Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2013 FBO #4256
MODIFICATION

D -- GIS SUPPORT

Notice Date
7/18/2013
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-13-T-0019
 
Response Due
7/24/2013
 
Archive Date
9/16/2013
 
Point of Contact
Michelle Petterson, 270-798-7810
 
E-Mail Address
MICC - Fort Campbell
(michelle.r.petterson.civ@mail.mil)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
Modification 03: This is a modification to subject solicitation posted in FedBidOpps, and MICC-Fort Campbell Homepage on 8 July, 2013. The Closing date is changed from 19 July 2013 at 1:00 P.M. to 24 July 2013 at 1:00 P.M.; and changes the Set-Aside from Women-Owned Small Business (WOSB) to Economically Disadvantaged Women- Owned Small Business (EDWOSB). This modification has been issued to answer the following question pertaining to the current solicitation. Question #1: Based on the NAICS code 541370, the Solicitation is supposed to be a EDWOSB set-aside to be compliant with the SBA set-aside program. Answer #1: The solicitation has been amended to read set-aside for Economically Disadvantaged Women Owned Small Business (EDWOSB). All questions pertaining to this solicitation MUST be submitted by July 19, 2013, 3:00 P.M. CST The MICC Fort Campbell Contracting Office has a new address- listed below: MICC Fort Campbell Bldg 6923 38th Street & Desert Storm Fort Campbell, KY 42223 All responsible concerns may submit a proposal that will be considered by this agency. Offers may be submitted to the following individual: By email: Ms Wanda Jobe, wanda.f.jobe.civ@army.mil By FAX: Number at 270-798-7548; Offers may also be mailed to the agency address shown above. All offers must be received NLT July 24, 2013, 1:00 P.M. CST. Modification 02: This is a modification to subject solicitation posted in FedBidOpps, and MICC-Fort Campbell Homepage on 8 July, 2013. The following questions are being answered. This modification has been issued to answer a question or questions pertaining to the current solicitation. Question #1: 1) Who is the incumbent ? 2) What was the incumbent's FY 2013 contract value ? 3) Please confirm this is for 1 FTE 4) Please confirm you are simply requesting a detailed resume and price. 5) Does the client have anyone in-mind for this position ? 6) Technical Exhibit 3, estimated monthly workload data shifts from hours to percentages. Please clarify. Answer #1: 1. Xcel Engineering, INC. 2. Total Contract Value for Base Year and Four Option Periods equaled $510,755.20. 3. Yes, directly supports other Environmental Division government and contracted employees 4. Solicitation states qualifications required at Paragraph 1.6.10 of the Performance Work Statement (included in solicitation). 5. No 6. Hours indicate exactly how many hours will be required for training purposes; percentages indicate how much of the employees time will be devoted to the listed tasks. Question #2: Expiration date of contract. Answer #2: The current contract for this requirement expired on 30 June 2013. Question #3: Based on the NAICS code 541370, the Solicitation is supposed to be a EDWOSB set-aside to be compliant with the SBA set-aside program. Answer #3: Definitions under SAMS- Representation and Certification states: Definitions. As used in this provision: quote mark Economically disadvantaged women-owned small business (EDWOSB) concern quote mark means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible for the WOSB Program. Question #4: Is there a current GIS Needs Assessment that has been completed for the base? Is this available for review? Answer #4: Yes, completed April 2002 Question #5: Does the government have all licensing in place for the GIS software? Answer #5: Yes, use ArcGIS suite of GIS products (ArcGIS Server, ArcMap) Question #6: Are there planned activities as part of this contract to have the contractor participate in court room proceedings? Should this cost be estimated in our cost proposal? Answer #6: No planned activities at this time, standard requirement for on-site professional services contractors holding expert knowledge of environmental program systems Question #7: If expert testimony is required is this considered an additional scope of work item? Answer #7: Not a regularly recurring requirement, has not been an issue to date with this professional services contract Question #8: Is there a list of anticipated projects to be worked on during the period? Answer #8: Previous contract employee was not required to maintain and submit a working project to the government, projects are worked on first-come basis, completed/ongoing/pending projects are identified on monthly progress report Question #9: Is there a GIS analyst available to ask specific questions to at this time to get an idea of the extent of existing GIS projects and applications? If so, may we get their contact information? Answer #9: No, prior contracted GIS analyst is not available Question #10: Is the contractor required to have one staff person at all times M-F from 7:30 to Answer #10: Yes, directly supports other Environmental Division government and contracted employees. See Para 1.6.3- Hours of Operation. Question #11: What is the size of the staff that the contractor will support? Answer #11: Total Environmental Division workforce is approx 70 personnel, approx 1/2 are regular GIS users The MICC Fort Campbell Contracting Office has a new address- listed below: MICC Fort Campbell Bldg 6923 38th Street & Desert Storm Fort Campbell, KY 42223 All responsible concerns may submit a proposal that will be considered by this agency. Offers may be submitted to the following individual: By email: Ms Wanda Jobe, wanda.f.jobe.civ@army.mil By FAX: Number at 270-798-7548; Offers may also be mailed to the agency address shown above. All offers must be received NLT July 19, 2013, 3:00 P.M. CST. Modification 01: This is a modification to subject solicitation posted in FedBidOpps, and MICC-Fort Campbell Homepage on 8 July, 2013. The following questions are being answered. This modification has been issued to answer a question pertaining to the current solicitation. Question #1: We are looking to respond to the GIS Support solicitation out of Fort Campbell and did not see instructions on how to submit the response. Would