Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2011 FBO #3358
SOLICITATION NOTICE

D -- WEB BASED GEOSPATIAL ANALYTICS

Notice Date
2/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
USACE HEC, Ft. Belvoir, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ-11-T-0009
 
Response Due
2/11/2011
 
Archive Date
4/12/2011
 
Point of Contact
Tonya Brailey-Jordan, 703-428-8487
 
E-Mail Address
USACE HEC, Ft. Belvoir
(tonya.braileyjordan1@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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 is a combined synopsis/solicitation for commercial items 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. Reference number is W912HQ-11-T-0009 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The closing date of this synopsis/solicitation is 11 Feb 2011 at 12:00 A.M. EDST. The requirement is set aside for small business and the associated NAICS code is 541511. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and at Online Representatives and Certifications Applications (ORCA) at http://orca.bpn.gov. The following provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2 Evaluation-Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: EVALUATION-COMMERCIAL ITEMS (JAN 1999) (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 factors shall be used to evaluate offers: 1. Software Capability. This includes demonstrated software support for high performance geospatial analysis in server environment, support for collaborative analysis, support for Open Source Geospatial environment, support for open geospatial standards, support for ESRI Server environment including FLEX API, ability to leverage GPU and other parallel computing methodologies 2. Technical Experience. Offeror's should submit detailed information on prior contracts or other efforts, within the last 3 years, involving development of similar applications. Academic and professional qualification of key personnel should also be provided. 3. Price. Price proposals will be evaluated for reasonableness and to determine the best overall value to the government. This factor will be judged on the degree to which the proposed cost/price elements are reasonable and consistent with the work to be performed. Excessively high or low cost/price may be deemed to indicate a lack of understanding of the scope of work or level of technical expertise required. 4. Past Performance. The offerer shall submit detailed information on prior experience with operating, maintaining, and developing websites similar to the IWR website, including use of the software and types of databases listed in the Statement of Work. List and describe all relevant projects, current or completed within the past five years that best demonstrate your experience with this type of work. Include dates, location, types of contract, dollar values, description of the work, and references. The three evaluation factors Software Capability, Technical Experience, and Price will be considered of equal importance, but are of greater importance then Past Performance. Award will be made on the basis of the best value to the Government. Offerers are urged to ensure that their proposals are submitted on the most favorable terms to reflect their best possible potential. Technical proposal shall describe the capacity of the offerer's organization to perform the work in accordance with the Statement of Work. (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 option(s). (c) 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 FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply: FAR 52.219-6 Notice of Small Business Set-Aside; FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.252-1 The following DFARS clause is applicable: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with following clauses that apply: 52.203-3, Gratuities; and 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Web Based Geospatial Analytics 1.Summary: In support of collaborative sustainable water resource development USACE requires commercial-off-the-shelf (COTS) web-based software and services for real time interactive spatial analysis of large data sets. 2.Specifications: The software must implement well-known map algebra routines in a cloud-based processing environment. The software must implement binary decision tree to support logical decision-making process. The software must provide for the use of rich Internet application (RIA) experience using such technology as Flash or Silverlight. The software must integrate with ESRI Flex and REST API. Software should support and interoperate with OSGEO foundation tools such as OGR/GDAL, MapServer, MapFish, OpenLayers. The software must allow for the development and storage of planned scenarios and the dynamic generation of new scenarios. Software must support role-based access and user accounts for stored scenarios. Software should be capable of providing multi-factor analysis of regional data sets at sub-second rate. Software must support Open Geospatial Consortium (OGC) standards for rendering and overlay. Ability to incorporate parallel processing algorithms using CPU and/or GPU is desirable. Software should support formatted map printing and pdf output. Task 1. Deliver COTS Software Package including License and one year of maintenance/Technical Support Task 2. Install and configure software in a virtual development environment, using agency provided data sets and agency provided decision support scenarios Task 3. Provide 1 week on-site training for up to 10 personnel The date, time and request for quote offers are due: 12:00 A.M. EDST, 3 February 2011 to tonya.braileyjordan1@us.army.mil or fax to Attn: Tonya Brailey-Jordan @ 703-428-8181 or mail to U.S. Army Corps of Engineers - HECSA, Attn: Tonya Brailey-Jordan; 7701 Telegraph Rd., Kingman Building; Alexandria VA. 22315. Point of Contact: Tonya Brailey-Jordan, Phone:703-428-8487, Email:tonya.braileyjordan1@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-11-T-0009/listing.html)
 
Place of Performance
Address: USACE HEC, Ft. Belvoir ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA
Zip Code: 22315-3860
 
Record
SN02370897-W 20110203/110201234331-61576c77026e68c0064fed682789a1b1 (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.