SOLICITATION NOTICE
R -- Computer Systems Analyst I
- Notice Date
- 3/23/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- BLM-ID IDAHO STATE OFFICE* Admin Svcs Branch 1387 S. VINNELL WAY BOISE ID 83709
- ZIP Code
- 83709
- Solicitation Number
- DLQ070021
- Response Due
- 4/3/2007
- Archive Date
- 3/22/2008
- 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 is issued as a request for quotation (RFQ), number DLQ070021. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. This solicitation is set-aside for small business under North American Industry Classification System (NAICS) code 541214. The Small Business Annual Receipts for the firm and its Affiliates, for the preceding three (3) fiscal years does not exceed $7.5 million. Line Item 0001 - Payrolling service for Computer Systems Analyst I to work 40 hours per week. Monday through Friday, excluding Federal Holidays. Approximate term: 2,080 hours. Service Contract Act Wage Determination No. 2005-2159 Revision No.: 2 Date of Revision 12/15/2006 Occupation Code - Title Minimum Wage Rate 14101 - Computer Systems Analyst I $25.47 + $3.01 Health & Welfare Benefits STATEMENT OF WORK Located at the: Bureau of Land Management Idaho State Office 1387 S. Vinnell Way Boise, ID 83709 Description of tasks to be performed and the products to be completed. Geospatial Analysis - Identifies requirements and implements analytical techniques necessary to solve GIS issues. A. Specific Items to Be Delivered 1. Work with the team to Maintain and enhance the Arc Intranet Map Service for internal BLM Idaho Fire and Fuels program. (a) Develop and update the data and symbology. (b) Streamline the databases for high performance. (c) Assist trainer in classes statewide to introduce website. Due Date: July 1, 2007 for initial release of website Due Date: April 1, 2008 all data updated, tools enhanced as requested by users by FY08. 2. Maintain and enhance the statewide enterprise geodatabase of fire and fuels data layers, especially incorporating the national Landfire data. (a) Load data into SDE and apply standards. (b) Complete Data Checks and 9167 data steward acceptance form for all data layers pending move to Final Enterprise datasets. (c) Clean and archive project and draftdata directories of old data. (d) Disseminate data on the Internet according to BLM policy. Due Date: October 1, 2007 Due Date: Updates for FY08 to be completed by April 1, 2008 3. Research and build databases comparing new and older Fire Management Plan data with interagency LandFire data. Build new corporate datasets based on research, especially to continue the Twin Falls District process for development of potential vegetation data. (a) Build statewide corporate databases by consolidating LandFire data with updated metadata and complete Data Checks process. (b) Research with BLM Fire and Fuels staff the shortcomings and advantages of the national LandFire datasets and present research as requested. (c) Work with Fire and Fuels staff to create map products to assist with implementation of tools to update fire management plans Due Date: November 15, 2007 for completion of Twin Falls District potential vegetation data. Due Date: April 1, 2008 for completion of statewide datasets from LandFire. 4. Assist in development of final metadata and archival map products, project and data for Interagency Fire Hazard Risk Report to be published May 2007. Due Date June 1, 2007 A. Format for Deliverables Including Media Type 1. Deliverables will be submitted in both hardcopy and electronic GIS and pdf formats. 2. Deliverable GIS data must have FGDC standard metadata 3. GIS data will be created and maintained in both shapefile and SDE geodatabase format in UTM Zone 11 NAD 1983 meters units, unless specific exception is made. The Government will provide the contract employee with access to a typical office environment furnished with a workstation, telephone, facsimile, copier, computer connected to the internet and local area network at the office listed above. The contract employee will also be furnished with a Government ID/Facility Access Card. (See SECURITY) OVERTIME Overtime will not be authorized to accomplish the task. TRAVEL There will be travel authorized to accomplish the task. Travel requests must be submitted in writing, and in advance, with a funding document to cover any travel costs incurred, to both the Project Officer and Contracting Officer. If personal vehicle is authorized the contract employee will be reimbursed with Government Travel rates, but this must be approved by both the Project Officer and Contracting Officer. GOVERNMENT VEHICLE OPERATION If government vehicle is authorized for the occasional travel the following conditions will