Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2005 FBO #1425
MODIFICATION

D -- Geographic Information System support services

Notice Date
10/19/2005
 
Notice Type
Modification
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development (8PF), Denver Federal Center, 6th and Kipling Streets, Building 41, Denver, CO, 80225
 
ZIP Code
80225
 
Solicitation Number
GS-08T-06-BPC-0001
 
Response Due
10/26/2005
 
Small Business Set-Aside
Total HUB-Zone
 
Description
IMPORTANT!! CONTACT INFORMATION HAS CHANGED TO: Daniel Bush, 303-236-7420 or Susan Trujillo, 303-236-7412 QUESTIONS AND ANSWERS TO COMBINED SYNOPSIS/SOLICITATION QUESTION: Does one have to be registered with schedule 70 to be able to submit a proposal? ANSWER: No, any certified HUBZone Small Business, meeting the size standard may submit a proposal. QUESTION: Who is the incumbent? ANSWER: ML Technologies. QUESTION: Is this requirement a recompete? ANSWER: No, it is a new contract. QUESTION: Is the incumbent still working? ANSWER: No, services ended on September 30, 2005. QUESTION: How many onsite people are required for this contract? ANSWER: Amendment No. 1 to the synopsis/solicitation clarifies the services of one person is needed. QUESTION: Can a company that is not registered on GSA Schedule 70 still submit a proposal? ANSWER: Yes, all certified HUBZone Small Business companies meeting the size standard may submit a proposal. QUESTION: Has the data to be entered into the GIS system already been collected? If so, is it survey accurate? If not, will we need to provide surveying services to collect the data or will old data be used to convert to a GIS system? ANSWER: The baseline data, known as the Common Installation Picture [including facilities that are typically viewed for reference by all functional communities at a given installation, including an overhead satellite image or aerial photograph], have been collected. Data for other GIS layers [known as Mission Data Sets] are being added as time and resources permit. If so, is it survey accurate? Some of the data are survey grade, some are not. We have the GIS hardware and ability to collect survey grade data and are doing so as time and resources permit. If not, will we need to provide surveying services to collect the data or will you just use old data and convert to a GIS system? The best answer to this question is that the work required under this solicitation is for ongoing GIS support. There are some data collection requirements, but there are also GIS services (mapping, data conversion, data standards support, etc.) as noted in the announcement. We have a mature system with a number of existing professional civilian and military support personnel. This requirement is for additional support. This is a combined synopsis/solicitation for commercial Geographic Information System support services prepared in accordance with the format in FAR Subpart 12.6, as supplemented by additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is GS08T-06BPC-0001 and is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-6. This solicitation is set aside for qualified HUBZone small business concerns to compete ( see FAR 19.1305).The NAICS Code is 541370 Surveying and Mapping (except Geophysical) Services - which has a size standard of $ 4 million. Any amendment(s) hereto will only be published in the FedBizOpps website. The General Services Administration, Federal Technology Service, Rocky Mountain Region 8 requires Information Technology Services to support the Environmental Management Division of the 75th Civil Engineering Group at Hill Air Force Base in Utah. The services required are to provide a full range of Information Technology technical support capabilities for Geographic Information System (GIS) requirements in the Environmental Management Division (CEV). The effort includes the following types of support activities: GIS support functions, such as CAD file creation and manipulation, GPS data acquisition and truthing, digital map creation and manipulation, general programming assistance and consultation for web deployment of GIS information. 3.0 GIS Support tasks include: 3.1 Map creation. Create files of building layouts or specific geographic area under Hill AFB purview according to current GeoBase standards (as defined in the most current Air Force Geo Integration Office documents (found at https://www.il.hq.af.mil/geobase/). Files will be created using Environmental Systems Research Institute, Inc. (ESRI) software packages including ArcView? and ArcSDE?. Tasks also include exporting resulting files to Adobe pdf format. 3.2 Update of Previous Maps. Correct and update previous maps with updated information. Convert data from Bently MicroStation? format. Highlight key features on maps. Calculate statistics and areas. Perform GIS analyses. Data collection, updated protocols and layering standards shall match the currently defined configuration management standards. 3.3 Configuration Management Standards. Define colors, symbols, tables, features etc. to follow the Spatial Data Standards for Facilities Infrastructure and Environment (SDSFIE), as published by the CADD/GIS Technology Center (U. S. Army Engineer Research and Development Center, Vicksburg, MS) as far as possible. Consistently define additional standards to meet local needs. Document all work with consistent metadata including attributes, spatial extents, and descriptions. Ensure that all metadata meet the Federal Geographic Data Committee content for standard digital geospatial metadata. 3.4 Web-based deployment support. Provide technical, programming, and interface support to ensure that GIS information is accessible via the CEV intranet and the Hill AFB GeoBase web viewer. Work within the Microsoft Visual Studio.Net? environment. Products must interface with an Oracle? data base using ESRI ArcIMS? conventions and protocols. 