Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2004 FBO #0900
SOLICITATION NOTICE

C -- National Pipeline Mapping System National Repository

Notice Date
5/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Transportation, Research and Special Programs Administration (RSPA), Research and Special Programs Administration HQ, 400 7th Street, SW Room 7104, Washington, DC, 20590
 
ZIP Code
20590
 
Solicitation Number
DTRS56-04-R-0001AA
 
Response Due
6/30/2004
 
Archive Date
7/15/2004
 
Point of Contact
Robyn Zellars, Contract Specialist, Phone 202-366-1951, Fax 202-366-7974,
 
E-Mail Address
robyn.zellars@rspa.dot.gov
 
Description
U.S. Department of Transportation, Research and Special Programs Administration, Office of Contracts and Procurement, DMA-30, Room 7104, 400 7th St., SW, Washington, DC 20590 C?ARCHITECTURAL AND ENGINEERING SUPPORT FOR THE NATIONAL PIPELINE MAPPING SYSTEM (NPMS) NATIONAL REPOSITORY Solicitation: DTRS56-04-R-0001AA, DUE: June 30, 2004 POC: ROBYN ZELLARS, CONTRACT SPECIALIST, (202) 366-1951; E-MAIL: ROBYN.ZELLARS@RSPA.DOT.GOV 1. CONTRACT INFORMATION: An Indefinite Quantity/Indefinite Delivery Contract for performance-based Architectural/Engineering Support Services is required for the continued operations of the National Pipeline Mapping System (NPMS) National Repository. Firms submitting a proposal in response to this requirement must possess a requisite expertise in and knowledge of the mapping of real property, particularly with respect to underground infrastructure and improvements to real property, such as hazardous liquid and gas transmission pipelines, GIS, and the engineering operations of gas and liquid companies. OPS has determined that based on past project history that this expertise is critical to overall successful management of the NPMS. Therefore, OPS has determined that any potential offeror under this RFP must be licensed, registered, and certified to provide Architectural & Engineering Services. Information & Technology (IT) firms or Geographic Information Systems (GIS) firms are encouraged to submit proposals but must be either certified as an Architectural & Engineering firm or be part of a team with an A&E firm. The National Repository is responsible for a wide range of professional services including the compilation, research, conversion, interpretation, processing and maintenance of engineering pipeline mapping data. The data may be submitted in either digital or hard copy formats. Hard copy formats include USGS Quad maps and/or engineering alignment sheets that meet the requirements of the NPMS data submission standards. Types of services required will include, but not be limited to, managing large geospatial databases within a repository; developing graphical user interfaces (GUI); processing data from various sources and combining it into a single data set; managing of the National Repository; sending check plots and check files to pipeline operators; technical writing; collecting program data; converting, processing, and maintaining data utilizing a geographic information system (GIS); safeguarding and securing data; maintaining the NPMS homepage at www.npms.rspa.dot.gov; developing Web-based GIS applications; providing on-site GIS support; providing system integrity and security; and disseminating pipeline data. In addition to the above professional services, the National Repository may be asked to conduct technical studies to evaluate procedures for creating data sets to meet program regulatory needs and provide consulting services to address technical requirements over the life of the contract. The agency expects to issue Fixed Price Task Orders for a two (2)- year base period from date of contract award, with options for eight (8) additional 12- month periods. The total duration of the contract will not exceed ten (10) years and the cumulative total of all task orders will not exceed $10 million dollars. The total of task orders for the base period will not be less than $10,000 (Guaranteed Minimum). A single award is anticipated for this requirement. If a large business firm is selected for this announcement, it must comply with the FAR Clause 52.219-9 regarding the requirement for a subcontracting plan. The plan is not required as part of this submittal. This announcement is open to all A&E firms regardless of size and can be downloaded via the Internet at: http://www.rspa.dot.gov under Procurement Opportunities. Contract award is anticipated in August 2004. 2. PROJECT INFORMATION: The National Pipeline Mapping System (NPMS) is a GIS database that contains the locations and selected attributes of hazardous liquid and gas transmission pipelines, breakout tanks, and liquefied natural gas (LNG) facilities operating in onshore and offshore territories of the United States where the Research and Special Programs Administration (RSPA) has authority to regulate pipeline facilities. The NPMS was developed as a joint effort between the U.S. Department of Transportation, Research and Special Programs Administration (RSPA), Office of Pipeline Safety (OPS), other Federal and state agencies, and the pipeline industry. The NPMS originally consisted of pipeline and LNG facility data voluntarily submitted by pipeline operators. The Federal Pipeline Safety statute, (49 USC 60132) requires that pipeline operators submit their hazardous liquid and gas transmission pipeline and LNG data to the NPMS. The data collected for the NPMS is necessary for regulatory oversight and for monitoring the security of the pipelines. The NPMS National Repository is operated and maintained by a contractor working on behalf of OPS. The current National Repository began operation in 1998. The current contractor has assisted in finalizing the first NPMS Operator Standards in March 1999; developing procedures for collecting, editing, and processing pipeline and LNG geospatial data; developing quality control procedures; advising OPS on technical issues; studying the methodology for creating data sets for unusually sensitive environmental areas; developing and maintaining the NPMS homepage at www.npms.rspa.dot.gov; developing Web-based GIS applications; providing system integrity and security; providing on-site GIS support in OPS; updating the NPMS Operator Standards in January 2003; and updating the NPMS Repository Standards in March 2003. The latest standards are available from the NPMS website at www.npms.rspa.dot.gov. The NPMS originally consisted of a single National