Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 22, 2017 FBO #5843
SPECIAL NOTICE

R -- Remote Sensing and Geospatial Technology Support Services - Draft Solicitation

Notice Date
11/20/2017
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of Agriculture, Forest Service, WO-AQM, 1400 Independence AVE SW, MS-1138, Washington, District of Columbia, 20250-1138, United States
 
ZIP Code
20250-1138
 
Solicitation Number
1284JC18R0001
 
Point of Contact
Mary Shinney, Phone: 8019753783
 
E-Mail Address
mshinney@fs.fed.us
(mshinney@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft Solicitation Sections L and M Draft Performance Work Statement Draft Solicitation / Model contract Purpose: The Geospatial Technology and Applications Center (GTAC) Contracting Office, is seeking industry feedback regarding on the proposed acquisition approach, Contract Line Item Number (CLIN) structure, and pricing methodology for the Remote Sensing and Geospatial Technology Support Services (RSGTSS) requirement currently under consideration. [Note: This acquisition replaces the canceled requirement that was posted under FedBizOps number AG-84M8-S-16-0005.] Requirement: The RSGTSS contract provides professional remote sensing and geospatial services for the Forest Service. Services include: geospatial technology evaluation; research and development; geospatial training and technical support; sample design and accuracy assessment; resource inventory, mapping, and monitoring; minor programming and development of geospatial applications; geospatial help desk support, and geospatial information technology management. The anticipated contract vehicle is a single-award Indefinite Delivery/Indefinite Quantity type contract for a period of five (5) years. Draft Solicitation: Interested companies may review the attached draft solicitation and attachments. Please provide any feed-back, questions, areas of concern, or possible document improvements in order that the contemplated acquisition will be easily understood by all potential sources and will reflect the best practices of commercial companies while adhering to both statutory and regulatory mandates. It is anticipated that the formal solicitation will be released as a 100% Small Business Set-Aside. The Government is not bound to the information contained in the draft documents; however, it is anticipated that the final will be similar to this draft. Questions: Additionally, the Government requests interested companies provide responses to the following questions: 1. The lease for GTAC's current location is expected to expire approximately January 2019. Due to federal leasing requirements, GTAC will be relocated during this time to another location within the Salt Lake Valley. Any on-site contract staff will accompany GTAC in the new facility. The Government will not reimburse the contractor for company relocation and the contractor will be responsible for all moving costs (including labor) associated with moving company/employee items. Costs associated with pre or post-move effort (e.g. tear down/building/modifying support structures for remote sensing and geospatial IT systems, gearing down and getting systems back up and running, troubleshooting, etc.), may be considered within the scope of the contract and will be ordered via task order issuance. Given the fact that the current incumbent contract expires in November 2018, what risks or considerations does the Government need to evaluate in conjunction with this organizational relocation? (Note: The Government is planning to exercise clause 52.217-8, Option to Extend Services under the incumbent contract and extend performance until approximately 31 January 2019.) 2. What is the optimal plan for on-going work under task orders issued under the current incumbent contract? 3. What should the estimated timeframe be for transition from the incumbent contractor? 4. Is industry amenable to pricing one (1) Firm Fixed Price (FFP) lot/each for transition from incumbent contractor (if required)? What labor or type of activities would be included in the transition price? 5. This contract contains work that may be deemed Mission Essential. Some key labor positions may be required to be on-call for emergency response situations. What is the best way to handle emergency work under this effort? Currently the draft solicitation calls for a ceiling labor rate - will this escalate the cost to the Government, considering emergency situations are rare/few? Should the Government include a separate emergency rate for some key labor positions and if so, which positions? 6. Are the pricing arrangements listed (FFP and Time and Material (T&M)) the best possible method to competitively price this requirement? 7. The Government anticipates that work ordered under this contract will be approximately 85% T&M in nature and approximately 15% FFP. Given the planned work split, what is the best method to evaluate offerors' Total Evaluated Price and ensure cost control under the resulting contract? Currently the draft solicitation calls for a ceiling labor rate - will this escalate the cost to the Government (i.e. will offerors propose a blended ceiling rate that reflects the higher risk FFP pricing arrangement)? Responses: All responses to this Request for Information (RFI) shall be submitted via email to mshinney@fs.fed.us by close of business on 08 December 2017. Responses received after this date may or may not be considered during solicitation development. No telephone inquiries will be accepted. Caveat: This is not a Request for Proposal or Invitation for Bid; it is only an avenue to obtain industry comments and concerns and is to be used for informational purposes only. The Forest Service does not intend to award a contract on the basis of this request, nor will the Forest Service pay for the information requested. Industry feedback is intended to be used to assist with acquisition strategy and may be used to structure the Government's solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to the RFI. Respondents needing confidential treatment for any proprietary information they furnish must comply with the Securities and Exchange Commission's confidential treatment regulations at 17 C.F.R. 200.83. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WO-AQM/1284JC18R0001/listing.html)
 
Place of Performance
Address: Geospatial Technology and Applications Center, Salt Lake City, Utah, United States
 
Record
SN04745429-W 20171122/171120231306-3960c0551c8da0f87f2b5ec7e4eb616e (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.