you like that emailed or mailed? If emailed, please provide us the preferred address Answer #1: Please direct your attention to the Solicitation located at: https://www.fbo.gov/index?s=opportunity&mode=form&id=9669a62b34df4732904f213e8196301f&tab=core&_cview=0 Listed under quote mark Additional information quote mark. Open the Solicitation Document, there is a Offer Schedule located on page 6. Please submit all questions and offers to the following email address: wanda.f.jobe.civ@mail.mil Question #2: Is the AT Level I awareness training available as a webinar or will our staff need to travel to the Fort Campbell Facility for the training? Answer #2: The AT Level I awareness training is available at https://atlevel1.dtic.mil/at Question #3: Since the work as described seems to be primarily data base management and administration, system administration and technical consulting and training, does the work really require a firm that goes out in the field and does physical surveying? Answer #3: There is no indication that physical surveying is required. The requirement is mainly the administration of the database management as outlined in the Performance Work Statement. Question #4: The solicitation indicates that the Contractor quote mark may quote mark be required to provide references, point of contact information and current relevant project experience - should we include sample projects and references in our proposal submission? Answer #4: These documents will be requested if needed. Question #5: Is this a firm fixed fee price contract? Answer #5: Page 2 of the Solicitation, under the second paragraph concerning clauses and provisions; clause 52.216-1- Type of Contract- Firm Fixed Price Question #6: Contractor may be required to provide name. Answer #6: Solicitation states: (Contractor may be required to provide name of financial institution where business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers; as well as a brief description of previous contract services, provide the length of the contract or agreement, the dollar value, point of contact, and telephone number. This information will be used to determine responsibility for the successful offeror.) Question #7: A company has their completed Representation and Certifications on SAM website, does a copy need to be included with the proposal submission? Answer #7: No, the offeror needs to ensure their Reps and Certs are current in the SAMS database. Question #8: Does Fort Campbell have a defined set of GIS initiatives at this time or will this be part of the contractor's responsibilities? If there are defined initiatives and projects, may we have a list? Answer #8: Per Para 1.2 titled Background: The Fort Campbell Environmental Division is responsible for the management of environmental information and data within their operations. Continually evolving environmental program requirements, which include compliance, cleanup/restoration, natural and cultural resource management and pollution prevention aspects, require state-of-the-art computer based methods to maintain, visualize and analyze spatial and temporal information and data. Fort Campbell has chosen GIS which integrates hardware, software, and data for capturing, managing, analyzing, and displaying all forms of geographically referenced information and data. Fort Campbell Environmental Division maintains approximately 624 GIS data layers for managing environmental media issues, 61 standardized GIS data layers required by the Army Installation Geospatial Information & Services (IGI&S) Program, and 23 GIS Common Installation Picture data layers Question #9: Is there a budget established for this contract - seems it is based on hours of 40 hours per week. Answer #9: Funds will be available at the time of award for this requirement; see Offer Schedule. The responses to the remainder of questions submitted will be forthcoming in Amendment #2 to Solicitation Number: W91248-13-T-0019 The MICC Fort Campbell Contracting Office has a new address- listed below: MICC Fort Campbell Bldg 6923 38th Street & Desert Storm Fort Campbell, KY 42223 All responsible concerns may submit a proposal that will be considered by this agency. Offers may be submitted to the following individual: By email: Ms Wanda Jobe, wanda.f.jobe.civ@army.mil By FAX: Number at 270-798-7548; Offers may also be mailed to the agency address shown above. All offers must be received NLT July 19, 2013, 1:00 P.M. CST. 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. Restrictions: 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. Request for Quotes are being requested and a written solicitation will not be issued. Solicitation Number W91248-13-T-0019 is issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, dated 28 February 2013. The NAICS is 541370; business size is $14,000,000.00; acquisition is 100% Women Owned-Small Business Set-Aside, and only qualified offerors may submit a quote. The Period of Performance is contemplated to start 22 July 2013 and end on 21 July 2014. Description of Items Requested. This requirement is for Geographical Information System Support and requires providing database management, administration, data development, system administration, technical consulting, and training. Period of Performance: Base Year and One Option Year. The complete Performance Work Statement document is attached. See attached offer schedule for description of items and quantities. The Government's intent is to make a single award to the responsive and responsible lowest price Technically Acceptable offeror. Quotes must be submitted for all line items as listed herein in order to be considered for award. The provision 52.212-1-Instruction to Offerors-Commercial Items is applicable and tailored as follows: Paragraphs (d), (e), (h), and (i) are deleted. 52.212-2- Evaluation-Commercial Items (JAN 1999) The following factors shall be used to evaluate offers received: 1) Technical, and 2) Price. To be technically acceptable, the offeror must provide evidence of experience, education, and certifications as listed in Paragraph 1.6.10 of the Performance Work Statement. Pricing will be evaluated for reasonableness in accordance with FAR 15.404-1. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period. 