Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 17,1998 PSA#2139

Department 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