Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2007 FBO #2047
SOLICITATION NOTICE

R -- Computer Systems Analyst II

Notice Date
7/3/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-ID IDAHO STATE OFFICE* Admin Svcs Branch 1387 S. VINNELL WAY BOISE ID 83709
 
ZIP Code
83709
 
Solicitation Number
DLQ070040
 
Response Due
7/12/2007
 
Archive Date
7/2/2008
 
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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ), number DLQ070040. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. This solicitation is set-aside for small business under North American Industry Classification System (NAICS) code 541214. The Small Business Annual Receipts for the firm and its Affiliates, for the preceding three (3) fiscal years does not exceed $7.5 million. Line Item 0001 - Payrolling service for Computer Systems Analyst II to work 32 hours per week. Monday through Friday, excluding Federal Holidays. Approximate term: 5 Months. Service Contract Act Wage Determination No. 2005-2159 Revision No.: 3 Date of Revision: 05/29/2007 Occupation Code - Title Minimum Wage Rate 14102 - Computer Systems Analyst II $27.62 + $3.16 Health & Welfare Benefits STATEMENT OF WORK Located at the: Bureau of Land Management Idaho State Office 1387 S. Vinnell Way Boise, ID 83709 Description of tasks to be performed and the products to be completed. Develop Enterprise Geodatabase - Using Spatial Database Engine with Informix, build Enterprise Geodatabase of 30 additional current vector final data following current guidelines and standards where they exist and proposing standards where they do not exist. Test Enterprise GIS System - test speed and performance on the system in all BLM offices statewide. Prepare written report on findings. Maintain Enterprise GIS System - check system daily, answer technical support calls, perform weekly and monthly maintenance duties. Train on editing in the Enterprise GIS System - Teach intermediate skills of editing in the enterprise GIS System Project Analysis for resources and monitoring landscape health - Complete projects as requested by resource scientists for map products, analysis and database maintenance for datasets indicating landscape health and land status. Current projects include the Owyhee Uplands National Monitoring Strategy, listing of Lepidium Papilliferum, Standards and Guides key indicators of wildlife habitat and sage grouse monitoring. GIS duties to include professional practices of data validation and federal metadata creation and updates. Deliverables 1. Complete physical database schema for SDE on Informix/SQL Server for the original 30 feature classes with a minimum number of feature classes for each feature datasets. Due Date: September 9, 2007 2. Design, develop, test and implement custom editing interface for each feature dataset with related tables. Purpose is to provide GIS users easier editing with standard drop down lists for related SDE Informix/SQL Server tables in ArcGIS. Distribute tools in .mxt templates. Due Date: October 9, 2007 3. Train users in item 3, above using net meeting at one statewide GIS conference call. Due Date: October 9, 2007 4. Update contractor's initial submittal of 150 Standards and Guides Determinations in MS Access, correcting errors. Merge with the new deliverable of 350 new determinations. Produce new statewide enterprise GIS data layer and cartographic products and analysis similar to that provided for Spring 2007 national and statewide meetings. Due Date: November 9, 2007 5. Assist Resource staff with sage grouse data updates, analysis, especially fragmentation statistics Requires knowledge of FragStats software from the University of Massachusetts) and cartographic products, as requested. Due Date: December 9, 2007 6. Assist on Owyhee Uplands Monitoring project with data creation (especially remote sensing), filling data requests, grid and other analysis, fragmentation statistics, and cartographic products, as requested. Due Date: December 9, 2007 7. Provide technical support statewide on ArcGIS editing, SDE, Idaho corporate database and national database, such as National Integrated Land System. When requested, act as alternate for technical lead for State of Idaho at meetings and presentations. Provide report of the numbers of instances, time spent, Requesting Office/description of software or problem. Due Date: December 9, 2007 8. Provide daily, weekly and monthly maintenance on SDE Informix/SQL Server. Document methodology on steps to maintain the system. Due Date: December 9, 2007 Format for Deliverables Including Media Type 1. Deliverables will be submitted in both hardcopy and electronic GIS (pdf formats on cartography). (a) Deliverable GIS data must have FGDC standard metadata (b) Deliverable GIS data must have Idaho BLM Form 9167 completed with data steward signature and determination of sensitivity and release. (c) GIS data will be created and maintained in both shapefile and SDE geodatabase format in UTM Zone 11 NAD 1983 meters units, unless specific exception is made. 2. Delivery Instructions (a) A transmittal letter must be provided with every deliverable. The specific items delivered will be itemized in this letter. (b) All deliverables will be submitted to: Cindy Lou McDonald 1387 South Vinnell Way Boise, ID 83709 The Government will provide the contract employee with access to a typical office environment furnished with a workstation, telephone, facsimile, copier, computer connected to