Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

B -- USCGC POLAR SEA Installation and Support of a MapServer - Statement of Work (SOW)

Notice Date
9/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-10-Q-PNS113
 
Archive Date
9/25/2010
 
Point of Contact
Marilyn S. Gray, Phone: 5104373026
 
E-Mail Address
marilyn.s.gray@uscg.mil
(marilyn.s.gray@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work (SOW) USCGC POLAR SEA Installation and Support of a MapServer OMBUDSMAN-NOTICE FOR FILING AGENCY PROTEST It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file formal agency protest with the Contracting Officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant Contracting Officer. If the Contracting Officer is unable to satisfy the concerns, the interested party is encouraged to contract the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (CG-9131) 2100 2nd Street, SW, Room 2606 Washington, D.C. 20593 Telephone (202) 372-3692 Fax: (202) 372-3949 The Request for Quotation number is HSCG44-10-Q-PNS113 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-38. This acquisition is unrestricted for offers' business size 1500 employees. The NAICS is 481212. The contract type will be a firm fixed price contract. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued. Proposals are being requested as a written solicitation will not be issued. Purchase order to be awarded shall be under the authority of FAR part 12 "Acquisitions of Commercial Items". The Government proposes to solicit offers for the following services and quantities: DESCRIPTION OF SERVICE: Contractor shall assist ESU Seattle and provide a software engineer to configure, install, maintain, support and train Coast Guard and contract personnel on providing a mapserver (Using open-source GIS tool to display ship tracks, waypoints, satellite imagery, and other geo-located) initially for the POLAR SEA, and any other icebreaker in the polar icebreaking fleet. Display ice images and coordinating scientific research for operational requirement. 1.1 Contractor shall download and install multiple software packages for supporting mapserver on a USCG-provided server. This includes 20 different software packages downloaded from various sites. The software packages include programs to provide cartographic projection support, programs to render images properly for display, programs that provide capabilities to display various vector and raster data formats, programs to generate shapefiles from ASCII files, and programs that provide spatial predicate functions and operations. Download and install the mapserver software. Verify that everything compiled correctly, install mapserver in the cgi web directory, and test mapserver on the USCG server to verify that the software has been compiled an installed correctly. Fix any problems with library access for the mapserver executable and recompile as necessary until mapserver runs correctly. Populate mapserver with the base layers from the contractor mapserver, including bathymetry, topography and multibeam data and Alaskan cities, rivers and lakes. Test all layers to verify that the layers display correctly on the USCG server. 1.2 Contractor shall create a training class on how to use the mapserver. Train the ESU personnel on the basics of mapserver and how to create layers and shapefiles for viewing in mapserver. Also, create a training class on how to use the stand-alone catalog for ice observations and the TeraScan system for creating ice images. Train the ESU personnel in how to use and maintain the stand-alone catalog for ice observations. Train the ESU personnel on how the TeraScan process works for creating jpeg ice images from the raw data. 1.3 Provide support for mapserver software upgrades and maintenance updates to keep the software running properly. Provide training for additional personnel as necessary. SCHEDULE: CLIN 0001: Period of performance is to be from 01 September 2010 through 31 December 2010. CLIN 01001: Option period one starting 01 January 2011 through 31 December 2011. CLIN 01002: Option period two starting 01 January 2012 through 31 December 2012. The USCG Government is not required to exercise any Option Periods of this Task Order. CLAUSES: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications and Certifications Commercial Items, all offerors are to include with their offer a completed copy of the Representatives and Certifications or go on line an complete https://orca.bpn.gov.. FAR 52.212-4, Contract Terms and Conditions Commercial Item. (p) Limitation of Liability, is revised to read: LIABILITY a. The Contractor shall be liable for and shall at all times defend, indemnify and hold harmless the Government, its officers, enlisted personnel, agents and employees from and against any all loss, damage or injury, including property damage, personal injury and death, which may be sustained by any person or persons, whether they be employees, agents, or representatives of the parties hereto, or third persons, as a result of the Contractors performance of this contract. The Contractor shall also be liable for and shall at all times defend, indemnify and hold harmless the Government, is officers, enlisted personnel, agents and employees from and against any and all public or private environmental claims or liabilities shall include but not be limited to civil and criminal penalties, natural resource damages, response costs, cleanup and remediation, damage to Government and third party property, and any other third party liability. b. In the event any such claim or demand is made upon the Government, its officers, enlisted personnel, agents or employees, or in the event any suit therefore