|
COMMERCE BUSINESS DAILY ISSUE OF JULY 17,1998 PSA#2139Department of the Interior, Minerals Management Service, Procurement
Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia
20170-4817 D -- RASTER SCANNING PROJECT OF HISTORICAL WELL LOGS SOL
1435-01-98-RP-30945 DUE 072998 POC Betty M. Estey, Contracting officer,
703-787-1364 E-MAIL: Contracting Officer's email, Betty.Estey@mms.gov.
This notice is a combined synopsis/solicitation for commercial items
prepared in accordance with the format in Federal Acquisition
Regulation Subpart 12.6, as supplemented with additional information
included in this notice. This announcement constitutes the only
solicitation; offers are being requested and a written solicitation
will not be issued. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT
CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED The period of
performance is for 1 year from date of contract award. The project will
be awarded as a firm fixed price contract and the cost of the effort is
expected to range between $250,000 to $350,000. There is a possibility
that two additional option years will be awarded. All work must be
done in the local New Orleans area. The contractor shall provide all
labor, facilities, equipment, personnel, pickup, delivery, and services
necessary to perform the work described. Minerals Management Service
(MMS), intends to competitively award a contract for a Raster scanning
effort of all of the historical well logs currently residing in the
MMS, Gulf of Mexico Region (GOMR), Records Unit. The MMS, GOMR requires
well logs scanned to a CD ROM to provide multi user access for internal
and external customers. A database of these well logs must be provided
on CD ROM (Windows latest version compatible) with an additional
master database (ODBC and Oracle compatible) for installation on the
hard drive or MMS Local Area Network (LAN). A complete set of images
will be provided both on CD and on tape with the master database. The
specific requirement is to provide a CD for public distribution and a
master database for use on MMS LAN. The effort is for a raster scanning
project of approximately 150,000 well logs in the GOM Region. The
contractor will be provided a hard copy of the well logs which vary in
condition from very good to poor. The scanning data will include a
database with six data fields to identify each well log. All data and
software will be provided on each CD ROM withthe database, all software
will be compatible with Oracle and Open Database Connectivity (ODBC)
Compliant, and will be non proprietary for public distribution. The
software must be able to be accessed and added to by MMS personnel for
future expansion. The contractor will provide unique pointer to cross
index TIFF image to well log record, well log record will consist of
Lease Number, Well Name, Area, Block Number, American Petroleum
Institute (API) Number and Log Type (Any combination of which may be
used to query.) A separate master database will include all 6 fields
cross indexed with a pointer to the unique identifier for images of
well logs pertaining to that index. The database and index will be
interactive, images will be Raster scanned and provided in industry
standard compression Tag Image File Format (TIFF, .tif), provided TIFF
images must be usable with ArcInfo, ArcView and industry standard
viewers, a separate master set of TIFF images will be provided on
Digital Linear Tape ( DLT) to reside on the GOMR LAN. The software must
have the ability to query database on any combination of field
variables, software for plotting images. The external customers must
have the ability to direct files from search criteria to drive
(diskette, tape, CD recordable) for copying or to printer for plotting.
It is extremely important that internal customers have the ability to
view files on personal computers, copy files to specific disk drive and
send images to a plotter. The contractor will provide a separate
complete Oracle compatible database including all six fields and image
pointer along with separate complete set of images to be loaded onto
LAN. MMS will provide the necessary data for lease, well, area, block
and API number verification in an ASCII format. Log Type will be
populated by contractor to MMS specifications. Site inspection of
documents to be scanned is available on request. MMS will provide a set
of well logs for the test CD Rom required to be submitted at the time
of the oral presentation. The contractor will also need to provide a
cost proposal for 2 additional option years of scanning MMS well log
submissions. Deliverable Items are: a master database and index
provided on Digital Linear Tape (DLT) or CD Rom, master set of images
will be provided on DLT tape to reside on GOMR LAN, set of individual
CD ROMS with viewer and index able to be used alone, all software and
programs (with the program source code) necessary for scanning,
retrieval, and adding new data will be provided on DLT tape or CD Rom.
SECURITY REQUIREMENTS: Contractor and all subcontractors must be able
to pass a security check for access to proprietary data and
information. Documents are one of a kind, some proprietary, and must be
handled in a manner to insure security and safety. Documents cannot be
shipped or out of the office for more than three days.. The contractor
will set up procedures with MMS for the orderly removal and return of
documents allowing for immediate retrieval of specific documents if
necessary. Well logs will be removed from shelves in MMS vaults,
bar-coded, indexed, Raster scanned, returned to shelves in MMS vaults.