the internet and local area network at the office listed above. The contract employee will also be furnished with a Government ID/Facility Access Card. (See SECURITY) OVERTIME Overtime will not be authorized to accomplish the task. TRAVEL There will be travel authorized to accomplish the task. Travel requests must be submitted in writing, and in advance, with a funding document to cover any travel costs incurred, to both the Project Officer and Contracting Officer. If personal vehicle is authorized the contract employee will be reimbursed with Government Travel rates, but this must be approved by both the Project Officer and Contracting Officer. GOVERNMENT VEHICLE OPERATION If government vehicle is authorized for the occasional travel the following conditions will apply to the contract employee: Government Property Management and Use: The BLM assumes no liability for any actions or activities conducted under this contract except to the extent that recourse or remedies are provided by Congress under the Federal Tort Claims Act (28 USC 1346(b), 2401(b), 2671-2680, as amended by PL 89-506, Stat.306). Use of Government Vehicle: The required use of a government vehicle will require the BLM to provide Defensive Driving Training for any contract employee not yet certified with the BLM Defensive Driving Certificate. Either a current defensive driving certificate will be presented or the defensive driving training will be conducted and certified before the operation of any government vehicle. Required Insurance: The Contractor or contract employee shall, at its own expense, procure and thereafter maintain Automobile Insurance. This insurance shall be required on the comprehensive form of policy and will provide bodily injury liability and property damage liability covering the operation of all vehicles, including government owned, used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. SECURITY: Homeland Security Presidential Directive-12 - Clause mandated by the Department of the Treasury Acquisition Bulletin (AB) No. 05-12 - October 26, 2005. (a) The Contractor shall comply with agency Treasury and Bureau Personal Identity Verification Processes (PIV), which implements Homeland Security presidential Directive 12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standard (FIPS) 201. (b) The Contractor shall insert this provision in all subcontracts when the subcontractor is required to have physical access to a federally-controlled facility or access to a Federal information system. The Bureau of Public Dept Addendum to AB No. 05-12 Additional information regarding HSPD-12 can be located by clicking on the following link http://arc/publicdept.treas.gov/files/pdf/fsbpdapplicantrrainmodfinal.pdf In summary, this directive applies to: Physical Access is the ability to enter a federally owned facility or federally leased space: * If federal space is limited to a portion of a building then HSPD-12 applies only to that portion owned or leased by the federal government * Physical access requirements do not apply to: * Contractors needing supervised access for less than six (6) months * Guest researchers * Volunteers * Intermittent, temporary or seasonal contractors * Contractors, as of October 27, 2005, will be subject to HSPD-12 requirements. Logical Access is the ability to access federal IT systems or databases - applies to everyone regardless of how long access is required and whether within a federal facility or by remote connectivity. SPECIAL CLAUSES: 52.204-9 Personal Identity Verification of Contractor Personnel. As prescribed in 4.1301, insert the following clause: (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, as amended, and Federal Information Processing Standards Publication (FIPS PUB) Number 201, as amended. (b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. (End of Clause) 52.222-41 Service Contract Act of 1965, as Amended (July 2005) (41 USC 351, et seq.) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. The provision at 52.212-1, Instructions to Offerors-Commercial Items is applicable. The provision at 52,212-2, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on price and past performance. Past performance will be based on the Contracting Officer's knowledge, contacting provided references, and other reasonable sources. Offerors shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause 52.212-4, Contract Terms and Conditions-Commercial Items, is applicable. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is applicable, and the following additional FAR clauses cited in the clause are applicable: 52.204-07, 52.219-06, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-03 Alt. 1, 52.223-06, 52.232-33, 52.246-04. Contractors are required to register or update their registration at the Central Contractor Registration website at http://www.ccr.gov in order to receive an award under this solicitation. If you need assistance with the IDEASEC website contact the helpdesk at 703-390-6633. Offers are due at the above office by 9:59 pm MDT, Thursday, July 12, 2007. For additional information contact Patricia A. Fort, Contracting Officer at (208) 373-3910. Quotes will be accepted by either fax at (208) 373-3915, or email at Patricia_Fort@blm.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1295307)
 
Place of Performance
Address: BLM, Idaho State Office Boise, Idaho
Zip Code: 83709
Country: USA
 
Record
SN01334208-W 20070705/070703221618 (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.