Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

R -- US Army Corps of Engineers (USACE) Water Resources Laws Compilation Project

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519190 — All Other Information Services
 
Contracting Office
USACE HEC, Ft. Belvoir, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ-SN-10-0014
 
Response Due
9/20/2010
 
Archive Date
11/19/2010
 
Point of Contact
Nancy Hilleary, 703-428-6120
 
E-Mail Address
USACE HEC, Ft. Belvoir
(Nancy.L.Hilleary@usace.army.mil)
 
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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format Subpart 12.6, 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The requirement is set-aside for small business, and the associated NAICS code is 519190. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price CONSIDERED. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The following provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov, FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-3 Convict Labor, 52.222-50, Combating Trafficking in Persons. The following DFARS clause is applicable: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with following clauses that apply: 52.203-3, Gratuities and 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports and Contract Manpower Clause (see below). DUE DATE: The due date for the delivery of a response to this solicitation is on or before 10:00 AM, Eastern Standard Time (EST), 20 SEPTEMBER 2010. POINT-OF-CONTACT (POC): Nancy Hilleary, Contract Specialist, Phone: 703-428-6120, FAX: 703-428-8181, E-MAIL: Nancy.L.Hilleary@usace.army.mil Request for Proposals: U.S. Army Corps of Engineers (USACE) Water Resources Laws Compilation Project. Background The compilation project has been Congressionally mandated pursuant to Public Law (PL) 110-114, Nov. 8, 2007, 121 STAT. 1071. The requirements of the PL have five components. SEC. 204 (a) Compilation of Laws Enacted After November 8, 1966. The Secretary and the Chief of Engineers shall prepare a compilation of laws of the United States relating to the improvement of rivers and harbors, flood damage reduction, beach and shoreline erosion, hurricane and storm damage reduction, ecosystem and environmental restoration, and other water resources development enacted after November 8, 1966 and before January 1, 2008, and have such compilation printed for the use of the Department of the Army, Congress, and the general public. (b) Reprint of Laws Enacted Before November 8, 1966. -- The Secretary shall have the volumes containing the laws referred to in subsection (a) enacted before November 8, 1966 reprinted. (c) Index.-- The Secretary shall include an index in each volume compiled, and each volume reprinted, pursuant to this section. (d) Congressional Copies. -- Not later than April 1, 2008, the Secretary shall transmit at least 25 copies of each volume compiled and of each volume reprinted, pursuant to this section to each of the Committee on Transportation and Infrastructure of the House of Representatives and the Committee on Environment and Public Works of the Senate. (e) Availability. The Secretary shall ensure that each volume compiled, and each volume reprinted, pursuant to this section are available through electronic means, including the Internet. Water Resources missions that may need to be part of the Compilation project may include, but are not limited to: Regulatory Program authority, Hydroelectric power in dams, Flood Control, Recreational Navigation, Recreation, Irrigation, Water Supply, Shore and Beach erosion protection, Hurricane protection, Water quality, Environmental Concern and emphasis, Fish and Wildlife conservation, Wastewater management, Wetland development and conservation, Planning investigations, Aquatic Plant control, Civil Works R&D, Activities related to programs administered by other federal agencies, Interagency, interstate and international agreements, Operations, maintenance and project management, Construction, Dam Safety, Native Americans, and activities during war. Currently, there are six main printed volumes. However, other compilations have been printed and should be included when identified. The six main volumes are: 1.Laws of the United States Relating to the Improvement of Rivers and Harbors, v.1, from August 11, 1790 to June 29, 1938, HDoc 1491 (62-3) 2.v.2, 1897 to 1913, HDoc 1491 (62-3) 3.v.3, 1790 to 1938, General Provisions Annotated, HDoc 1491, (62-3) 4.v. 3, (#2) 1913 to 1939, HDoc 379 (76-1) 5.General Index, 1790 to 1839, HDoc 182 (90-1) 6.v.4, 1939 to 1966, HDoc 182 (90-1) USACE has copies of the bound volumes which will be given to the selected contractor to take apart and scan. Attached to this scope of work are 10 pages (plus the back side of one page) of sample listings of laws that have been compiled by the USACE Law Librarian, Robin Baird. The list totals 368 pages and 7643 line items. This list is not exhaustive but is intended to include a significant portion of the compilation work. Tasks: The contractor should provide their cost proposal by task and subtask so USACE can determine which tasks can be awarded based on project funds. 1. Half day kick off meeting to review supplied materials and determine the format of the required deliverables (see Task #3) likely via teleconference or WebMeeting. 2. If the Contractor chooses to use the spreadsheets compiled by USACE, they should verify the accuracy and determine which laws are suitable for inclusion per the Congressional directive. 3. Develop an electronic format (web-accessible framework or database) to contain the Compilation. It is expected that this format will be suitable for both publication by the Government Printing Office as well as for electronic media, including the Internet and searchable CDs. The Compilation will be available to the public. It should be searchable and be linked to the full text version of the Compilation. The following fields should be considered for inclusion in the database or organizational framework: a. Statute at Large cite b. Chapter # c. Public Law # (or Private #, Public #, Resolution #) d. Congress & Session e. Section f. # of amendments g. Title h. Bill # i. USC cite(s) In addition, the format of the new volumes shall be the same as the existing volumes, which is as provided in the U.S. Statutes at Large. Laws will be arranged sequentially as enacted. In the case of large Laws where only a portion is relevant to this project, the beginning of the law (1st page) will be provided, followed by& the portion referenced in its entirety, then followed by***and the end of the law (last page). 