apply to the contract employee: Government Property Management and Use: The BLM assumes no liability for any actions or activities conducted under this contract except to the extent that recourse or remedies are provided by Congress under the Federal Tort Claims Act (28 USC 1346(b), 2401(b), 2671-2680, as amended by PL 89-506, Stat.306). Use of Government Vehicle: The required use of a government vehicle will require the BLM to provide Defensive Driving Training for any contract employee not yet certified with the BLM Defensive Driving Certificate. Either a current defensive driving certificate will be presented or the defensive driving training will be conducted and certified before the operation of any government vehicle. Required Insurance: The Contractor or contract employee shall, at its own expense, procure and thereafter maintain Automobile Insurance. This insurance shall be required on the comprehensive form of policy and will provide bodily injury liability and property damage liability covering the operation of all vehicles, including government owned, used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. SECURITY: Homeland Security Presidential Directive-12 - Clause mandated by the Department of the Treasury Acquisition Bulletin (AB) No. 05-12 - October 26, 2005. (a) The Contractor shall comply with agency Treasury and Bureau Personal Identity Verification Processes (PIV), which implements Homeland Security presidential Directive 12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standard (FIPS) 201. (b) The Contractor shall insert this provision in all subcontracts when the subcontractor is required to have physical access to a federally-controlled facility or access to a Federal information system. The Bureau of Public Dept Addendum to AB No. 05-12 Additional information regarding HSPD-12 can be located by clicking on the following link http://arc/publicdept.treas.gov/files/pdf/fsbpdapplicantrrainmodfinal.pdf In summary, this directive applies to: Physical Access is the ability to enter a federally owned facility or federally leased space: * If federal space is limited to a portion of a building then HSPD-12 applies only to that portion owned or leased by the federal government * Physical access requirements do not apply to: * Contractors needing supervised access for less than six (6) months * Guest researchers * Volunteers * Intermittent, temporary or seasonal contractors * Contractors, as of October 27, 2005, will be subject to HSPD-12 requirements. Logical Access is the ability to access federal IT systems or databases - applies to everyone regardless of how long access is required and whether within a federal facility or by remote connectivity. SPECIAL CLAUSES: 52.204-9 Personal Identity Verification of Contractor Personnel. As prescribed in 4.1301, insert the following clause: (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, as amended, and Federal Information Processing Standards Publication (FIPS PUB) Number 201, as amended. (b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. 52.222-41 Service Contract Act of 1965, as Amended (July 2005) (41 USC 351, et seq.) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. The provision at 52.212-1, Instructions to Offerors-Commercial Items is applicable. The provision at 52,212-2, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on price and past performance. Past performance will be based on the Contracting Officer's knowledge, contacting provided references, and other reasonable sources. Offerors shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause 52.212-4, Contract Terms and Conditions-Commercial Items, is applicable. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is applicable, and the following additional FAR clauses cited in the clause are applicable: 52.204-07, 52.219-06, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-03 Alt. 1, 52.223-06, 52.232-33, 52.246-04. Contractors are required to register or update their registration at the Central Contractor Registration website at http://www.ccr.gov in order to receive an award under this solicitation. If you need assistance with the IDEASEC website contact the helpdesk at 703-390-6633. Offers are due at the above office by 9:59 pm MDT, Tuesday, April 3, 2007. For additional information contact Patricia A. Fort, Contracting Officer at (208) 373-3910. Quotes will be accepted by either fax at (208) 373-3915, or email at Pat_Fort@blm.gov.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1243334)
- Place of Performance
- Address: Bureau of Land Management
- Zip Code: 83709
- Country: USA
- Zip Code: 83709
- Record
- SN01258227-W 20070325/070323222838 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |