Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2005 FBO #1227
SOLICITATION NOTICE

R -- GIS PROFESSIONAL

Notice Date
4/4/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS 3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 3001 SACRAMENTO CA 95819
 
ZIP Code
95819
 
Solicitation Number
GSWR050095
 
Response Due
4/14/2005
 
Archive Date
4/4/2006
 
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 solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02, effective 23 March 2005. This acquisition is set aside for participation by small business concerns. The associated NAICS code is 541990 - All Other Professional, Scientific, and Technical Services, for which the associated size standard is $6.0 million dollars. STATEMENT OF WORK 1.0 BACKGROUND/SCOPE The U.S. Geological Survey, Earthquake Hazards Program - Northern California (USGS) has identified a requirement for an individual qualified to serve as the chief technology officer supporting a group of ten (10) USGS earthquake researchers (the "Group"). The contractor's principal duties include: (1) GIS development, research products, and analysis; (2) internet map server development, products, and maintenance; (3) 2D/3D scientific animation production and design; (4) scientific illustration; (5) web site development, auditing and maintenance; (6) computer and server hardware/software/ security needs. The contractor is expected to work independently, identify opportunities, and anticipate Group needs, but also to interact closely with Group members and the Technical Liaison. The contractor will also interact closely with collaborating Japanese researchers, and infrequently work in Japan, as needed. 2.0 TECHNICAL REQUIREMENTS 2.1 WORK REQUIREMENTS As stated in paragraph 1.0 above, the contractor shall be expected to both work independently and to take direction from the Technical Liaison and/or other individuals delegated technical direction authority by the Technical Liaison. In the performance of this effort, the contractor may be expected to do any or all of the following, principally using ESRI and ERDAS toolsets: 2.1.1 Conduct Geographical Information Systems (GIS) analysis on earthquake problems. 2.1.2 Integrate GIS data with corporate and government project partners. 2.1.3 Build 2D and 3D animations for scientific visualizations and scientific papers by using remote sensing data (satellite imagery, aerial photography, digital elevation models, LIDAR, and InSAR). 2.1.4 Develop tools to automate GIS database elements. 2.1.5 Execute data conversion from/to US and Japanese data sets. 2.1.6 Bring geodetic GPS data into GIS for display and scientific research. 2.1.7 Perform GIS hardware and software operations to enhance the implementation and operation of GIS systems. 2.1.8 Develop Internet map applications for Group studies by using ArcIMS and Macromedia Flash mapping technologies. 2.1.9 Develop web applications for group's scientific research using HTML, XHTML, XML, Flash, CSS, ASP, Java, JavaScript, ActionScript, and other Web programming languages. 2.1.10 Monitor GIS and internet platform performance for accuracy, efficiency, and security; and recommend technical upgrades. 2.1.11 Installation, configuration and administration of server operating systems and applications including; ArcIMS server, Apache web server, Apache Tomcat server, secure FTP and related server components for Windows and UNIX systems. 2.1.12 Conduct application demonstrations for internal (department heads, managers, and end users) and external (general public and organizations) and operations staff. 2.1.13 Function as a graphic artist for scientific and public presentations. 2.1.14 Function as a webmaster for Group studies at http://quake.wr.usgs.gov/research/deformation/modeling/index.html 2.1.15 Function as technology officer for the Group. 2.1.16 Conduct research on the probability of earthquake shaking by using GIS tools. 2.2 DELIVERABLES In addition to the ongoing duties described in paragraph 2.1 above, the contractor shall deliver the following: 2.2.1 GIS support of scientists by 2D and 3D analysis of the Kanto region with digital outputs by June 1st and ongoing, including displays for Tokyo of seismicity, historical earthquakes, plate tectonic surfaces, urban features, population, satellite imagery. surface geology, and major earthquake sources. 2.2.2 GIS data conversion and formatting from Japanese government institutions internal data formats to ESRI file formats. These include digital elevation models (topography, bathymetry), vector data sets (geology, urban features), and scientific publication results (plate tectonic models, earthquake fault plane models). 2.2.3 Analyzing, converting and tiling Landsat images from raw to RGB format. 2.2.4 GIS animations and visualizations by June 1st and ongoing. These would be built using ArcScene, ArcGlobe, Erdas Imagine. 2.2.5 Video animation products in Macromedia Flash and QuickTime and Windows Media file formats. 2.2.5 Tokyo ArcIMS website and web services by July 1, upgrade / update every month. 2.2.4 Southern California Deformation Interactive GPS Mapping website, by September 1st and ongoing. This needs to be a Macromedia Flash interactive map application. 2.2.5 Other web products by June 1st and ongoing 2.2.6 Japanese interface localization for Tokyo Project web products by August 1st and ongoing. This permits use by Japanese researchers with Japanese language and font interfaces. 3.0 SUPPORTING INFORMATION 3.1 PERIOD OF PERFORMANCE The period of performance of this effort is for one (1) base year and one (1) option year, for a total period of performance not to exceed two years. The contractor is expected to work one full time equivalent (FTE) per year during normal operating hours, as directed by the Technical Liaison. The base year will commence on or about 01 June 2005. 