Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2012 FBO #3918
MODIFICATION

R -- Spatial Data Management Services IDIQ - Solicitation 1

Notice Date
8/14/2012
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
GS-07P-12-UD-D-0033
 
Response Due
9/13/2012 2:00:00 PM
 
Point of Contact
Shawna M. Villarreal, Phone: 8178505541
 
E-Mail Address
shawna.villarreal@gsa.gov
(shawna.villarreal@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1: Offeror Pricing Worksheets GS-07P-12-UD-D-0033 Solicitation SF 33 Solicitation, Offer and Award The General Services Administration, Greater Southwest Region (Texas, Arkansas, Louisiana, Oklahoma, and New Mexico) intends to issue a solicitation resulting in a contract to provide spatial data measurement, verification, and validation; database entry; maintenance of data; and training services on an as needed basis to GSA. A PreProposal Conference is scheduled for August 20, 2012. Please see L1 of the solicitation for the details. GENERAL DESCRIPTION OF REQUIREMENT: Contractor must have a working knowledge of ANSI/BOMA standards. The Contractor will provide base drawings which accurately represent all fixed architectural and structural elements, assignment drawings which accurately reflect as-built conditions and include statistical information broken down by tenant organizational unit indicating square footage and GSA space classification categories. In general, the tasks the Contractor will be tasked with providing to GSA are: 1) Measuring the square footage of federal buildings in accordance to the National Business Space Assignment Policy. 2) Preparing SDM base and assignment drawings; and drawing data that will be directly input into the GSA Computer Aided Facilities Management (CAFM) drawing database. 3) Monitoring SDM drawings and data for compliance with GSA PBS Inventory Systems. 4) Performing SDM drawing & database maintenance, as required, bringing drawings and data for buildings in the SDM inventory into compliance with the GSA PBS Inventory System. 5) Providing miscellaneous technical services may be requested on an as-needed basis. These services may include providing guidance during design reviews related to square footage measurement and space assignments, training related to measuring buildings and use or interpretation of measurement standards and attending meetings with GSA counterparts and agency representatives. This will be a firm-fixed price Indefinite Delivery Indefinite Quantity Contract for one base year with four one-year option periods. The proposed contract will include a yearly maximum ordering limitation (MOL) of up to $750,000 per year for a total possible maximum amount of up to $3.75 million over a possible contract period of five (5) years. The balance of any unused MOL from each period may be carried forward to the next option year at the discretion of the Government. Therefore, each of the four option years' MOL may exceed $750,000. Each option years' MOL will be identified when the option is exercised. For purposes of determining total price evaluation, the price for an extension of services authorized by FAR 52.217-8 will be evaluated as part of the Option IV price; however, if the option to extend services is exercised pursuant to FAR 52.217-8, the rates will be the same as the immediately preceding contract period (i.e. after the initial contract period, Option I, II, III or Option IV). The anticipated solicitation will be competed under Federal Acquisition Regulation (FAR) Part 15, Source Selection Processes and Techniques. Award will be based on the Best Value to the Government, price and other factors considered. Proposals will be evaluated on Experience and Past Performance of Key Personnel, Experience and Past Performance of Offeror on Similar Projects, Organizational Approach and Total Evaluated Price. GENERAL INFORMATION: SET ASIDES: TOTAL SMALL BUSINESS SET ASIDE (IAW FAR Subpart 19.5) NAICS Code: 541990 Small Business Size Standard: $14.0M SYSTEM FOR AWARD MANAGEMENT INFORMATION: The System for Award Management (SAM) is a new system that consolidated CCR, FedReg, ORCA and EPLS. Contractors are required to be registered in the System for Award Management (SAM) government system prior to award in order to be eligible for a government contract - the link can be found at http://www.sam.gov. We advise potential offerors to begin the registration process when they prepare their offer to ensure the registration in the SAM database is complete and in-place should they be selected for the award. In the event an offeror is not registered in SAM at the time the contracting officer is ready to award the contract, the contracting officer will proceed to the next eligible successful offeror. Refer to FAR 52.204-7, Central Contractor Registration, "If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror." Contractors are responsible for checking the website for any posted changes to the solicitation. NO HARD COPY DOCUMENTS WILL BE ISSUED. Any questions regarding this solicitation must be submitted in writing only to Shawna.villarreal@gsa.gov no later than 4:00 pm CST 7 days before the proposal due date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-12-UD-D-0033/listing.html)
 
Place of Performance
Address: Greater Southwest Region (Texas, Arkansas, Louisiana, Oklahoma, and New Mexico), United States
 
Record
SN02838761-W 20120816/120815000545-cc58727676bd103ba699d1bc6b83c650 (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.