Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2006 FBO #1656
SOLICITATION NOTICE

R -- Chesapeake Bay Ecosystem Mapping and Analysis Support

Notice Date
6/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
NFFK-06-272
 
Response Due
6/21/2006
 
Archive Date
7/6/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number NFFK-06-272 is issued as a request for quotation. The North American Industry Classification System Code (NAICS) is 541710. The NOAA Chesapeake Bay Office (NCBO) requires mapping and analytical support in relation to fisheries, habitat, oyster restoration, and marine debris project. NCBO needs external support to develop a number of reports and products from those projects, as they are not currently represented by our current staff. This support includes Geographic Information Systems (GIS) mapping and development, IT and networking support and guidance, database development, web programming and a thorough knowledge of Chesapeake Bay ecosystems and living resources. The ability to integrate understanding of ecosystem processes with technical application is necessary. NCBO utilizes a full suite of ESRI GIS mapping software, including Arc Map, Arc View, Geostatistical analysis. Products must be developed using ESRI software, or complaint alternative. NCBO needs to develop several web viewers to allow users access to data on various resources and projects, with the option to download data, as well as query the background databases. These resources must address complex ecological issues and provide value-added analysis and products to the end-users. For example, the oyster restoration project relies upon more than six long-term data sets. NCBO needs all relevant oyster restoration and restoration monitoring data to be pulled into one database. This will require significant interaction with data providers and NCBO staff. Recommendation for consistent data collection and reporting formats should be developed for data providers, so that future data collection and analysis will be less difficult. Subsequent to data collection and manipulation, an online viewer with several query options should be developed. Options should include download, custom map creation, user queries on disease parameters at each site, and restoration effort by tributary and partner. NCBO requires IT and networking guidance to maximize data transfer and daily operations among its four locations: Annapolis, Norfolk, Oxford, and Gloucester Point. Supervisors for this contract are Gloucester Point, Virginia. Currently, the offices have less than optimum inter-connectivity. Network tests and research should be conducted to recommend the optimal solution between all offices. This testing can take up to 6 months. Options may include T1 installation, point-to-point VPN, or other configuration. Network resources and bandwith concerns for all locations will be considered. NCBO recently revised its entire website. As we move our website from an independent server to a NOAA (.gov) server, there are several standardization and compliancy policies that need to be followed as we develop new tools and products for our website. All products developed must meet current NOAA standards and follow all established internet policies. All data must be accompanied by metadata and transferred, in entirely, to NCBO staff on a quarterly basis. Additionally, applicants must be able to provide routine mapping support for NCBO staff, including custom maps for presentations, technical guidance on database development and management, database queries, and GIS support. Deliverables: 1) Database management structure on NCBO server to include consistently developed Access databases for each major project (fisheries, habitat, oyster restoration, and marine debris), 2) Consistent reporting procedures and spatial and other data providers and grantees, 3) Recommendations to maximize efficiency of data transfer and access between the NCBO at VIMS office and other NCBO office locations, 4) Online web mapping interfaces and database query tools for fisheries, habitat, oyster restoration and marine debris project, 5) Online web interfaces will include data download tools, to include associated metadata and contact information for original data providers, 6) Online mapping tools must be developed with standard NCBO design guidelines, and be viewable among a variety of web viewers (Netscape, MS Internet Explorer, etc) and on various platforms (PC, Mac, etc), 7) Tools must be developed in collaboration with NCBO staff contact for each project, 8) Projects must also be developed in collaboration with our partner office, the Chesapeake Bay Office, and allow their web developers and spatial analyst to utilize the same databases used in our tools. This will require implementation and maintenance of SDE with NCBO, 9) Stock map files for each of these projects with NCBO-standard design format. These should be developed as easily accessed and printable maps for all NCBO staff at poster size (27x40) and page size (8.5 x 11). Each file should be created with appropriate NCBO staff contact to provide background text, status, and other project specific information, 10) Connectivity recommendations for NCBO offices to maximize operations, and technical assistance in the implementation of these recommendations. Period of Performance: October 1, 2006 ? September 30, 2007 with possibility of extension for 2 subsequent years afterwards. The resulting purchase order shall be negotiated on a firm fixed price. The award shall be made on a best value basis using simplified acquisition procedures and commercial acquisition procedures. Offers will be evaluated based upon approach, past performance, and price. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-08. The provisions and clauses may be downloaded at http://www.acqnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation ? Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) approach, (ii) past performance, (iii) price; FAR 52.213-3, Offeror Representations and Certifications ? Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. All interested contractor must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representation and Certifications. All responsible sources that can meet the requirements and provide services listed above may respond to this combined synopsis/solicitation with a quotation addressed to Gina E. Lee, NOAA Acquisition Division, 1305 East West Highway, Room 7141, Silver Spring, MD 20910, to be received no later than June 21, 2006. Responses may be faxed to (301) 713-0806 or e-mailed to Gina.E.Lee@noaa.gov. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ.
 
Record
SN01063946-W 20060609/060607220807 (fbodaily.com)
 
Source
FedBizOpps 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.