Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2014 FBO #4590
SOURCES SOUGHT

70 -- Software

Notice Date
6/17/2014
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
USGSDenver Federal Center6th Ave and KiplingBuilding 810 MS 204DenverCO80225
 
ZIP Code
80225
 
Solicitation Number
G14PS00469
 
Response Due
6/25/2014
 
Archive Date
7/25/2014
 
Point of Contact
Callista Weatherford
 
E-Mail Address
cweatherford@usgs.gov
(cweatherford@usgs.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 511210 for a possible upcoming requirement for the Geologic Hazards Science Center. USGS may require a software solution with the following capabilities: 1) The software shall to be able to read ProMAX datasets both the old format CIND and the New SeisSpace JavaSeis formats. This is in addition to the industry wide standard formats of SEG-2, SEG-D, SEG-Y, SeisSpace. 2) 2-D & 3-D geometry definition, including crooked line descriptions. This would also include the capability to read SEG-P1 & UKOAA files. 3) Calculating and correcting for refraction statics, elevation statics, residual statics, trim statics, and manual static shifts. 4) Amplitude correction capabilities including AGC, time-variant scaling and corrections for spherical divergence. 5) Deconvolution capabilities which should include both minimum and zero-phase decon, spectral whitening, dephasing filters, and both phase and amplitude Q-compensation 6) Standard filtering capabilities which should include at a minimum, bandpass filtering, time-variant filtering, F-K filtering, and both TX & FX decon. 7) Tau-P & Radon multiple attenuation modules 8) The capability to interpolate and regrid traces. This should include FX trace interpolation 9) velocity analysis tools. which should include semblance picking, NMO, and AVO analyses. 10) Both pre- & post stack Kirchoff time migration, DMO, and a post-stack capability of using a form of wave-equation migration. THIS IS NOT A SOLICITATION. ALL COSTS ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation. Responses to this announcement are requested from (A) SBA certified Small Business HubZone firms; (B) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (C) Service-Disabled Veteran-Owned small Business firms; (D) Small Businesses; (E) Large Businesses; and (F) Women Owned Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 811219 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $19.0 million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. All responses must be submitted NLT June 25, 2014 at 3:00pm MST via e-mail to: cweatherford@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided. If a solicitation is released, in order to receive an award your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G14PS00469/listing.html)
 
Place of Performance
Address: USGSDenver Federal Center6th Ave and KiplingBuilding 810 MS 204DenverCO80225USA
Zip Code: 80225
 
Record
SN03398041-W 20140619/140617235907-31f642d36b6bbedc0c41cc2f1da46fa0 (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.