4.0 Special Requirements. 4.1 Primary work area. The CEV division office area currently located on the north end of Building 5 (includes both government and contractor areas). Support shall also be given, as required, to CEV staff and contractors at other base sites including Building 514, the HAZMAT Cell, and the Utah Test and Training Range. 4.2 Work experience. Contractor personnel required under this contract shall have experience equivalent to an IT Engineering Specialist, IT Engineer, or GIS Specialist. Their qualifications/experience must meet or exceed the following: 3-5 years with Bentley Microstation? (.dgn files), 2-4 years CAD file manipulation, GIS support programming and maintenance, standard office software support. 5-10 years experience with GIS support software (including the full suite of ESRI products), digital mapping and transformations, and standard office software. Other special programming experience and project management skills will be given additional consideration. 4.3 Logistical Requirements and Information. A Firm-Fixed Price contract is being contemplated for this acquisition.Invoicing/billing will be submitted on the standard monthly basis.Place of Performance. 75th CEG//CEVO, 7274 Wardleigh Road, Hill AFB, UT 84056-5137. 5.0 Period of Performance. The anticipated Period of Performance for this contract will be five months from date of award. 6.0 Points of Contact. Dr. Daniel A Stone, Chief Environmental Management Division, 75th Civil Engineering Group, 7274 Wardleigh Road, Hill AFB, UT 84056-5137, Phone - 801.777.6918, Fax - 801.777.6742, e-mail dan.stone@hill.af.mil. Contracting Officer, Sheryl Winds, GSA/FTS/R8, Bldg. 41, Room 111, Denver Co. 80225-0526 Contracts Specialist, Daniel R Bush,GSA/FTS/R8, Bldg.41, Room 111, Denver Co. 80225-0526, Phone -303-236-7420, Fax - 303-236- 6000, E-Mail daniel.bush@ gsa.gov. Program Manager, Sidney Garcia, GSA/FTS/R8, Bldg. 41, Room 111, Denver Co. 80225-0526, Phone -303-236-7650, Fax - 303-236-6000, E-Mail sid.garcia@ gsa.gov. Forms and clauses stipulated herein may be downloaded via the internet at the following address: http://www.arnet.gov /far/. Interested parties are responsible for accessing and downloading documents and forms from that site. Forms SF-1449 and 52.212-3 (provision), ?Offeror Representations and Certifications ? Commercial Items? are herby provided as attachments to this announcement. Offers shall include a properly completed and signed Standard Form 1449. The following provisions and clauses are hereby incorporated by reference: FAR 52.212-1 (JAN 2005) (provision) ?Instructions to Offerors ? Commercial Items?, FAR 52.212-2 (JAN 1999) (provision) ?Evaluation ? Commercial Items? evaluation factors are as follows listed in descending order: (1) Technical Understanding; (2) Current experience (3) Past Experience (4) Cost. FAR 52.212-3 (MAR 2005) (provision) ? Offeror Representations and Certifications ? Commercial Items? NOTE: Offerors shall include with their offers a completed copy of the provision at FAR 52.212-3. FAR 52.212-4 (SEPT 2005) (clause) ?Contract Terms and Conditions ? Commercial Items?, FAR 52.212-5 (SEPT 2005) (clause) ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items including the following additional FAR clauses referenced in FAR 52.212-5, subparagraphs (b) (14), (16), (17), (18), (19), (20) and (30). Award will be made to the offeror presenting the best overall value to the Government. Offers shall be evaluated in accordance with the Test program procedures at FAR 13.500. The Government reserves the right to make award without discussions. For further information, please contact Daniel R. Bush (303/236-7420). Any questions shall be submitted in writing by either fax or e-mail by close of business on Tuesday, October 18th. Offers are due at 1500 hrs. on Wednesday, October 26, 2005 and shall be mailed to: GSA Federal Technology Service, Rocky Mountain Region 8, P.O. Box 25526, Attention Daniel R. Bush, Bldg. 41, Room 111, Denver, CO 80225-0526. ADDENDUM TO FAR 52.212-1.Central Contractor Registration (CCR). In accordance with FAR 52.212-1, Instructions to Offerors--Commercial Items, paragraph (k), the offeror must be registered in the Central Contractor Registration (CCR) database. The offeror will NOT be considered for this award unless the offeror is registered in CCR. It is the responsibility of the offeror to register in the CCR database at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. ADDENDUM TO FAR 52.212-3. Authorized Negotiators. The offeror represents that the following persons are authorized to negotiate on its behalf with the Government in connection with this request for proposals or quotations: Name of Negotiators 1-____________________; 2-____________________Telephone No. ___________. Evaluation of Offer. Proposal evaluation is an assessment of the proposal and the offer's ability to perform the prospective contract successfully. An agency shall evaluate competitive proposals and then assess their relative qualities solely on the factors specified in the solicitation. The following evaluation factors, in there relative order of importance, will be used in the evaluation of proposals to this Request for Quotation (RFQ): A. Technical Understanding, B- Current Experience, C- Past Experience, and D- Cost. E-Mail OR FACSIMILE OFFERS WILL NOT BE ACCEPTED. SEE NUMBERED NOTES 12 and 27.
 
Place of Performance
Address: Hill Air Force Base, Utah
Zip Code: 84056-5137
Country: USA
 
Record
SN00918108-W 20051021/051019212320 (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.