SOLICITATION NOTICE
R -- GIS Technicain - Renewable Energy Mapping
- Notice Date
- 12/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- BLM ID-STATE OFC HR&ADM SVC (ID953)1387 S. VINNELL WAYBOISEID83709US
- ZIP Code
- 00000
- Solicitation Number
- L10PS01735
- Response Due
- 12/11/2009
- Archive Date
- 1/10/2010
- Point of Contact
- Haener, Janice M 208-373-3911, jhaener@blm.gov
- E-Mail Address
-
Haener, Janice M
(jhaener@blm.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. This solicitation is set-aside 100% for Small Business. Firm, fixed-price offers are requested under Request for Quotations (RFQ) solicitation number L10PS01735. This document incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-20. The NAICS code is 561320. The business size standard is $13.5 million.The Bureau of Land Management (BLM) at the Idaho State Office has a requirement to obtain a GIS Technician for the Cadastrial Survey Group for a one year base period, December 21, 2009 through December 20, 2010, with option to extend services for one additional year. It is anticipated that services are that of a Computer Operator III -14043, at $17.53/hours plus health and welfare benefits, and that services will be required for one individual with an estimated 40 hrs per week. Description of WorkThe project will be contracted to a professional GIS candidate to work on site within the BLM computer system to:1. Correct (where possible) the corporate Idaho geospatial surface management agency data against the Master Title Plats and LR2000 for 600 of the townships containing BLM land and there is a pending fast track transmission line, proposed or active solar permit and proposed or active geothermal permit.2. Generate inventory of discrepancies that could not be resolved between the geospatial data and the Master Title Plat.3. Generate inventory of discrepancies that could not be resolved between the geospatial data and the LR2000 record.4. Generate an inventory of errors and omissions to be corrected in the Master Title Plat as compared against the LR2000 record.5. Generate inventory of errors and omissions to be corrected in the LR2000 records as compared against the Master Title plat and the Case File.6. Validate the corrected geospatial surface management agency dataset and FGDC metadata. Secure State Data Steward approval. 7. Data and Map Delivery System:a. Post the data on an Internet node approved by the FGDC as a Geospatial One Stop site for public download.b. Post the data on the internal BLM corporate DFS system in a location open for use by national BLM staff.c. Post the data on the internal BLM Base Map Browser so non-GIS BLM staff and managers nationally can query and make maps with the SMA data and other Idaho BLM corporate data.d. Make the data available for automated replication in the ArcGIS Spatial Database Engine software by the national BLM office. Due to the specialized knowledge, skills and abilities requirements of this work, a BLM Team will train contract staff one on one. Contractor should arrive at the BLM with knowledge of federal computer security systems, familiarity with the relationship between the national Legacy Rehost 2000 database and the Idaho BLM Master Title Plats, a knowledge of the information shown in the Master Title Plat and the symbology used, a knowledge of the Public Land Survey System and the role of BLM Geographic Coordinate Database, as well as work experience creating, maintaining, analyzing or using statewide SDE geodatabases in the current version of ArcGIS. of how to read a Master Title Plat QAQC their own work so that errors are no greater than 5% when first delivered to the BLM. Also, deliverables must be provided weekly and will be cumulative. All document production and computer tasks will be completed with a 98% accuracy rate. QUALIFICATIONS OF PERSONNEL: 1. Contractor personnel shall meet the qualifications specified above; 2. Contractor personnel shall be clean and neat in appearance; 3. Contractor personnel shall be able to read, write, and speak English; 4. Contractor personnel shall be able to work independently and complete assignments. The Government has an incumbent who has been training in this particular work and shall have first right of refusal. The Government reserves the right to reject contractor personnel at any time during the duration of the contract if they are deemed not to have the level of competence or abilities