4. a. Compile the laws described in SEC 204 (a) from Nov. 8, 1966 including those that have been enacted prior to the date this contract is awarded. It is expected that the contractor will rely heavily upon the compilation work already completed by USACE, however additional research should be performed. b. Verify each statute for accuracy of citation. c. Identify amendatory laws and add to the compilation. d. Create an index for each volume 5. a. Reproduce the existing Compilation volumes of the laws described in SEC 204 (a) enacted prior to Nov. 8, 1966. b. Identify amendatory laws and add to a supplementary volume. c. Add other laws that should have been included earlier, but were not. Place in a supplementary volume as mentioned for the amendatory Laws. d. Create an index for each of the volumes. The existing volumes do not contain indexes. A general index exists as its own volume, but only covers laws through 1939. 6. Produce CDs of the all the volumes. The CDs should be searchable full text versions. The cost for this task should be provided as a cost per CD since the number of CDs is to be determined. The number of CDs to be produced will be included in the contract. Deliverables 1.The Contractor shall provide a draft electronic format to USACE, IWR within 15 days of the kickoff meeting. USACE, IWR shall return and comments to the Contract within 10 days. 2. The contractor will provide a draft electronic version of the Compilation to USACE, IWR for review in the agreed upon format. A final version shall be delivered 30 days after receipt of any government comments or changes. The final version should be provided ready to be put on a USACE website. 3. Provide the searchable full text version of the Compilation on CDs. CDs should be consistent with the final approved version of the Compilation. The number of CDs will be specified in the contract. Schedule Draft electronic version of the Compilation to be provided by 31 October 2010. All work must be completed by 30 December 2010. END OF STATEMENT OF WORK 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract 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: 1.Technical Approach. The specific factors that will be rated in the award process include: a.Understanding of the range of relevant substantive issues involved in the work requirement b.Analytical framework, procedures, and methods for satisfying the work requirement. Note: The discussion of technical approach in proposals should be limited to five single-spaced pages. 2. Technical Experience. Offerors proposals should demonstrate for key personnel specific capabilities relating to Tasks 1 6, including subtasks, in accordance with the Scope of Work. These capabilities will be rated in the award process. The contractor must demonstrate expertise in the following areas: i.Knowledge of Legal and Legislative materials. ii.Knowledge of the USACE mission and specifically, the Civil Works mission and responsibilities. iii.Knowledge of Water Resources projects as they relate to the USACE Civil Works mission iv.Knowledge of the steps required to complete a law compilation. 3.Past Performance. Offerors should submit detailed information on prior contracts or other efforts, within the last 5 years, involving the preparing law compilations. Offerors should highlight any law compilations that were prepared for Congress as this is the most relevant past experience for this effort. List and provide profiles for 3-5 relevant efforts, current or completed within this timeframe, which demonstrate both your experience with this type of work and that of any anticipated subcontractors. Profiles of contract efforts should include dates, location, types of contracts, dollar values, description of the work and references. Reference information should include the name, address, fax number and telephone number of the Contracting Officer or other contract administrator. References should also be provided for any anticipated subcontractors to be used. Past performance will be rated by evaluating the profiles for previous contract efforts submitted as evidence of offerors past performance doing related work. Phone interviews with the references submitted for past contract efforts on similar work will be used to confirm those efforts and determine whether they met or exceeded contractual requirements. If an offeror has no past performance, that offeror will receive a neutral rating. 4. Price. Price proposals will be evaluated for reasonableness and to determine the best overall value to the government. This factor will be judged on the degree to which the proposed cost/price elements are reasonable and consistent with the work to be performed. Excessively high or low cost/price may be deemed to indicate a lack of understanding of the scope of work or level of technical expertise required. The first three evaluation factors Technical Approach, Technical Experience, and Past Performance are of equal importance and considerably more important than the fourth evaluation factor Price. An offeror whose capabilities fail to meet one or more of the specified Technical evaluation factors will be deemed ineligible for award. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 offers 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. (End of Provision) Submit your proposal in accordance with the following CLINs, breaking out Labor by category, hours and hourly rate: CLIN 0001, Labor Services for Water Resources Laws Compilation Project for the US Army Corps of Engineers. 1 LS $_____________ CLIN 0002, Travel (if applicable) 1 LS $_____________ CLIN 0003, Contractor Manpower Reporting Requirements 1 LS $___________ Contract Manpower Reporting Clause The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information; (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. Attachment A (Contract Manpower Reporting Worsheet.doc) can be viewed in the above Contractor Manpower Reporting Website as part of the applicable solicitation or contract and is considered part of this clause.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-SN-10-0014/listing.html)
 
Place of Performance
Address: USACE Institute of Water Resources, Ft. Belvoir ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA
Zip Code: 22315-3860
 
Record
SN02273836-W 20100910/100909000630-ef74cbe6726d8fa1b392bbca43bd9c56 (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.