Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2005 FBO #1361
SOLICITATION NOTICE

D -- GIS Mapping and Support

Notice Date
8/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
Department of Agriculture, Forest Service, R-2/RMRS Central Administrative Zone, 240 West Prospect Road, Fort Collins, CO, 80526
 
ZIP Code
80526
 
Solicitation Number
AG-82FT-S-05-0043
 
Response Due
9/2/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued for this requirement; quotations are being requested and a written solicitation will not be issued. Solicitation AG-82FT-S-05-043 is being advertised as a Request for Quotes. This solicitation and consequent contract award incorporates provisions and clauses in effect through Federal Acquisition Circular FAC 2005-05. Award will be for one Geospatial Portal Introductory License Package and one Implementation Support through Professional Services. The Geospatial Portal Introductory License Package shall include: one license for production server and unlimited use in Dev, Test environments, and servers. The Implementation Support through Professional Services shall include: 30 days incident phone support, one basic portal skin design and development, one day installation and content development support and five days portal design and development. Other required specifications are listed directly below this Combined Synopsis. This acquisition is 100% set-aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 541360 and the Size Standard is $21,000,000. The required delivery date is 30 days after the award date. FOB: Destination for delivery to USDA Forest Service, Attn: Frank Krist, 2150 Centre Ave, Bldg A, Suite 331, Fort Collins, CO 80526. The Government anticipates awarding one firm-fixed-price purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered. The provision at FAR 52.212-2, Evaluation-Commercial Items applies to this solicitation. Award will be made to the offeror (1) whose ability to meet all required specifications, (2) Ability to provide the best price to the Government, (3) offerors must be able to meet the required delivery date of 30 days after receipt of the order, and (4) offerors must be able to ensure on-site support with 24 hours advance notification. Evaluation factors other than price, when combined, are approximately equal to price in the award decision. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, and any addenda to the provision, applies to this acquisition. In addition, all Offerors must submit a completed form of FAR clause 52.212-3, Offeror Representations and Certifications ? Commercial Items. This clause may be downloaded, free of charge, at http://www.arnet.gov/far. Offerors who fail to submit a completed FAR 52.212-3 will be considered unresponsive and will not be considered in the evaluation. All Offerors must be registered with the Central Contractors Registry (CCR) per FAR 52.204-7. Offerors who are not registered with CCR will be considered unresponsive and will not be considered in the evaluation. All offers shall include prices; a response to the Evaluation Criteria in FAR 42.212-2; a delivery schedule/process; a completed FAR 52.212-3; and Offeror?s name, address, contact name, phone number, fax number, email address, tax identification number, and DUNS number. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and any addenda to this clause, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and any addenda to this clause, applies to this acquisition. The following additional FAR clauses apply to this acquisition: FAR 52.215-5, Facsimile Proposals (Oct 1997), (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 970-498-1166. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document- (1) The Contracting Officer immediately shall notify the Offeror and permit the Offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the Offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the Offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful Offeror promptly shall submit the complete original signed proposal. FAR 52.222-3 Convict Labor (June 2003). FAR 52.223-6, Drug-Free Workplace (May 2001). FAR 52.247-34, F.o.b. Destination (Nov 1991). FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998). In addition, the following Agricultural Acquisition Regulation (AGAR) clauses and provisions are incorporated into this solicitation: AGAR 452.219-70, SIZE STANDARD AND NAICS CODE INFORMATION (SEP 2001) - The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are NAICS Code 541360 and the Size Standard is $21,000,000. Numbered Note #1 is included in this solicitation. Offers are due September 2, 2005 16:30 local time. Offers shall be submitted to USDA Forest Service, Rocky Mountain Research Station, Central Administrative Zone, Attention MAI DAILEY, 240 West Prospect Road, Fort Collins, Colorado, 80526. All questions regarding this solicitation shall be submitted, in writing, to MAI DAILEY at (fax) 970-498-1166 or by email at mdailey@fs.fed.us. SPECIFICATIONS: Based on the DotNetNuke portal framework, while merging the power and flexibility of a portal with the capabilities of the industry standard web-mapping engine ? ESRI?s Arc IMS; An install package that creates the Portal database, loads the default Portal data, installs the base Portal components, and deploys an initial Portal. From this initial Portal virtually an unlimited number of customized sub-Portals can be built and deployed; An interface enabling a site administrator to manage content (create pages, and add content modules to them) right from within the web browser; The site administrator does not need to be a web programmer or know any web syntax and content. Development can be done using familiar desktop tools such as WordPad; The administrator interface also enables the upload of a ?skin? which automatically configures the site with the desired graphic design attributes; A full permission and access model allows the administrator to define roles and role-based access to the various portal modules such as FAQ, Contacts, Links, and Announcements and literally 1000?s of other 3rd part DNN modules; The Portal will leverage all of the above functionality and provide : (1) a Map Pane (Map derived from Arc IMS Services), (2) a Table of Contents Pane (Layer Visibility, Active layer, Visible Scale Range), (3) a Results Pane which is dynamically joined to Map Pane selections, (4) and a Toolbar the is configured by the site administrator; The Geospatial Portal will contain the following tools which can be added to a map toolbar as needed: (1) Navigate (Zoom, Pan), (2) Zoom To (Map Bookmarks, Scale, Lat/Lon), (3) Selection Tools, (4) Save Map to File, (5) Email Map, (6) Print Map and data (PDF or HTML), (7) Map Notes (map markup/redlining), (8) Data Download, (9) Query Tool, and (10) Area and Length Measurement Tools; Map Module?s administration tools will enable the site administrator to connect a Map Module to an Arc IMS map service, define access permissions to the layers in the map service, and select tools to be on the toolbar; No limit to the number of map modules that can be in a portal; Map Module will allow a GIS data manager to maintain their GIS data in any format that is accessible through Arc IMS; The Portal will be compliant with Microsoft best practices, and utilizes well established technologies: (1) Microsoft SQL Server, (2) Microsoft IIS, (3) ESRI Arc IMS, (4) DotNetNuke Portal Framework, and (5) ASP.NET.
 
Place of Performance
Address: 2150 Centre Ave, Bldg A, Fort Collins, Colorado
Zip Code: 80526
Country: US
 
Record
SN00871272-W 20050818/050816211711 (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.