Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11, 2001 PSA #2933
SOLICITATIONS

R -- MINERALS INDUSTRY DATA INVENTORY

Notice Date
September 7, 2001
Contracting Office
Bureau of Land Management, 6881 Abbott Loop Rd., Anchorage, AK 99507
ZIP Code
99507
Solicitation Number
LAQ011050
Response Due
September 17, 2001
Point of Contact
Vicky Hawkinson, Contracting Officer, (907) 267-1323
Description
This is a combined synopsis/solicitation for non-personal services to conduct an inventory of mineral data in Alaska prepared in accordance with the format in FAR part 12.6 and FAR part 13 as supplemented with additional information included in this notice. Simplified acquisition procedures apply. This is a request for quote (RFQ). This announcement constitutes the only solicitation; proposal are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through FAC 97-27. RFQ LAQ011050 should be referenced on all proposals. The BLM intends to procure solicitation number LAQ011050 as a Firm Fixed Priced contract. This procurement is set aside for small business. The applicable NAICS code for this requirement is 514199. The applicable size standard is $5M. The Bureau of Land Management (BLM) has a requirement for a contractor to prepare a Minerals Industry Data Inventory of all information and data held by non-governmental entities that have conducted exploration related activities within Alaska. The contractor must be registered to do business in the State of Alaska. DEFINITIONS: GENERAL TERMS OF AVAILABILITY: Terms under which the owner of one or more datasets will provide access to the data. SPECIFIC TERMS OF AVAILABILITY: Terms for an individual dataset that differ from general terms of availability established by the data owner. DATA SOURCE: A company or individual that is in possession of a dataset and is legally entitled to further distribute that dataset. DATASET: Mineral information or data from locations within Alaska. DELIVERABLES Preliminary Design Review: Contractor shall provide a preliminary project plan for performing the data inventory. The plan shall include quality control measures to ensure a thorough inventory. Final Design Review: Contractor shall revise the project plan to incorporate changes to address government comments. Data Inventory: Contractor shall identify and survey all known data sources that have performed exploration related activities within Alaska as outlined in the Final Design Review. The inventory of such data shall include, but is not limited to, geologic maps, geochemical data, geophysical data, air photos, well logs, geologic investigations, mining production records, physical samples and mine assay results. The inventory shall exclude datasets that are restricted to oil and gas exploration. The data inventory shall be delivered in the from of a printed final report and a database in electronic form in a format that can be imported by commercial off-the-shelf database software. The database shall include the following tables: 1) Data Sources: The table of data sources surveyed shall include but not be limited to the following fields: organizational name, persons to contact, telephone number and address, and general terms of availability. 2) Datasets: The datasets table shall include but not be limited to data source, dataset name, detailed description, references to any published reports, data format including software version as applicable, year of data collection, name of company that collected the dataset, and any specific terms of availability. 3) Geographic Location: The location table shall include individual entries for each quadrangle contained in whole or part by the geographic extent of each dataset. The table fields shall include but not be limited to dataset name or dataset key, quadrangle name or quadrangle key. DELIVERY SCHEDULE: The project plan shall be submitted to the COR for Preliminary Design Review within fifteen days of contract award. The government shall perform the PDR and provide comments to the contractor within thirty days of contract award. Contractor shall submit project plan to COR for Final Design Review within 45 days of contract award. PERIOD OF PERFORMANCE: One year. INVOICING: The BLM shall pay the contractor after receiving and accepting all deliverables. MONITORING QUALITY OF PERFORMANCE: Contractor shall include an approved quality control plan in the project plan as submitted for preliminary and final design reviews. Conformance with the quality control plan will be determined by random verification by the government. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items is hereby incorporated by reference. Offerors are reminded to identify and submit their DUNS Number with their proposal. Offerors responding to this solicitation shall submit the following items to the contracting office: 1. Capability. Technical proposal that demonstrates the Offeror has previously and successfully performed the services described in the statement of work. 2. Past Performance. Offeror shall provide a list of five (5) of the most recent and relevant past and present contracts performed for Federal agencies and commercial customers with the last five years. Furnish the following information for each contract: a) company/division name, b) service, c) contract number, d) contract dollar value, e) period of performance, f) name, address, FAX number, and telephone of contracting officer. 3. Price. EVALUATION Far provision FAR 52.212-2, Evaluation of Commercial Items applies to the acquisition. The Government will award a contract resulting from this solicitation to the most responsible Offeror whose offer, conforming to this solicitation, proves to be the most advantageous of the following evaluation factors, listed in order of importance: 1. Capability, 2. Past Performance, and 3. Cost/price. Evaluation factors other than cost or price, when combined are significantly more important than cost or price; however cost/price will contribute substantial to the selection decision. The government seeks to award to the Offeror who gives the BLM the greatest confidence that it will best meet or exceed the requirements affordably. This process permits tradeoffs among cost/price and non-cost factors, ultimately allowing the government to accept other than the lowest priced proposal. The perceived benefits of the higher priced proposal shall merit the additional cost. Each proposal will be compared to the requirements identified in this synopsis/solicitation and the statement of work for a determination of adherence to all requirements and understand of the effort required. The Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, will be incorporated into any resulting contract. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items apply to this acquisition, specifically, the following cited clauses are applicable: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.226-36, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.232-34, Payment by Electronic Funds Transfer Other than Central Contractor Registration (31 U.S.C. 3332); 52.219-6, Notice of Total Small Business Set Aside (Jul 1996). Failure to provide the required items may result in the rejection of your proposal. The award date is expected to be not later than 27 September 01. Full text of all FAR clause and provisions are available electronically at the following Internet address (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral proposals will not be accepted. Questions must be submitted in writing to the Contracting Officer at the Email address or facsimile number provided at the end of this notice. Proposals are due at the Bureau of Land Management, Procurement Department, 6881 Abbott Loop Road, Anchorage, AK 99507-2599 on September 17, 2001 at 2:00 p.m., local time. Contact: Vicky Hawkinson, Contracting Officer, Telephone: (907) 267-1323, Facsimile: (907) 267-1434, Email: Vicky_Hawkinson@ak.blm.gov. All responsible sources may submit an offer, which shall be considered by the Agency.*****
Record
Loren Data Corp. 20010911/RSOL010.HTM (W-250 SN50X0M0)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on September 7, 2001 by Loren Data Corp. -- info@ld.com