52.252-1, Solicitation Provisions Incorporated By Reference with fill-in information as (http://farsite.hill.af.mil). The successful offeror must be registered on the System for Award Management (SAMS). Offerors are instructed to submit completed copies of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS provision 252.212-7000 Offeror Representations and Certifications or offerors may complete Representation and Certification on website https://www.sam.gov/portal/public/SAM. (Contractor may be required to provide name of financial institution where business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers; as well as a brief description of previous contract services, provide the length of the contract or agreement, the dollar value, point of contact, and telephone number. This information will be used to determine responsibility for the successful offeror.) The following clauses and provisions apply: 52.212-4, Contract Terms and Conditions-Commercial Items Alternate I (AUG 2012) is applicable; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Contract Items (JAN 2013), The following apply under this clause; 52.219-28- Post Award Small Business Program Representation (APR 2012); 52.219-30- Notice of Set-Aside for Women Small Business Concerns Eligible Under the Women- Owned Small Business Program (APR 2012); 52.222-21, Prohibition of Segregation Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Veterans (SEP 2010), 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010); 52.222-37, Employment Reports on Veterans (SEP 2010); 52.223-18- Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.228-5- Insurance- Work on a Government Installation (JAN 1997); 52.232-33 Payment by Electronic Funds Transfer 52.232-99 - Providing Accelerated Payment to Small Business Subcontractors (DEVIATION 2012-00014) (August 2012); 52.246-6- Inspection of Services - Fixed Price (AUG 1996); This clause is amended to incorporate 52.216-1 Type of Contract- Firm Fixed Price; 52.217-8- Option to Extend Services (NOV 1999) The Contracting Officer may exercise the option by written notice to the Contractor within 60 days before the termination of the contract.; 52.217-9- Option to Extend the Term of the Contract (MAR 2000) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 30 months or 2 years and six (6) months. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (MAY 2031). The following clauses and provisions apply under this clause; 252.204-7004 Alt A System for Award Management (MAY 2013); 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011); 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010); 252.205-7000, Provisions of Information to Cooperative Agreement Holder (Dec 1991); 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); and 252.232-7010, Levies on Contract Payments(Dec 2006). SCHEDULE OF INSURANCE: a. The Contractor shall, at its own expense, provide and maintain during the entire performance period of this contract at least the kinds and minimum amounts of insurance required below: Workmen's Compensation and Employer's Liability Insurance$100,000.00 General Liability Insurance for Bodily Injury Liability: Minimum Per Occurrence $500,000.00 Automobile Liability Insurance: Minimum Per Person $200,000.00 Minimum Per Occurrence for Bodily Injury $500,000.00 Minimum Per Occurrence for Property Damage $20,000.00 b. Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such period as the laws of the State in which this contract is to be performed or prescribed (2) until 30 days after the insurer or the Contractor give written notice to the Contracting Officer, whichever period is longer. c. The Contractor shall insert the substance of the clause entitled quote mark Insurance - Work on a Government Installation (FAR 52.228-5), quote mark in subcontracts under this contract that requires work on a Government installation and shall require subcontractors to provide and maintain the insurance required above. Contractor Manpower Reporting The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL Contractor manpower (including subcontractors manpower) required for performance of this contract. The Contractor is required to completely fill in all information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: a. Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; b. Contract number, including task and delivery order number; c. Beginning and ending dates covered by reporting period; d. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; e. Estimated direct labor hours (including subcontractor); f. Estimated direct labor dollars paid this reporting period (including subcontractors); g. Total payments (including subcontractors); h. Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each subcontractor if different); i. Estimated data collection cost; j. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); k. Locations where Contractor and subcontractors perform the work (specified by zip code in the United states and nearest city, county, when in an oversea location, using standardized nomenclature provided on website; l. Presence of deployment or contingency contract language; and m. Number of Contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. SUBMISSION OF INVOICES (a) Definitions. As used in this clause- quote mark Department of Defense Activity Address Code (DoDAAC) quote mark is a six position code that uniquely identifies a unit, activity, or organization. quote mark Document type quote mark means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). quote mark Local processing office (LPO) quote mark is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports. Instructions for use of the WAWF system are located and authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the quote mark Web Based Training quote mark link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type: 2 in 1 Combo (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/42bf232df182782ddd51ac665a79fafe)
 
Place of Performance
Address: MICC - Fort Campbell Directorate of Contracting, Building 6923, 38th Street & Desert Storm, Fort Campbell, KY 42223
Zip Code: 42223-1100
 
Record
SN03120758-W 20130720/130719001102-42bf232df182782ddd51ac665a79fafe (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.