is instituted, the Government shall give immediate notice of such claim or suit to the Contractor and will refrain from any payment or demand with respect to such claim or suit without first allowing the Contractor a reasonable opportunity to resolve the claim. The Contractors liability under this clause shall include reimbursement to the Government, its officers, enlisted personnel, agents and employees for any judgments, payments or litigation expenses occasioned to them in connection with claims, demands or suits of which notice has been given by the Government. c. The Contractor releases the Government, its officers, enlisted personnel, agents and employees from any liability for any loss, damage or injury, which may be sustained by the Contractor in the performance of this contract. d. Notwithstanding any other provisions of this clause, the Contractor shall not be liable for or required to defend, indemnify, hold harmless or release the Government, its officers, enlisted personnel, agents and employees for any judgment, payments or expenses arising out of and to the extent of the gross negligence, willful misconduct or criminal acts of the Government, its officers, enlisted personnel, agents or employees. IMPORTANT NOTICE: FAR 52-232-33 (Payment by Electronic Funds transfer Central Contractor Registration, May 1999) mandatory requirement for contractors to be registered in the CCR Database. CONTRACTORS MAY REGISTER ONLINE AT HTTP://WWW.CCR.GOV/. IT IS MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. CONTRACTORS SHALL CALL DUN& BRADSTREET (1-800-333-0505) TO OBTAIN. AWARD CANNOT BE MADE UNLESS REGISTERED Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008): Offerors shall submit past performance information as required by paragraph (b)(10). For each individual proposed to perform planning, training and/or technical work under this RFQ, the offeror shall submit a resume. The quality, background, education and experience of the resumes shall focus on specific requirements of this Solicitation. Professional accomplishments, relevant publications, honors or awards, or significant project accomplishments shall be relevant to this Solicitation's requirements. The Offeror shall provide a staffing plan that identifies all personnel assigned and their expected role in fulfilling this Solicitation. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB1998) 1. FAR 52.228-5 INSURANCE-WORK ON A GOVERNMENT INSTALLATION (JAN 1997) Worker's compensation and employer's liability, General liability ($500,000.00 per occurrence) Automobile Liability (Policies shall provide coverage of at least $200,000.00 per person and $500,000.00 per occurrence for bodily injury and $20,000.00 per occurrence for property damage) THE FOLLOWING HOMELAND SECURITY ACQUISITION REGULATION CLAUSES ARE INCORPORATED BY REFERENCE: CLAUSE TITLE 3052.222-90 LOCAL HIRE (JUN 2006) 3052.223-90 ACCIDENT & FIRE PREVENTION (DEC. 03) 3052.228-70 INSURANCE (DEC 2003) 3052.242-71 DISSEMINATION OF CONTRACT INFORMATION (DEC. 03) The following clauses cited in FAR 52.212-5 are applicable to this acquisition; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 2553g and 10 U.S.C. 2402); FAR 52.222-3 Convict Labor (E.O. 11755); 52.217-8-Option to Extend Services; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.219 -4 Notice of Evaluation preference for HUBZone Small Business Concerns if offer elects to waive indicate in Offer. (15USC 657a), FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); FAR 52.225-13 Restriction on Certain Foreign Purchases (Mar 200505), FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (E.O. 13201); FAR 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 AND 41 U.S.C. 351, et seq.) (Vessel Operator $217.32/dy, Deckhand $136.20/dy and fuel Distribution System Mechanic $31.43/hr; Helo Pilot $35.00,hourly rates). The Department of Labor Wage Determination No. 2005-2017-Revision No. 6 apply. &. The full text of any clauses reference above are available from the Contracting Officer or may be accessed electronically at: http://www.arnet.gov/far SPECIAL NOTE: FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999) The Government will award one firm-fixed price contracts resulting from this synopsis/solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Price: will be the evaluated in accordance with FAR 15.404-1(b). 2) Past Performance: Will be evaluated on the quality and relevancy of previous experience. The offeror is required to identify past or current contracts for efforts similar to all services relevant to this installation and support of a mapserver. Offerors are to submit three (3) relevant references. Provide as a minimum the following applicable information: Contract number, type of service involved, contract type (fixed price, time & material), total dollar amount, procuring activity or firms complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, competence customer satisfaction, management adequate oversight. Relevance is specific experience with coordinating scheduling, and performing mapserver configuration, installation, maintenance, support and training. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Name and telephone number of the individual to contact for information regarding the solicitation: Marilyn Gray Contract Specialist C4/IT (Contractor) 510/437-3026
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-10-Q-PNS113/listing.html)
 
Place of Performance
Address: USCG ESU Seattle, 1519 Alaskan Way South, Seattle, Washington, 98134, United States
Zip Code: 98134
 
Record
SN02264266-W 20100903/100901235808-a4f8584e817bd27f1c628ebc0fc214c3 (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.