SOLICITATION NOTICE
D -- ShakeMap and PAGER Research and Development
- Notice Date
- 7/3/2012
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
- ZIP Code
- 00000
- Solicitation Number
- G12PS00517
- Response Due
- 7/17/2012
- Archive Date
- 8/16/2012
- Point of Contact
- Melissa Hutchison
- E-Mail Address
-
mhutchison@usgs.gov
(mhutchison@usgs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION ShakeMap and PAGER Research and Development (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (II) This solicitation is issued as a request for proposal (RFP). Submit written proposals on RFP Number G12PS00517. This solicitation will utilize the policies contained in the Federal Acquisition Regulations (FAR) Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 15, Contracting by Negotiation, as appropriate for this acquisition. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. (IV) This solicitation is a total small business set-aside. The associated NAICS code is 541511. The small business size standard is $25.5 million. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): CLIN NO. 0010 - (Base Year) Services, non-personal, to provide all plant, equipment, labor and materials (unless otherwise provided herein) necessary to provide research and development on the ShakeMap and PAGER systems in accordance with the attached Statement of Work. Period of Performance: September 18, 2012 through September 17, 2013. CLIN NO. 0020 - (Option Year One) Services, non-personal, to provide all plant, equipment, labor and materials (unless otherwise provided herein) necessary to provide research and development on the ShakeMap and PAGER systems in accordance with the attached Statement of Work. Period of Performance: September 18, 2013 through September 17, 2014. CLIN NO. 0030 - (Option Year Two) Services, non-personal, to provide all plant, equipment, labor and materials (unless otherwise provided herein) necessary to provide research and development on the ShakeMap and PAGER systems in accordance with the attached Statement of Work. Period of Performance: September 18, 2014 through September 17, 2015. CLIN NO. 0040 - (Option Year Three) Services, non-personal, to provide all plant, equipment, labor and materials (unless otherwise provided herein) necessary to provide research and development on the ShakeMap and PAGER systems in accordance with the attached Statement of Work. Period of Performance: September 18, 2015 through September 17, 2016. CLIN NO. 0050 - (Option Year Four) Services, non-personal, to provide all plant, equipment, labor and materials (unless otherwise provided herein) necessary to provide research and development on the ShakeMap and PAGER systems in accordance with the attached Statement of Work. Period of Performance: September 18, 2016 through September 17, 2017. (VI) Refer to the attached Statement of Work. (Attachment 1) (VII) Period of Performance, including all option periods is September 18, 2012 through September 17, 2017. Place of Performance: contractor's location. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. In addition to written price quotes, offerors are instructed to provide past performance references as stated in paragraph (10) of the referenced clause. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), of the referenced clause, and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: (a) Proposals submitted in response to this solicitation will be evaluated upon the non-price or non-cost factors, which are listed in descending order of importance with Factor A bearing most of the weight and Factor B and C being of equal weight, with each factor being approximately one-half the value of Factor A. Factor (A) Demonstrated Experience In The Following Areas: 1. Working specifically with ShakeMap, and related software, development, algorithms, and operations. 2. All strong-ground motion-related seismological concepts and related scientific literature (including directivity, ground motion prediction, site amplification, regression analyses, numerical and geospatial processing, and macroseismic intensity). 3. Working in depth with both regional seismic network operators and user communities; has knowledge of the ShakeMap uses, including response, engineering, and loss modeling needs. 4. Acquiring and databasing real-time parametric data from regional seismic networks. 5. Earthquake response (24x7) as part of on-call operations for a seismic network or seismic system. 6. Authoritative first-author, peer-reviewed scientific publication record, including publications related to the development and documentation of new scientific principles, algorithms and processes such as those used in ShakeMap systems. 7. Scientific programming. 