TEST PROCEDURES: Initial test CD and all subsequent products will be
tested on stand alone PCS, LAN and LAN connected PCS for ease of use,
compatibility of hardware and software requirements. QUALITY ASSURANCE
REQUIREMENTS: The contractor will be responsible for all data
documentation and quality control procedures to assure a high degree of
clarity and accuracy. The data must meet or exceed current industry
standards in the field. The contractor is required to process the CDS
in accordance with ISO 9660 standards and a system developed by the
contractor which includes on-line data entry validation as well as a
two level visual verification of data must assure a 98% accuracy rate
measured by evaluation of both TIF files and indexed fields. Visual
verification must ensure no shrinkage or expansion in scanning or
reprinting, all images must come back to the scale identified on the
original well log. A comprehensive quality control process will be
developed and adhered to by the contractor. CD ROMS will be delivered
as completed to allow MMS time for inspection and acceptance of work as
the contract progresses. Inspection and acceptance of completed product
will be made by MMS within 30 working days of receipt. The contractor
is required to correct any defective product within 30 working days
from the date of notification or date the defective product is returned
to the contractor. Product is defined as cd, index, database and/or
images. In the event MMS determines the product contains a consistent
error rate to be in excess of 2% the contractor must submit a
corrective plan to reduce or eliminate the errors. Mentioned above are
the basic requirements of this contract. HOW TO RESPOND: In order to
compete for this contract, interested parties must demonstrate that
they are qualified to perform the work by providing BY 4:00 P.M. on
July 29, 1998, a Capabilities Statement detailing: (1) your key
personnel (those who would have the primary responsibility for
performing and/or managing the project) with their qualifications and
specific experience; 2) your organization's experience with this type
of work and a description of your facilities; and (3) specific
references (including project identifier/ contract number and
description, period of performance, dollar amount, client name and
current telephone number) for work of this nature that your personnel
or organization is currently performing or has completed within the
last two years. Also please include any negative references and your
rebuttal explaining your side of the story. All references will be
checked to validate the information provided. Offerors shall submit an
original and five copies of Capabilities Statements to Ms. Betty
Estey, Contracting Officer, Minerals Management Service, Procurement
Operations Branch, 381 Eden St., MS 2510, Herndon, VA 20170-4817. Your
Capabilities Statement will be evaluated based on the skills,
abilities, education, professional credentials and experience of your
proposed key personnel; experience and past performance of your
organization, including number, size, location of projects, and
complexity of similar projects completed by the proposed project team
and your organization to determine your potential for success and
contract award. Past performance includes adherence to schedules and
budgets, effectiveness of cost control, the acceptability of previous
products delivered, effectiveness of program management, and the
offeror's willingness to cooperate with the customer in both routine
matters and when confronted by unexpected difficulties. Following
review of all Capabilities Statements submitted, those offerors judged
to be most technically qualified to successfully perform the effort
will be expected to provide an oral presentation of their technical
proposal. The oral presentation will be given by your key personnel and
the objective of the oral presentation is for you to have the
opportunity to demonstrate your understanding of the requirements There
will be a question and answer session to follow. Oral Presentations
will take place in New Orleans, LA. Prior to the oral presentations the
most technically qualified offerors will be provided additional
instructions relating to the written portion of the proposal and will
include the request for submission of the cost proposal. The
technically qualified offerors will also be given a set of well logs to
be used for the test CD that will be demonstrated during the oral
presentation When the cost proposals are requested the offerors will be
asked to provide the separate cost proposal for two optional periods
and can provide separate costs proposals for any additional features
such as color scanning or analytical capabilities for geoscientists not
mentioned above. The following provisions and Federal Acquisition
Regulations clauses are incorporated by reference: FAR 52.212-1,
Instructions to Offerors-Commercial Items (APR 1998), 52.212-2
Evaluation Commercial Items ( OCT 1997), FAR 52-212-3, Offeror
Representations and Certifications-Commercial Items (JAN 97), 52.212-4
(APR 98) and 52.212-5 (applicable clauses (b)1,3,4,6,7,8,9) Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
Commercial Items (APR 98) . With the following additional FAR clauses:
52-225-3, FAR 52.232-33 Mandatory Information for Electronic Funds
Transfer Payments. In accordance with FAR 39.106 the software shall be
certified to be year 2000 compliant. Offerors can retrieve these
clauses on the INTERNET at www.gsa.gov/far or request a hard copy by
contacting Dottie Quinn on 703-787-1365 or by sending a FAX request to
(703) 787-1009. Please use written, E-mail or faxed inquiries. Send
questions as soon as possible to Betty.Estey@mms.gov. Please include
the "RFP Number 1435-01-98-RP-30945 " as well as your full name,
organization name, address, phone and fax numbers. It is the
responsibility of the offeror to ensure that the Capabilities
statements are received at or before the date/time set forth above.
Posted 07/15/98 (W-SN223372). (0196) Loren Data Corp. http://www.ld.com (SYN# 0040 19980717\D-0007.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|