or for any reason found to be unsuitable for work required under the contract. A suitable replacement shall be provided the following work day or as soon as practicable.All potential contractor personnel will be subject to the Homeland Security Presidential Directive-12 (HSPD-12), "Policy for a Common Identification Standard for Federal Employees and Contractors". This includes minimum requirements for Federal personal identification verification (PIV) system. Everyone issued an ID badge must have a favorable background investigation, including a FBI fingerprint check; for most people, this will mean a National Agency Check with Inquiries (NACI) and must present two forms of identification. DAYS AND HOURS OF OPERATION - The office operates under a flexible work schedule. When the contractor is assigned to work it shall be based on eight hours per day Monday through Friday with a flexible work schedule between the hours of 6:00 am to 6:00 pm with the approval of the Supervisory Geographic Sciences Specialist. Work shall not be required on Federal holidays, BLM closures due to weather, or Executive Order. OVERTIME - Overtime is not anticipated however, during periods that overtime maybe required at the discretion of the Supervisory Geographic Sciences Specialist, the Contractor shall be paid overtime in accordance with Service Contract Act. LOCATION - Work will be done on-site at the BLM, Idaho State Office, 1387 S Vinnell Way, Boise, Idaho 83705. TRAVEL - Travel should not be required, If travel is required the contractor shall be reimbursed in accordance Federal Travel Regulations (41 CFR 301-304). SUPPLIES, MATERIALS, EQUIPMENT AND UTILITIES - The Government shall provide all normal office equipment and supplies necessary to do the work assigned.Wage Determination Number 2005-2159, Revision Number 8, dated 07/22/2009 shall apply. This can be found at www.wdol.gov/sca.aspx. The following provisions and clauses apply to this procurement: FAR 52.204-07 CENTRAL CONTRACTOR REGISTRATION; FAR 52.204-09 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL; FAR 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS - COMMERCIAL ITEMS (para (b) following clauses apply; FAR 52.219-06; FAR 52.219-27; FAR 52.219-28; FAR 52.222-03; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-50; FAR 52.232-33 para (c) following clauses apply FAR 52.222-41; FAR 52.222-42 [Computer Operator III: Monetary Wage: $17.53 plus health & welfare of #3.35/hr; Annual and Sick Leave, Paid Holidays; FAR 52.222-43); FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATION; FAR 52.212-02 EVALUATION-COMMERCIAL ITEMS (Past Performance shall equal Price). PAST PERFORMANCE: Offeror shall provide company/organization names, name of contact person and telephone number for three (3) contracts/orders performed within the last two years with work similar in complexity and magnitude to the work identified in the statement of work. Past performance can be based on the Contracting Officer's knowledge, contractor provided references, and other reasonable sources. PRICE: Please provide pricing for the base year and option year as an hourly rate); 52.217-9 OPTION TO EXTEND TERM OF THE CONTRACT [(a) insert 30 days blank #1, 30 days blank #2, (c) insert 3 years]; 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (insert 12 months blank #1, 12 months blank #2). AMERICAN RECOVERY ACT CLAUSES: FAR 52.203-15 WHISTLEBLOWER PROTECTIONS UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009; FAR 52.204-11 AMERICAN RECOVERY AND REINVESTMENT ACT REPORTING REQUIREMENTS; FAR 52.244-06 SUBCONTRACTS FOR COMMERCIAL ITEMS. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov or a completed copy of the FAR 52.212-03 clause must be submitted with the quote. Quotes shall be submitted in writing on a SF 1449 or on company letterhead and must include the RFQ number, the company name, point of contact, address, phone number, fax number, DUNS number, any prompt payment discount terms, and all information required under the evaluation criteria. Quotes shall be received by December 11, 2009, 11:00 am MDT at the Bureau of Land Management, Idaho State Office, 1387 S Vinnell Way, Boise, ID 83705, or by FAX at 208-373-3915. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/ID/L10PS01735/listing.html)
- Record
- SN02014087-W 20091203/091201235944-b1275a45fe1e14e3f60ef7371f071a4a (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 |