Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
MODIFICATION

T -- RECOVERY- USDA GIS (Geographic Information Systems) Geospatial Service & Support

Notice Date
8/6/2010
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Rural Development, Procurement Management Division, 1400 Independence Ave., S.W., Mail Stop 0741, Washington, District of Columbia, 20250
 
ZIP Code
20250
 
Solicitation Number
AG-31ME-S-10-0004
 
Archive Date
1/22/2010
 
Point of Contact
Dorothea Garner, Phone: 2026920354
 
E-Mail Address
dorothea.garner@wdc.usda.gov
(dorothea.garner@wdc.usda.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a Recovery Project: This procurement has been designated as an 8(a) competitive set-aside. Receipt of award is contingent upon the rating of evaluation factors and the offeror meeting the requirements of Section 1512 (reports on use of funds) of the Recovery Act. This opportunity is only available under the 8(a) program, per FAR Part 15, to 8(a) contractors. General: The United States Department of Agriculture (USDA), office of Rural Development (RD), is soliciting proposals from 8(a) firms having the capability to perform the work described below. This solicitation will be issued electronically using the GPE (Government-wide Point of Entry) Website https://www.fbo.gov. This is a Request for Proposal (RFP) solicitation. There will be no public bid opening. Paper copies of this solicitation will not be made available. Offerors wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at https://www.fbo.gov. Subscribers to this service are ultimately responsible for reviewing the Federal Business Opportunities site for all information relevant to this solicitation. Plan holders will be required to visit this website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. Title of Project: RECOVERY- USDA GIS (Geographic Information System) Service & Support Location: (PRIMARY SITE: St. Louis, Missouri) with no more than 10 scheduled trips to the Washington, DC area per year. Description: The scope of this contract is to provide analysis, development and support for enterprise class Geospatial information management solutions. Geospatial solutions include maps, charts, and technology, global position system (GPS), geographic information system (GIS), Geospatial Service-Oriented Architecture (SOA) Development, internet based mapping solutions, mapping, geodatabases and geo-coding. Professional services required to be performed include: project manager, analysts, geospatial specialists, and other services of an architectural or engineering nature in support of these capabilities. This effort addresses geospatial and geographic information system application services development to satisfy business requirements. It encompasses the entire range of applications development practices and lifecycle approaches, and represents an investment in the enterprise capability maturity model relative service functionality. We have multiple tools and technologies currently being used in the support of our current geospatial initiatives including ArcGIS, ArcObjects, ArcSDE, ArcGIS Engine, ArcGIS Server, MySQL, SQL Server, Oracle, Informix, HTML, AJAX, XML, XSLT, Java, JavaScript, C/C++, C#, Python, PHP 5.0, VB.NET, VB6, VBA, KML, Google Maps Applications. Type of Procurement: It is anticipated that a negotiated firm-fixed price IDIQ contract will be awarded requiring submission of both a technical and a price proposal. The government will consider both, an offeror's technical capability and its price. This will be an 8(a) set-aside. Period of Performance: The period of performance of the proposed contract is anticipated to encompass one base year plus four additional option years. Work under this contract is expected to commence on or about February 15, 2010. Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet. Prior to ORCA, vendors were required to submit Representations and Certifications (Reps and Certs) for each individual large purchase contract award. Now, using ORCA, a contractor can enter their Reps and Certs information once, for use on all Federal contracts. This site benefits not only the contractor, by the business to maintain an accurate and complete record, but also the Contracting Officer, as he or she can view every record, including archives, with the click of a mouse. The ORCA site can be found by going to http://www.bpn.gov and clicking on "Online Reps and Certs Application" on the left side of the screen. If you do not have access to the Internet, or feel you need extra Internet help, please contact the Procurement Technical Assistance Center (PTAC) www.dla.mil/db/procurem.htm) closest to you. You are strongly encouraged to register in ORCA in responding to this solicitation. You are required to have an active registration in Central Contractor Registration (CCR) in order to conduct business with the Federal Government. Proposed Issue Date: December 2, 2009 Proposal receipt date is approximately January 7, 2010; actual date will be established at the time proposal documents are available. The North American Industrial Classification System (NAICS) Code is 541370, Mapping and Surveying Services with a size standard of $4.5 million. This is a negotiated best value procurement. Best value method will be used to determine awardees. Evaluation factors will consist of Technical Capability, Past Performance and Total Evaluated Price (inclusive of option periods). The solicitation will be posted on or about December 2, 2009. Proposals will be due to the office of the Contracting Officer no later than 30 days following the full posting. It is the policy of the Government to provide, to the maximum extent practicable, opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration office to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Central Contractor Registration's (CCR) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. All solicitation documents will be posted to the web via FedBizOpps (www.fbo.gov). FedBizOpps provides secure access to acquisition-related information, synopsis, pre-solicitation notices and amendments. Any questions regarding this notification should be directed to the Contract Specialist/Contracting Officer whose name appears herein. All responsive offers will be considered. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-12-24 12:22:42">Dec 24, 2009 12:22 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-08-06 14:25:12">Aug 06, 2010 2:25 pm Track Changes The Response date has been extended from 7 January 2010, to 14 January 2010. NOTE: DUE TO AN ADMINSTRATIVE ERROR CONTRACT-AG-31ME-C-10-0018 DATED JUNE 25, 2010 WAS NOT AWARDED. WHEN THE CONTRACT IS AWARDED NOTIFICATION WILL BE POSTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/RD/PMD/AG-31ME-S-10-0004/listing.html)
 
Place of Performance
Address: (PRIMARY SITE: St. Louis, Missouri) with no more than 10 scheduled trips to the Washington, DC area per year., St. Louis, Missouri, 63120, United States
Zip Code: 63120
 
Record
SN02232025-W 20100808/100806235458-440b681b84bb148c2137910c6610a426 (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.