Repository and multiple state repositories. In September 2002, OPS ended the state repository program in favor of using a single National Repository for the processing and storage of the NPMS geospatial data. The National Repository will be responsible for processing and maintaining approximately 500,000 miles of pipeline data, LNG facilities, and breakout tanks. Pipeline operators are required to update submissions to the NPMS as changes occur along their pipeline system. A variety of users in the research, planning, and repair of real property use NPMS data. The pipeline industry and Public Safety Officials utilize the NPMS data in conjunction with integrity management data to identify pipeline sections that may require repair and to locate pipelines near areas of new development. Other Federal agencies may use NPMS data to identify the locations of existing pipeline corridors for future pipeline new construction. The NPMS may also be used by industry, state and local officials as a tool in the planning process associated with real property, including planning associated with property development, zoning, and construction activities. Currently, the NPMS has 297,000 miles of ?real property? natural gas transmission pipelines and 160,000 miles of hazardous liquid transmission pipelines. SELECTION CRITERIA: See FedBizOps numbered Note 24 for a general description of the selection process. Following an initial evaluation of the qualification and performance data submitted, three or more firms considered to be most highly qualified to provide the type of services required will be chosen for negotiation. Those selected firms for negotiation will have demonstrated the competence and qualifications necessary for satisfactory performance of the type of professional services required. The following criteria, all of equal importance, will be used to evaluate a firm?s competence qualifications for this requirement: (a) Demonstrated specialized experience and technical competence in: (1) managing and maintaining large relational geospatial databases in a GIS, including demonstrated experience in working with the full line of ESRI software including ArcGIS 8.x, ArcSDE, ArcIMS, ArvView 3.x and Oracle RDBMS, (2) the design and composition of the engineering, and geospatial data records kept by hazardous liquid and gas transmission pipeline operators, and (3) converting digital data, digitizing paper maps, managing relational databases, projecting data, and performing quality-control processes. (b) Demonstrated capacity to accomplish the work within the specified timeframe. (c) Adequacy of in-house technical expertise to provide technical writing, engineering support, Web support, application development, and on-site staffing. (d) The professional qualifications and composition of the proposed project team as a whole, and the experience of individual team members as directly related to the services described in criteria 1, 2, and 3 above. Any firm or joint venture that augments its in-house staff by contracting with consultants must perform a majority of the services with in-house staff. SUBMITTAL REQUIREMENTS: See FedBizOps numbered Note 24 for general submission requirements. An A/E firm that meets the requirements described in this announcement and wishes to be considered must submit the following: Four (4) copies of a Standard Form (SF) 255, Architect-Engineer and Related Services Questionnaire for Specific Project. Four copies of an SF 254, Architect-Engineer and Related Services Questionnaire for the prime contractor. Four (4) copies each of an SF254 for each subcontractor/consultant listed in block 6 of the firm?s SF255. All information must be sent to: Robyn Zellars, U.S. Department of Transportation (RSPA), Office of Contracts and Procurement, (DMA-30), 400 7TH Street, S.W. Rm. 7104, Washington, D.C. 20590. The SF255, including attachments, must be limited to 25 pages not smaller than 12-point font. In Block 7 of the SF255 provide resumes for all key team members, and indicate each team member?s role in the project. In Block 10 of the SF255, provide the following: (a) A brief Management Plan that explains the firm?s management approach, management of subcontractors and specific quality control procedures used. The plan must include an organizational chart showing the inter-relationship of management and various team components (including subcontractors); (b) A listing of mapping/GIS equipment and software available to the team, a quality management plan and organizational chart for the proposed team; (c) Supplemental information such as representative samples of relevant projects is encouraged. (d) Successful past performance on previous contracts with respect to cost control, quality of work and compliance with performance schedules. Include names and current phone numbers for listed clients. Clients may be contacted during the evaluation process. GENERAL INFORMATION: This announcement can also be downloaded via the Internet at: http://www.rspa.dot.gov under Procurement Opportunities. In all correspondence to the RSPA Office of Contracts and Procurement, reference Announcement No. DTRS56-04-R-0001AA. Early submissions responding to this announcement are strongly encouraged. All submissions must be forwarded via overnight mail (e.g., Federal Express, UPS,) to Robyn Zellars, Research and Special Programs Administration, Office of Contracts and Procurement, ATTN: DMA-30, 400 7th Street, SW, Room 7104, Washington, D.C. 20590. Because of continued security concerns, do not send a submission via regular mail. As stated above, submit an original and four (4) copies of all the required documents. All responses must be received by the above office no later than June 30, 2004 at 4:00 P.M., EST, to be considered. Late responses will be handled in accordance with FAR 52-214-7. FACSIMILE OR ELECTRONIC RESPONSES WILL NOT BE ACCEPTED. NOTE: All inquiries concerning this announcement must be directed to the RSPA Office of Contracts and Procurement from June 1, 2004 to June 18, 2004, ATTN: Ms. Robyn Zellars, Contract Specialist, telephone: (202) 366-1951; e-mail: robyn.zellars@rspa.dot.gov.
 
Place of Performance
Address: U.S. Department of Transportation, Research and Special Programs Administration (RSPA),Office of Contracts & Procurement, DMA-30, Room 7104, 400 7th St. SW, Washington, D.C.
Zip Code: 20590
Country: USA
 
Record
SN00584506-W 20040514/040512211836 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.