Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1999 PSA#2360

Department 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