Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
SOLICITATION NOTICE

B -- Procurement announcement of point cloud processing geologic data extraction software under FAR 13.206-1(b).

Notice Date
7/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - Mid-Pacific Regional Office 2800 Cottage Way, Room E-1807Federal Building Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
09PS204020031
 
Response Due
7/10/2009
 
Archive Date
7/2/2010
 
Point of Contact
Joy Morrison Contract Specialist 9169785110 jmorrison@usbr.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This announcement is not a competitive Request for Proposal or Request for Quote. The Bureau of Reclamation intends to negotiate on a sole source basis with Split Engineering LLC, to procure Point Cloud Processing Geologic Data Extraction software under the authority of FAR 13.106-1(b). Sole source justification has been prepared in support of this acquisition. The applicable North American Industry Classification System (NAICS) Codes are 511210, 334513, and 541511. The related small business size standard is limited to 500 employees or $25.0 million dollars. The Government's intent to exercise this sole source solicitation on a non-competitive basis is made solely at its discretion. However, unsolicited written responses to this announcement will be assessed for potential as competitive procurement offers. All parties interested in providing such unsolicited responses, must reference this synopsis #09PS204020031 in written notification to the Contracting Office, within 7 calendar days of the date of this notice publication. Such notification must (i) state the party's intent for consideration and (ii) provide detailed, supporting evidence that clearly demonstrates a capability to meet all requirements stated below:- The principal components of the supplies and services to be purchased include: The purchase of three (3) Geologic Data Extraction Software licenses for an indefinite period. The period of performance will be 30 days, to include a mandatory three day training period and supporting travel schedule for the customer at the Sacramento office. Software delivery shall occur within 10 days upon award, in electronic format from the vendor website or by mailed CD/DVD. Additionally, technical service support shall be provided 90 consecutive days following the date of award. The Geologic Data Extraction Software shall be a point cloud processor that specializes in geotechnical applications and possess the following specific capabilities: (1) A fully automated, 3D processor that permits the digital capture of geologic site conditions; (2) The interface ability to efficiently import and process LiDAR point cloud data recordings from a 3D Laser scanner; (3) The interface ability to efficiently import and process digital imagery; (4) Efficiently perform:- (i) On-site rock mass characterization; (ii) Database production for thousands of fractures, produce orientation stereo-nets and fracture size roughness distribution. (5) Each license package shall include a USB dongle key to enable the software processor. The package shall also include an electronic help file, with necessary help desk technical support in virtual and/or voice mail format for the period of performance specified above. All interested parties must additionally include written proof of following in the response: (a) Business name, address, cage code; size classification based on NAICS size standard; socioeconomic classification (i.e. Small Business, Small Disadvantaged Business, Women-Owned Small Business, HUBZone, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, 8(a) etc.); Dun and Bradstreet number (DUNS); Tax Identification Number (TIN); and a point of contact (b) A positive statement of your intention to submit an offer for this solicitation as a prime contractor (c) Evidence of your experience providing this type of software similar in type and scope to the supplies requested in this announcement within the last five years. This evidence should include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers. Please do not include more than three past projects. Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102, apply to this procurement. All prospective contractors must be registered prior to any further consideration. The absence of a current CCR database registration will default in an ineligible award status rating. Information on CCR registration can be obtained via the Internet at http://www.ccr.gov. Information on annual Representations and Certifications can be obtained via the Internet at http://orca.bpn.gov. Responses should be emailed to the government point of contact jmorrison@usbr.gov, no later than the close of business on July 9, 2009, PST. The information provided in this announcement is all information the Government has available at this time. No other specifications, drawings, bid packages, or source lists are available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BR/BR/09PS204020031/listing.html)
 
Place of Performance
Address: Mid Pacific Regional OfficeMP 200, Surveys and Mapping Branch2800 Cottage WaySacramento, CA<br />
Zip Code: 958251898<br />
 
Record
SN01864222-W 20090704/090703000142-e21e9fab814b523d467b19e8f314eb56 (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.