Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1998 PSA#2140

Department of the Interior, U.S. Geological Survey, 345 Middlefield Road,Mail Stop 285, Menlo Park, CA 94025-3591

B -- BAY AREA PALEOSEISMOLOGICAL INFORMATION (BAPEX) SOL 98WRSS1004 DUE 081498 POC Bernard S. Jackson, (650) 329-4160 Contracting Officer WEB: N/A!!, N/A!!. E-MAIL: Click here to contact the Contracting Officer via, sbjackson@usgs.gov!!. This combined synopsis/solicitation for a Commercial Item is prepared in accordance with the format in 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. This solicitation is issued as an RFP under 98WRSS1004. Provisions and clauses are those in effect through FAC 97-04. The government anticipates a multiple award procurement. SIC Code is 8732 with corresponding size standard of $5.0M. USGS intends to procure, under firm fixed-price contract(s), paleoseismological information about the timing and size of past earthquakes on the major faults of the San Francisco Bay Area as a part of a study referred to as the Bay Area Paleoearthquake Experiment(BAPEX). This is a three year project aimed at defining the complete chronology of past large earthquakes on each of the area's major active faults during the past 2000 years. The faults of interest are the Calaveras, Concord-Green Valley, Greenville, Hayward, Maacama, Rodgers Creek, San Andreas, and San Gregorio. The goal is to markedly improve the estimates of future earthquake hazard for the region through increased understanding of the distribution of past large earthquakes in both time and space. USGS anticipates field-work to be accomplished between September and November, 1998, at as many as ten sites across the fault system. Priority will be given to sites with a high potential to provide the dates of past individual earthquakes, but sites that can yield slip rates and slip per event will also be considered. Each proposal should specify a site or sites on one or more of the faults named above. For each site provide: a) the site location; b) a statement of the overall importance of the site to achieving BAPEX goals; c) a description of the site geology; d) a discussion of the subsurface geological relations (nature and age of stratigraphy, complexity of faulting) expected to be encountered and the type and completeness of the data expected to be obtained; e) a site investigation plan; and f) a cost breakdown that includes all labor, materials, equipment, and overhead costs proposed. Contractors will submit a report, within 45 days of completion of field work, that includes their interpretations of earthquake(s) dates, slip rates, or slip per event with an explicit statement of the uncertainties in these interpretations; trench logs and other data from site exploration such as coring information. The following provisions apply to this acquisition and are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items; 52.212-2, Evaluation -- Commercial Items; 52.213-3, Offeror Representations and Certifications -- Commercial Items (offeror to complete and include with offer -- copies available from Contracting Officer); 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.212-5, paragraph (b) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-14, Limitation on Subcontracting 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-26, Equal Employment Opportunity; 52.222-35 & 36, Affirmative Action; paragraph (d) Comptroller General Examination of Record; Also, 52.236-9, Protection of Existing Vegetation; 52.236-12, Cleaning Up; 52.237-7, Indemnification and Medical Liability Insurance. Offers will be evaluated using the following SELECTION CRITERIA in descending order of importance; TOTAL of 100%: a) 40%- proposed technical approach, b) 30% -- specialized experience and technical competence in the type of work required, c) 20% past performance on contracts in terms of cost control, quality of work, and compliance with performance schedules, d) 10% cost or price. The total award amount for a maximum of ten (10) sites will not exceed $ 499,000.00. The government will make award to the responsible offeror(s)whose offer conforms to the solicitation and is/are most advantageous to the government, cost or price and evaluation factors considered. The factors other than cost or price are significantly more important than cost or price. Firms are to submit with their proposal a completed Standard Form 254 and 255. Please limit proposals to no more than five (5) pages per site. All responsible sources may submit a proposal which shall be considered by the agency. Mail proposals to the procurement office listed above by 16:00 hrs. on 8/14/98. Electronic or fax transmission of proposals will not be accepted. See Note 2.***** Posted 07/16/98 (W-SN224209). (0197)

Loren Data Corp. http://www.ld.com (SYN# 0016 19980720\B-0004.SOL)


B - Special Studies and Analyses - Not R&D Index Page