3.2 PLACE OF PERFORMANCE The principal place of performance shall be at the USGS' facility at: United States Geological Survey, Earthquake Hazards Program 345 Middlefield Road, M/S 977 Menlo Park, CA 94025 The secondary place of performance is (AIST) at: AIST, National Institute of Advanced Industrial Sci. and Technol. Site 7,1-1-1 Higashi, Tsukuba, Ibaraki, 305-8567 JAPAN It is expected that the contractor will be required to perform at the secondary place of performance approximately 10% of the time, as coordinated with/directed by the Technical Liaison. 3.3 TRAVEL Travel, when required, will be coordinated with the Technical Liaison and scheduled as far in advance as practicable. The contractor shall not incur any travel costs in excess of those authorized in this contract absent authorization from the Contracting Officer. This authorization will usually take the form of a written contract modification, but may be verbal if short notice is provided. Verbal authorization will be followed by written modification. Invoices that include request for travel reimbursement shall be itemized to at least the following level of detail: Airfare Lodging, per day Rental car, if applicable, per day Per diem, per day, as outlined below Receipts should be attached for airfare, lodging, and rental car. The contractor is not required to itemize meals or incidental expenses; they will be included in the per diem payment. A courtesy copy of all invoices that include request for travel reimbursement shall be sent to the contracting officer for review. In accordance with Federal Acquisition Regulation (FAR) 31.205-46, Travel Costs, costs incurred for lodging, meals, and incidental expenses shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the: Federal Travel Regulations (FTR) for travel in the Contiguous United States; Joint Travel Regulations (JTR) for travel in Alaska, Hawaii, and outlying areas of the United States; and Standardized Regulations, Section 925 for areas not covered by the FTR or the JTR. Travel to the secondary place of performance is covered by the Standardized Regulations, Section 925 entitled "Maximum Travel Per Diem Allowances for Travel in Foreign Areas". This document is updated monthly; please visit http://www.state.gov/m/a/als/prdm/2005/ for updated information. 4.0 DESIRED QUALIFICATIONS The successful contractor will have: 4.1 Three (3) or more years of relevant work experience. 4.2 A master's degree; minimally acceptable is a bachelor's degree in Computer Science, Geography, Planning, GIS or in related fields. 4.3 Advanced level experience on: ArcMap, Workstation Arc\Info, ArcScene, ArcGlobe, ArcSDE, ArcIMS, Erdas Imagine, MapInfo, Global Mapper, GMT, R, Coulomb, Transform III, Adobe PhotoShop, Adobe Illustrator, Adobe Distiller, Adobe Acrobat, Adobe Premiere, NewTek VT, Macromedia Flash, Macromedia Dreamweaver, and Microsoft Office Suite. 4.4 Advanced knowledge of remote sensing data including; satellite imagery, aerial photography, LIDAR, Radar and DEMs. 4.5 A strong working knowledge of application development using; Flash, ActionScript, MySQL, Java, Java Script and PHP. 4.6 A strong working knowledge of computing network operations including experience in Unix administration, preferably MAC OS X and Windows XP. 4.7 A strong working knowledge of computing hardware. 4.8 A strong working knowledge of video and image file formats. 4.9 Excellent problem-solving, organizational, communication, inter-personal and production-oriented teamwork skills, plus the ability to work independently. Experience in terrestrial earthquake related disciplines would be an asset. METHOD OF EVALUATION Prospective contractors are invited to submit quotations for one full time equivalent (FTE) position, based on 1,920 hours per year. Quotations may be priced hourly, daily, weekly, monthly, etc. as determined appropriate by the prospective contractor. Travel is not to be quoted; a not-to-exceed amount will be established at contract award. The Government will award a contract resulting from this solicitation to the responsible prospective contractor whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: total price, technical merit (as measured against the criteria in paragraph 4.0 above) and past performance. These evaluation factors are not necessarily listed in order of importance, but are intended as a general guide for quotation preparation. Prospective contractors are encouraged to provide supporting documentation where appropriate (e.g. proof of advanced degree, etc.) Quotations are due by close of business, Thursday 14 April 2005, to the contracting office in Sacramento, CA identified above. Quotations received after this time and date will not be considered. Quotations are preferred by electronic means (email and fax), but are accepted by mail. Oral quotations will not be accepted. Prospective contractors are advised that the following provisions are applicable to this solicitation document. Full text of these provisions can be obtained at http://www.arnet.gov/far/ (clauses beginning with the number 52) and http://www.doi.gov/pam/aindex.html (clauses beginning with the number 1452) or by contacting the contract specialist below. Prospective contractors are required to complete the provision at 52.212-3 entitled "Offeror Representations and Certifications - Commercial Items" and enclose it with their quotations. 52.212-1 Instructions to Offerors - Commercial Items (JAN 2005) 52.212-3 Offeror Representations and Certifications - Commercial Items (MAR 2005) 52.217-5 Evaluation of Options (JUL 1990) 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003) Any contract or order resulting from this solicitation will contain the following clauses: 52.204-7 Central Contractor Registration - (OCT 2003) 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2003) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (JAN 2005) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.000S-5079 Technical Liaison - Technical Direction (OCT 1997) For further information regarding this solicitation, please contact Jeff Caravelli, Contracting Officer, at (916) 278-9341 or jcaravelli@usgs.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=725486)
 
Place of Performance
Address: Menlo Park, CA
Zip Code: 94025
Country: USA
 
Record
SN00781484-W 20050406/050404212053 (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.