|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1999 PSA#2360Department of the Interior, U.S. Geological Survey, 345 Middlefield
Road,Mail Stop 285, Menlo Park, CA 94025-3591 J -- MAINTENANCE, INSTALLLATION AND REPAIR OF PERMANET ACCELEROGRAPH
NETWORK SOL 99WRSS0010 DUE 061699 POC Diane Ludeke, (650) 329-4173
E-MAIL: dludeke@wr.usgs.gov, dludeke@wr.usgs.gov. This is a COMBINED
SYNOPSIS SOLICITATION for commercial items prepared in accordance with
information in FAR subpart 12.6 as supplemented with the additional
information included in this notice. This announcement constitutes the
only solicitation. PROPOSALS ARE BEING REQUESTED AND A WRITTEN
SOLICITATION WILL NOT BE ISSUED. (ii) Solicitation number is
99WRSS0010, and is issued as a Request for Proposal (RFP). (iii) This
solicitation documents and incorporates provisions and clauses in
effect though Federal Acquisition Circular 97-11 (iv) The Standard
Industrial Classification (SIC) code is 7699, with a small business
size standard of $5.0 Million. This procurement is unrestricted and is
being advertised as full and open competition. (v) The anticipated
contract term is a 12-month Base year beginning 15 Jul 99, plus two
12-month-each option years. A single contract award is planned subject
to the availability of funds. Line Item 0001: Installation and
maintenance of National Strong Motion Network (NSMN) instrumentation .
Line Item 0002: Near-Real Time Base Specialist. Line Item 0003: Over
& Above Expenses (Miscellaneous, Travel & Emergency Services.) (vi) The
contractor shall provide a project manager and technical services to
assist in installation, operation, maintenance, repair and support of
the USGS Strong-Motion Program's (NSMP) permanent accelerograph
network, both at free-field ground sites and in various types of
engineered structures. The following NSMN general description is
provided as information only: "The NSMP maintains a national
cooperative instrumentation network, a national data center, and a
supporting strong-motion data analyses and research center in support
of this responsibility. Instrumentation is currently installed at
approximately 300 one-story bldgs and free-field sites; 160 blgs; 18
hwy and bridges; 70 dams, reservoirs & power facilities. Data recorded
at these sites during earthquakes are used in studies of ground motion
attenuation, prediction, loss estimations, site effects,
soil-foundation interaction, structure response, engineering design,
code development & seismic zonation and various seismological studies
including wave propagation, travel path & source mechanics." (A more
complete general description can be found in the PWS) The contractor
shall provide adequate staff to perform all work described in the Scope
of Work and the specific tasks in the Project Work Statement (PWS).
This document is available upon request. The two most important
mandated functions follow: 0001) National Strong-Motion Network
Services: The selected contractor shall provide services for the
installation of a minimum of 25-30 ground motion stations with new
modern digital strong-motion instrumentation in a minimum of six to
eight structures per year including near-real time telecommunications
hardware. The contractor shall also provide services sufficient to
maintain a minimum of 150 digital and/or analog strong-motion stations
twice a year. These services require travel throughout the US with
approximately 75% of stations located in CA. 0002) Near-Real Time
Database Services: The selected contractor shall provide services for
preliminary processing, archival, & dissemination of strong-motion data
retrieved via near-real time telecommunications. Services to assist in
design & implementation of stated near-real time capabilities via a
modern relational database shall be required. Ongoing services
sufficient to implement near-real time capabilities & maintain the
database for rapid information dissemination via the Internet as it is
collected is required. Database services will need to be performed at
National Strong Motion Data Center in Menlo Park, CA. (vii)
Clauses/Provisions: FAR Clause 52.212-1 "Instructions to Offerors --
Commercial", is hereby included by reference. The following are addenda
to this clause: Paragraph (b) Submission of offers. The offeror is to
complete Schedule of Services reflecting their prices for lots and
options and submit with their proposal. This Schedule is attached to
the PWS. Paragraph ( c ) Period for acceptance of offers: The offeror
agrees to hold prices firm for 60 calendar days from the date specified
for receipt of offers. Offerors are advised that awards may be made
without discussions. Award will be made to the responsible offeror
whose proposal is responsive to the terms of this solicitation and is
most advantageous to the government. (viii) All of the following
clauses can be accessed electronically at this address:
http://www.arnet.gov/far FAR provision 52.212-2 Evaluation --
Commercial Items applies to this solicitation and the following
evaluation criteria (arranged in their order of importance) shall be
used to evaluate offers: Technical, Quality, Past Performance, Cost.
Addenda to this clause is to Paragraph (a) and can be seen as an
attachment to the PWS. (ix) FAR provision 52.212-3 Offeror
Representations & Certifications -- Commercial Items shall be completed
and submitted with the proposal. (x) FAR clause 52.212-4 Contract Terms
and Conditions -- Commercial Items, hereby applies to this
solicitation. Addenda to this clause to Paragraphs (g),( i) and ( r )
(4). These addenda items can be seen attached to the PWS. (xi) FAR
clause 52.212-5 Contract Terms & Conditions Required to Implement
Statutes or Executive Orders- Commercial Items applies to this
acquisition with the following addenda: Paragraph ( c ) the following
clauses are incorporated by reference: 52.222-41, 52.222-42 (technician
equivalent rate $17.60/hour), 52.222-43, 52.222-44. (xii) Proposals
must be received not later than June 16, 1999, 4:00 p.m. CST and must
be mailed to USGS, Branch of Acquisition & Federal Assistance, 345
Middlefield Road MS-285, Menlo Park, CA 94025-3591, Attention: Diane
Ludeke. Oral or FAX offers are not acceptable. For any further
information regarding this solicitation contact Diane Ludeke, (650)
329-4173. Posted 06/02/99 (W-SN338020). (0153) Loren Data Corp. http://www.ld.com (SYN# 0053 19990604\J-0015.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|