Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2014 FBO #4562
SOLICITATION NOTICE

B -- 2-DIMENSIONAL AND 3-DIMENSIONAL MULTICHANNEL SEISMIC REFLECTION DATA

Notice Date
5/20/2014
 
Notice Type
Presolicitation
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
 
ZIP Code
00000
 
Solicitation Number
G14PS00356
 
Response Due
6/19/2014
 
Archive Date
7/19/2014
 
Point of Contact
Maureen Corbett
 
E-Mail Address
mcorbett@usgs.gov
(mcorbett@usgs.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION TWO-DIMENSIONAL (2-D) AND THREE-DIMENSIONAL (3-D) MULTICHANNEL SEISMIC REFLECTION DATA IN DIGITIAL FORM (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 quotation (RFQ). Submit written quotes on RFQ Number G14PS00356. This solicitation will utilize the policies contained in the Federal Acquisition Regulation (FAR) Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13, Simplified Acquisition Procedures, as appropriate for this acquisition. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. (IV) The solicitation is not a set-aside. The associated NAICS code is 541360. The small business size standard is $14.0 million. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): CLIN NO. 0010 - Base Year - 2-D and 3-D Multichannel Seismic Reflection Data in accordance with the attached Performance-Based Statement of Work. Quantity - 1 Year CLIN NO. 0020 - Option Year 1 - 2-D and 3-D Multichannel Seismic Reflection Data in accordance with the attached Performance-Based Statement of Work. Quantity - 1 Year CLIN NO. 0030 - Option Year 2 - 2-D and 3-D Multichannel Seismic Reflection Data in accordance with the attached Performance-Based Statement of Work. Quantity - 1 Year CLIN NO. 0040 - Option Year 3 - 2-D and 3-D Multichannel Seismic Reflection Data in accordance with the attached Performance-Based Statement of Work. Quantity - 1 Year CLIN NO. 0050 - Option Year 4 - 2-D and 3-D Multichannel Seismic Reflection Data in accordance with the attached Performance-Based Statement of Work. Quantity - 1 Year (VI) Refer to Attachment 1 - Performance-Based Statement of Work for the item description. (VII) Period of Performance for the base Year is twelve months from date of award, with each subsequent Option Year consisting of twelve months. Place of delivery is U.S. Geological Survey, 12201 Sunrise Valley Drive, MS 956, Reston, VA 20192. Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012), applies to this acquisition. In addition to written price quotes, offerors are instructed to provide existing product literature or other documents as stated in paragraph (4) and past performance references as stated in paragraph (10) of the referenced clause. (IX) FAR 52.212-2, Evaluation - Commerical Items (Jan 1999), applies to this acquisition. (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 technical factors shall be used to evaluate offers and are listed in descending order of importance. Factor 1 - PAST PERFORMANCE or EXPERIENCE AND QUALIFICATIONS - Demonstrated access to a World and U.S. national database of multichannel seismic reflection data with coverage in a majority of the major petroleum producing basins in the lower 48 states and Alaska. Firms will be evaluated on the overall amount and vintage of data across the nation paying particular attention to availability and vintage in the initial key areas that are listed in this solicitation. Provide a maximum of three references received within the last 3 to 5 years. Factor 2 - OFFEROR'S TECHNICAL CAPABILITY - Demonstrated ability to supply paper and/or digital copies of the seismic lines selected; ability to supply digital un-processed seismic data, digital contractor processed seismic data, digital shot-point location data, and all support documentation including observers notes and surveyors station elevations which are needed to reprocess the requested data. Factor 3 - ACCURACY AND TIMELINESS - Demonstrated ability to deliver with the schedule as specified in accordance with the Performance-Based Statement of Work, Deliverables and Special Consideration Data Identification Delivery (Attachment 1). (b)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 offer's 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. PROPOSAL PREPARATION The vendor is cautioned to study the Evaluation Factors stated above along with their relative importance. Your proposal package must address each of these factors since these are the standards against which your proposal shall be evaluated. It is the vendor's responsibility to include the appropriate documentation may result in the rejection of the vendor's quotation. Any licensing agreements that are proposed to be applicable for the purchase of data under this procurement shall be provided with the proposal. AWARD The award of this requirement shall be made using only the procedures found in Part 13.1 -Procedures- of the Federal Acquisition Regulations (FAR). Award shall be made to that vendor whose proposal, conforming to this RFP, is determined to be most advantageous to the government, cost or price and the other non-cost or non-price factors listed above. In determining which proposal offers the greatest value or advantage to the Government, overall technical merit will be significantly more important than evaluated price or cost. Price or cost will become the determining factor between proposals judged to be essentially equal in technical merit. The Government may award a single or multiple contracts as a result of the evaluation of proposals. The Government anticipates multiple awards may be made as a result of this solicitation. (X) The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Dec 2012), 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 https://www.sam.gov/portal/public/SAM. If an offeror has not completed the annual representations and certifications electronically at the SAM 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 (Feb 2012), 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 (Jan 2013) 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 (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (12) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). (16) 52.219-8 Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). (21) 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). (22) 52.219-25 Small Disadvantaged Business Participation Program -Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (25) 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2)). (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (32) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (34) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). (40) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011). (43) 52.225-5 Trade Agreements (Nov 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (44) 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). (50) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: (1) 52.222-41 Service Contract Act of 1965, as Amended (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: 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. (May 2011) 52.204-7 Central Contractor Registration (Dec 2012) 52.204-13 Central Contractor Registration Maintenance. (Dec 2012) 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 52.225-8 Duty-Free Entry (Feb 2000) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (Dec 2012) 52.227-14 Rights in Data-General (Dec 2007) 52.233-3 Protest After Award (31 U.S.C. 3553). 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 1452.203-70 Restriction on Endorsements--Department of the Interior (July 1996) REFER TO ATTACHMENT 2 FOR ALL ADDITIONAL CLAUSES (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) The Government intends to award a firm-fixed-price type order resulting from this solicitation. The preferred (not required) method of quote submission is through FedConnect. Quotes may also be emailed to mcorbett@usgs.gov. Quotes are required to be received no later than 5:00 P.M. MST/MDT on June 19, 2014. (XVI) Any questions regarding this solicitation should be directed to Maureen Corbett at 303-236-9317 and/or mcorbett@usgs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G14PS00356/listing.html)
 
Record
SN03370987-W 20140522/140520234636-a54e5d75d4075770aa159e869908b235 (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.