume 1 shall address all technical and business/managerial requirements of the requirement. In addition to specifically addressing the above information, the offeror shall provide: • A product overview addressing the capabilities of providing extensive and accurate listings on a national basis, product reliability, and conformance to industry standards. • A corporate overview of the offeror including business size. • A summary of three customers who are utilizing this product, with a point of contact for each. If the offeror has less than three customers utilizing the product, provide the information for all customers. Customers may be Federal or commercial enterprises. Volume 2 shall contain all price information. There shall be no pricing information contained in Volume 1. Volume 2, Price, shall provide a firm fixed price for the provision of the subject services. Offerors may propose tiered pricing. If tiered pricing is proposed, the offeror shall clearly indicate each pricing point and the price for that tier. If tiered pricing is proposed, the evaluated price shall be based upon the MSHA’s estimate of usage. The offeror shall submit one original hard copy of the proposal as well as two electronic copies in Microsoft Word. Electronic copies may be on 3 ¼” floppy disks or CD. Cost proposals may be in either MS Word or MS Excel. While MSHA intends to make an award from this solicitation, it reserves the right to make no award based on the quality of proposals submitted. MSHA is not responsible for and will not reimburse any bid and proposal costs incurred by offerors. Each offeror must submit a proposal in accordance with the instructions herein. Proposals must respond to and meet all of the mandatory requirements of this solicitation. Failure to meet any mandatory requirement may be cause for rejection of an offer without further consideration. When evaluating an offeror, the Government will consider how well the offeror complied with both the letter and intent of these instructions. The Government will consider any failure on the part of an offeror to comply with both the letter and spirit of these instructions to be an indication of the performance it can expect during task order performance. Clarity and completeness of the proposal are of the utmost importance. The proposal must be written in a practical, clear and concise manner. It must use quantitative terms whenever possible and must avoid qualitative adjectives to the maximum extent possible. Proposal volumes must be internally consistent or the proposal will be considered unrealistic and may be considered unacceptable. The Government intends to choose the best-value contractor, and may award without discussions. Notwithstanding its plan to award without discussions, the Government reserves the right to conduct discussions with offerors in the competitive range, if necessary and to permit such offerors to revise their proposals. The Government also reserves the right to change any of the terms and conditions of the solicitation by Amendment at any time prior to award and to allow offerors to revise their offers accordingly. 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 18, 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 Tuesday, May 10, 2005. MSHA will neither reimburse any costs relative to responding to this notice and solicitation. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-MAY-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-JUN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOL/MSHA/ArlingtonVA/Reference-Number-MSHA05-09/listing.html)
 
Place of Performance
Address: 1100 Wilson Boulevard Arlington, VA
Zip Code: 22209-3939
Country: USA
 
Record
SN00823802-F 20050608/050606212951 (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.