Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2004 FBO #1049
SOLICITATION NOTICE

D -- Digitization of Drawings / Creation of Database

Notice Date
8/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (10TQ), 40015th Street SW, Auburn, WA, 98001
 
ZIP Code
98001
 
Solicitation Number
Reference-Number-GS10T04EDP0026
 
Response Due
9/17/2004
 
Point of Contact
Kelley West, Contract Specialist, Phone 253-931-7948, Fax 253-876-7153,
 
E-Mail Address
kelley.west@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY REQUEST FOR QUOTATION (RFQ); PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Paper copies of this solicitation and attached documents will be available upon request. This is a commercial solicitation using Acquisition of Commercial Items found in FAR Part 12. The solicitation GS10T04ECP0026 is issued as a RFQ. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 24. FAR clause descriptions are available via the Internet at http://farsite.hill.af.mil. The set aside for this solicitation is 100% small business. NAICS code: 518210. Size standard: $21,000,000.00. This requirement is to provide the following services to Naval Air Station Whidbey Island, Naval Station Bremerton, Submarine Base Bangor, Naval Magazine Indian Island, Naval Undersea Warfare Division at Keyport, Manchester Navy Fuel Depot, Naval Hospital Bremerton, Jackson Park, Jim Creek, and EFA-NW at Poulsbo. The contractor will digitize up to 100,000 priority based hard copy drawings and create a robust, heavily populated drawing library database for the installations. The drawings will be converted to a Tagged Image File Format (TIFF) at the individual installations or at the contractor’s site, depending on contractor quotes and best value determination by the government. Original drawing size and media will vary from A-E and consist of vellum, microfiche, or bond paper. Drawings may be black and white or color. Conversion of hardcopy drawings to TIFF files should retain the color and quality of original drawings. The contractor shall pick up the drawings ready for conversion within 3 days of notification and shall have a 10 day turn around per each 1000 drawings. The contractor shall be located within a 50 mile radius of Submarine Base Bangor. All requirements will be met according to the criteria set forth in the Performance Work Statement (PWS), which is available to interested parties upon request. The government will award a combination of fixed price per page or document, plus a line item priced by labor category for the vector conversion. The contractor shall fill in the pricing schedule, which is available to interested parties upon request, to submit with their quote. The contractor may quote prices for completing the work at either the government installations or their own. If completing work at the government sites, space will be provided as stated in the PWS. The following factors shall be used to evaluate offers: Technical/Capability (Approach to satisfying the requirements, including being located within a 50 mile radius of Bangor, equipment and personnel availability, knowledge of document conversion, Past Performance, Quality Control Plan) and Price. For this acquisition, Technical/Capability is equal to price. The provision in FAR 52.212-1 (JAN 2004), Instruction to Offerors – Commercial, is applicable to this acquisition. Offerors shall include with their quotes, a completed copy of FAR 52.212-3, Offerors Representations and Certifications – Commercial Items (MAY 2004). The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2003), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JUN 2004), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-6, Notice of Total Small Business Set Aside (JUN 2003); 52.219-14, Limitations on Subcontracting (DEC 1996); 52.222-3, Convict Labor (JUN 2003); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.232-29, 52.239-1, Privacy or Security Safeguards (AUG 1996). Additional contract terms and conditions out of the FAR are as follows: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), Alternate I (OCT 1995); 52.204-2, Security Requirements (AUG 1996) and 52.204-7, Central Contractor Registration (OCT 2003). Contractor shall include with their quotes, a completed copy of 52.222-22, Previous Contracts and Compliance Reports in the solicitation (FEB 1999) and 52.222-25, Affirmative Action Compliance (APR 1984). Additional contract terms and conditions out of the DFARS are as follows: 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Related Felonies (MAR 1999) and 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (MAR 1998). Interested parties shall contact Kelley West @ (253) 931-7948 or kelley.west@gsa.gov to obtain a copy of the complete RFQ package, which includes the PWS and Pricing Schedule. Offers may be faxed to Kelley West @ (253) 876-7153 or mailed to 400 15th St SW, Auburn, WA 98001-6599. The offers are due by COB on 17 Sept 2004 attention to Kelley West. If additional information regarding this solicitation is needed please contact Kelley West by phone or email. Collect calls will not be accepted. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-AUG-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 08-OCT-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/FTS/10TQ/Reference-Number-GS10T04EDP0026/listing.html)
 
Place of Performance
Address: Task will be preformed either at the individual activities or at the contractor’s site, depending on the contractor’s quote and a best value determination by the government.
Country: USA
 
Record
SN00692288-F 20041010/041009091226 (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.