Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2006 FBO #1657
SOLICITATION NOTICE

D -- Farm Animal Demographics Simulator for the Avian Influenza Modeling Project

Notice Date
6/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, MRPBS, ASD, Specialized Contracting Branch, 2150 Centre Avenue Building B, MS2E6, Fort Collins, CO, 80526
 
ZIP Code
80526
 
Solicitation Number
47003
 
Response Due
6/23/2006
 
Archive Date
7/8/2006
 
Point of Contact
Tamara Lanier, Contracting Officer, Phone 970-494-7179, Fax 970-494-7181, - Tamara Lanier, Contracting Officer, Phone 970-494-7179, Fax 970-494-7181,
 
E-Mail Address
Tamara.M.Lanier@aphis.usda.gov, Tamara.M.Lanier@aphis.usda.gov
 
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 Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will NOT be issued. This combined synopsis/solicitation will result in a firm fixed price purchase order. Simplified procurement procedures will be used per Federal Acquisition Regulation (FAR) Part 13. This combined synopsis/solicitation, 47003, is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-09. This requirement is 100% set aside for small business. The NAICS code is 541511, Custom Computer Programming Services. The small business size standard is no more than $23 million in average annual receipts for the offeror's preceding 3 years. This combined synopsis/solicitation contains six contract line item numbers (CLIN). The quantity for each of the below CLINs is 1. The unit of measure for each of the below CLINs is JOB: CLIN 0001, Module 1: Research Tools Available For Completing Subsequent Modules CLIN 0002, Module 2: Generation of Static Data Layers CLIN 0003, Module 3: Generation of Dynamic Data Layers CLIN 0004, Module 4: User Interface and Outputs CLIN 0005, Module 5: Documentation & Beta Testing CLIN 0006, Travel Provide a breakdown for the travel estimate Offerors are to provide pricing for all above CLINS. If travel is needed, provide a breakdown of all travel costs. The following FAR provisions and clauses are incorporated by reference and can be found in full text at http://acquisition.gov/far/index.html: 52.212-1 Instructions to Offerors - Commercial Items. 52.212-2 Evaluation-Commercial Items. 52.212-4 Contract Terms and Conditions - Commercial Items. Offerors must be active in the Central Contractor Registration database, www.ccr.gov. In accordance with FAR 52.212-3(a), Evaluation ? Commercial Items, the Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. ArcObjects Programming experience 2. Experience with geospatial randomization algorithms 3. Experience creating customized desktop/web mapping clients 4. Experience with exporting data from mapping clients to other formats, e.g., PDF, CSV, MS Excel 5. Experience connecting to geospatial data architectures using ODBC or similar means 6. Software installer packaging experience 7. Documentation / Beta Testing / Software Production Cycle Experience Offerors shall provide a narrative that addresses the above seven factors. Provide enough information so that an evaluator can rate your responses. Offerors are to provide a list of three most current references for like services. The offerer shall provide the name, address, telephone number and e-mail address of the point of contact for each reference provided. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-6 Notice of Total Small Business Set Aside, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.239-1 Privacy or Security Safeguards. AGAR 452.237-75 RESTRICTIONS AGAINST DISCLOSURE (FEB 1988) (a) The offeror agrees, in the performance of this requirement, to keep all information contained in source documents or other media furnished by the Government in the strictest confidence. The offeror also agrees not to publish or otherwise divulge such information in whole or in part in any manner or form, or to authorize or permit others to do so, taking such reasonable measures as are necessary to restrict access to such information while in the offeror's possession, to those employees needing such information to perform the work provided herein, i.e., on a "need to know" basis. The offeror agrees to immediately notify in writing the Contracting Officer, named herein, in the event that the offeror determines or has reason to suspect a breach of this requirement. (b) The offeror agrees not to disclose any information concerning the work under this requirement to any persons or individual unless prior written approval is obtained from the Contracting Officer. The offeror agrees to insert the substance of this clause in any consultant agreement or subcontract hereunder. Any of the FAR provisions or clauses can be provided via e-mail if your request is sent to: Tamara.M.Lanier@aphis.usda.gov. The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. Numbered note 1 is applicable. Quotes are due June 23, 2006 by 4 p.m. Mountain Time. All responsible small businesses may submit a quote for consideration. All quotes must be signed. Quotes may be faxed to 970-494-7181, Attn: T. Lanier with a signed original forwarded by mail to: USDA, APHIS, 2150 Centre Avenue, Bldg B, Mail Stop 26E, Attn: T. Lanier, Fort Collins, CO 80526-8117. Quotes can be e-mailed to Tamara.M.Lanier@aphis.usda.gov. A complete quote will consist of: 1. prices for CLINs 0001 through 0006 2. signature on the page that lists the prices 3. narrative addressing the seven evaluation factors 4. references 6. DUNS number (Duns and Bradstreet, www.dnb.com/us/) The STATEMENT OF WORK FOR THE FARM ANIMAL DEMOGRAPHICS SIMULATOR (FADS)FOR THE AVIAN INFLUENZA MODELING PROJECT will be provided for in an amendment to this combined synopsis/solicitation notice. The SOW was too lengthy to provide for in this notice.
 
Place of Performance
Address: Fort Collins, CO
Country: US
 
Record
SN01065636-W 20060610/060608221806 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.