8. Leading software development for real-time seismological operation software systems, using modern programming languages, scripting, communication protocols, and version control. The offeror shall briefly describe, summarize or provide an overview of projects for all the areas listed above that have been successfully completed within the last five years. Provide contact information on these projects. Statements by past clients may be used in the evaluation of the vendor's technical quote under any and all applicable evaluation criteria. Any information obtained by the Government from references outside the vendor's quote may be used in a similar manner. Factor (B) Qualifications of Technical Personnel: Offerors shall provide resume and/or qualifications of technical personnel, showing the qualifications needed to complete the requested work listed in the Statement of Work. Qualifications shall include, but not be limited to, seismic network operations and data acquisition and developing seismological algorithms for real-time operations, particularly details of programming experience on such systems. Factor (C) Past Performance: The offeror shall submit references from two (2) to four (4) customers that have purchased similar services within the last five years. Offerors shall provide a point of contact name, phone number, email and company address for those references. Statements by past clients may be used in the evaluation of the vendor's technical quote under any and all applicable evaluation criteria. Any information obtained by the Government from references outside the vendor's quote may be used in a similar manner. (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 options. In determining which proposal offers the greatest value or advantage to the Government, overall technical merit will be more important than evaluated price. Price will become the determining factor between proposals judged to be essentially equal in technical merit. PPIRS.gov will be used as a source of past performance information in the source selection process, in addition to any other past performance information acquired both inside and outside the government. (X) The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2008), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (6) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (12)(i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). (17) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (34) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (38) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (42) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a) The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(s): http://www.acquisition.gov/far/http://www.doi.gov/pam/aindex.html The clauses are incorporated by reference, and their terms and conditions apply: 52.202-1 Definitions (Jan 2012) 52.203-3 Gratuities (Apr 1984) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-7 Central Contractor Registration (Apr 2008) 52.223-6 Drug-Free Workplace (May 2001) 52.227-1 Authorization and Consent (Dec 2007) 52.227-17 Rights in Data -- Special Works (Dec 2007) 52.229-3 Federal, State, and Local Taxes (Apr 2003) 52.233-1 Disputes (July 2002) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-13 Bankruptcy (Jul 1995) 52.245-1 Government Property (Apr 2012) 52.245-9 Use and Charges (Apr 2012) 52.249-2 Termination for Convenience of the Government (Fixed-Price) (Apr 2012) 1452.203-70 Restriction on Endorsements--Department of the Interior (July 1996) 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Oct 2010) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (May 2011) 52.209-7 Information Regarding Responsibility Matters (Feb 2012) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.222-38 Compliance With Veterans' Employment Reporting Requirements (Sep 2010) 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification (Nov 2011) 52.233-2 Service of Protest (Sep 2006) Refer to Attachment 2 for all additional applicable clauses. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) The Government intends to award a firm-fixed-price type order resulting from this solicitation. Proposals are required to be received no later than 5:00 P.M. MST/MDT on July 10, 2012. Only electronic proposals will be accepted. Proposals can be summated through FedConnect (https://www.fedconnect.net/FedConnect/ ) or may be emailed to mhutchison@usgs.gov. Offeror shall submit both a technical and cost/price proposal. Your proposal should be straightforward and free of extraneous information. Technical proposals will be evaluated without reference to proposed prices/costs. Therefore, no references to price or cost may be included in your technical proposal. If helpful, technical proposals should include information on staffing levels and/or estimated levels of effort, but such data should not include dollar rates or costs. (XVI) Questions relating to this Solicitation shall be presented by e-mail to mhutchison@usgs.gov not later than close of business 5:00 p.m. MST on July 17, 2012. The Government will evaluate the questions, and if needed, an Amendment will be issued. If further questions arise following the outcome of answers provided to initial questions, the Contracting Officer has sole discretion to determine if a new question closing date will be required. If a new question closing date is approved, an amendment will be posted. Offerors are encouraged to check the Federal Business Opportunity (FedBizOps) website at http://fedbizops.gov for any amendments to this combined synopsis/solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G12PS00517/listing.html)
- Record
- SN02792858-W 20120705/120703234913-840dd0460b91cb2ebfd1f95b91ad165f (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 |