Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2008 FBO #2452
SOLICITATION NOTICE

70 -- 4-D Basin Modeling Software Program

Notice Date
8/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, U. S. Geological Survey, U. S. Geological Survey, U S GEOLOGICAL SURVEY, APS PO BOX 25046, MS204BDENVER FEDERAL CENTER DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
08CRQQ0304
 
Response Due
8/20/2008
 
Archive Date
8/11/2009
 
Point of Contact
LISA D. HAYES PURCHASING AGENT 3032369327 Lisa D Hayes/ORS/USGS/DOI@USGS;<br />
 
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; quotes are being requested and a written solicitation will not be issued. RFQ No. 08CRQQ0304, this solicitation is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-26. The North American Industry Classification System (NAICS) Code for this requirement is 511210, which is $23.0 Million per year averaged over last 3 years. (See Numbered Note 1). 1. Line Item Summary: (Line Item Number 0001): 4-D Basin Modeling Software Program with first year's maintenance per the specifications below. Note: Offerors shall provide product specifications with quote. Quantity: 1, Unit of Issue: Each, Unit Price: $, Total Cost: $. Delivery Date: Ten (10) Business Days After Receipt of Order. The following provisions are applicable to this acquisition: GS2301-Single Award; Offers will be evaluated on the basis of total aggregate price for line item 0001 that meets the specifications below. Offerors are required to submit a price on line item 0001 listed above, or to indicate that the item is "Not Separately Priced" (NSP). An offeror's failure to submit a price (or enter NSP) on line item 0001 will require rejection of the quote as nonresponsive. Statement of Need:The Petroleum Processes Research Project is developing kinetic parameters for determining source and thermal maturity of natural gases based on their stable carbon isotopes. In order to apply these experimentally derived kinetic parameters to research and assessment areas of interest, a 4-D basin modeling program is needed. Immediate uses of the program are determining sources and thermal maturity of unconventional gas accumulations in the Piceance basin and conventional gas accumulations in the Anadarko and Arkoma basins.Minimum Specifications:The Contractor shall provide the following software: 1. Software shall be able to interact with the geochemical modeling software "GOR Isotopes," for which we already have a license. 2. Interactively make paleo-structure, temperature, maturity, and hydrocarbon expulsion maps at any geological time.3. Interactively draw hydrocarbon migration paths, determine fetch areas, and expelled volumes.4. Interactively determine trap fill/spill/leak conditions, column heights, and hydrocarbon reserves.5. Interactively create maps from scattered geological data based on correlations of geological parameters.6. Manipulate/edit geological maps (tilt, smooth, filter, remove spikes, fill holes, or apply mathematical operators).7. Volumetric and area statistical tools to obtain information about trap and fetch areas.8. Interactively create geologic cross sections in order to check relationships among map surfaces.9. Interactively create paleo-cross sections and simulate basin evolution to understand basin development.10. Interactively display map surfaces and cross sections in a 3 dimensional projection.11. Overlay attributes (e.g., thermal maturity, GOR, etc.) on surfaces in map view or 3D. 52.212-03-Offeror Representations and Certifications-Commercial Items. GS2115-Independent Review of Protests to the Agency; Interested parties may request an independent review at a level above the Contracting Officer of protests filed directly with the agency. This review is available as an appeal of the Contracting Officer's response to the protest. Requests for independent review shall be submitted to the Chief of the acquisition office issuing the solicitation, who will designate the official(s) to conduct the independent review. The following clauses are applicable to this acquisition: 52.212-05-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Including Paragraphs (b) (5), (15), (16), (17), (18), (19), (21), (24), (28), (31), and (36). GS0330- Section 508 Applicable Standards; The resources acquired in this investment must meet all applicable standards established by the Access Board in 36 CFR Part 1194, including technical, functional performance, information, documentation, and support standards. The products, services, information and data that are provided to the Government or the public as a result of this acquisition shall afford individuals with disabilities access comparable to that afforded to individuals without disabilities. Standards applicable to this acquisition include:Software Applications and Operating Systems 1194.21, Functional performance criteria 1194.31, and Information, Documentation, and Support 1194.41. The full text of the above referenced standards can be found at: http://www.section508.gov/final_text.html. FISMA Information Technology Security Requirements Summary-(1) Background Investigation - N/A, (2) Non-disclosure Agreement - N/A, (3) Training - N/A, (4) Personnel Changes - N/A, (5) Contractor Location - N/A, (6) Applicable Standards - N/A, (7) Asset Valuation - N/A, (8) Property Rights - N/A, (9) Independent Verification and Validation - N/A, (10) Certification & Accreditation - N/A, (11) Internet Logon Banner - N/A, (12), Incident Reporting - N/A, (13) Quality Control (Malicious Code) - Applicable, (14) Self Assessment - N/A, (15) Vulnerability Analysis - N/A, (16) Logon Banner - N/A, (17) Security Controls - N/A, and (18) Contingency Plan - N/A. 52.900S-1006-Prevention of Malicious Code; (a) Definitions: Malicious code is a computer code developed for the purpose of causing some form of intentional damage to computer systems or networks. Malicious code may be a complete program or code imbedded in software programs that appear to provide useful functions. The term includes computer viruses and other destructive programs, such as "Trojan Horses" and network "worms."(b) The contractor must have in place an anti-virus procedure to ensure that media supplied is uncontaminated by malicious code. (c) The contractor is required to scan all delivered software to insure it is free of malicious code prior to its installation or operation on USGS-owned computers or contractor-owned computers connected to USGS computer systems or networks. Contractors using diagnostics software disks or connecting to a non-USGS computer while performing repairs or upgrades to a USGS computer will scan the serviced computer's drive(s) to insure they are free of malicious code upon completion of the service call, or prior to return of serviced equipment, if servicing is performed off-site. 52.000S-5026-Invoice Requirements; Invoices must be submitted in original and 1 copy to the "Billing Office" designated on this order. To constitute a proper invoice, the invoice must include the information required by paragraphs (a)(3)(i) through (a)(3)(x) of the clause 52,232-25, Prompt Payment. Electronic funds transfer (EFT) banking information is required to be submitted with or before the invoice only if the Contracting Officer has exempted the vendor from CCR registration. 52.204-07-Central Contractor Registration. 52.212-04-Contract Terms and Conditions-Commercial Items. 52.247-34-F.O.B. Destination. Quotes are due by COB at 2:00 p.m. (MST) on Monday, August 20, 2008. Offerors may submit quote by fax to (303) 236-5859 or by e-mail to ldhayes@usgs.gov. Please submit the following with your quote: Dun & Bradstreet Number, Federal Tax ID Number, and Product Specifications. Contact Lisa D. Hayes for information regarding this solicitation (303) 236-9327.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=63f85f55ab8667d0d8f9b06044fe3fbd&tab=core&_cview=1)
 
Place of Performance
Address: Denver, CO<br />
Zip Code: 802250046<br />
 
Record
SN01637147-W 20080813/080811230641-63f85f55ab8667d0d8f9b06044fe3fbd (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 |
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.