Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
SOLICITATION NOTICE

R -- USDA Forest Service - Spatial Data - AG-3604-S-17-0021

Notice Date
5/24/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541191 — Title Abstract and Settlement Offices
 
Contracting Office
Department of Agriculture, Forest Service, Northern Research Station, 1992 Folwell Avenue -, Acquisition Management, St. Paul, Minnesota, 55108
 
ZIP Code
55108
 
Solicitation Number
AG-3604-S-17-0021
 
Archive Date
6/10/2017
 
Point of Contact
Briana C. Chalmers, Phone: 610-557-4053
 
E-Mail Address
bcchalmers@fs.fed.us
(bcchalmers@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Combined Solicitation The USDA Forest Service, Northern Research Station is initiating a Request for Proposal (RFP) procurement action and intends to award a Best Value, Lowest Price Technically Acceptable (LPTA) Firm-Fixed Price contract for parcel and owner data for use in determining Forest Inventory and Analysis plot owner and contact information necessary for obtaining permission to access plots for inventory purposes. 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. The solicitation number is AG-3604-S-17-0021 and it is a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular current to FAC 2005-83. The NAICS Code for this project is 541191 with a size standard of $11.0 Million. All contractors must be registered in the System for Award Management (SAM) - previously Central Contractor Registration (CCR) at https://www.sam.gov/portal/public/SAM/ as required by FAR 4.1102. Also, contractors who receive a federal contract of $25,000.00 or more are required by legislation to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 703-461-2460 or by accessing the following Internet web site: http://vets.dol.gov/vets100/.   Contract Line Items are as follows: BASE PERIOD Line Item 001 Parcel & Owner Data (50 States, including Washington, DC) OPTION PERIOD 1 Line Item 002 Parcel & Owner Data Updates/Annual Maintenance (50 States, including Washington, DC) DESCRIPTION OF REQUIREMENTS: Scope of Work for Ownership Data Retrieval Service Background The U.S. Forest Service, Forest Inventory and Analysis (FIA) program, with the Forest Service's Research and Development branch, is charged with conducting an ongoing, comprehensive inventory of the nation's forest resources. This work involved inventorying the trees and environmental attributes on a series of over 100,000 fixed inventory plots and revisiting these plots once every five to ten years. These plots are randomly located using a statistical sampling protocol and most of the plots are on private lands, as most of the forest in the U.S. is privately owned. On an annual basis, FIA inventories a subset of these inventory plots. In order to classify the ownership of the plot and ask for permission to visit the plot, it is necessary to gather name and address information for owners of where the plots are located. It is also often necessary to identify owners of surrounding lands needing to be crossed to access the plots. This process is time consuming and to date the bulk of this information gathering has required in-person visits to county courthouses and other municipal offices. As parcel data has become more commonly available in digital format, it is believed that time and monetary savings, in addition to increased accuracy, can be realized by the purchase of services that allow us to access the data from a commercial vendor. Specifications Statewide parcel data is desired for all 50 US states (to include the District of Columbia (D.C.)). Ideally there will be 100% coverage for all land parcels. While realizing there will be gaps in the coverage, we are interested in minimizing these gaps to the greatest extent possible. Land ownership changes over time and the degree to which the data provided are up-to-date is important. Within all feasibility, all data should be no more than one year old. The desired data will be: • Contained in a single ArcGIS shapefile or geodatabase that includes parcel polygons with associated attribute information denoting all property owners and property and mailing addresses and any other available contact information (e.g., phone numbers or email addresses). These data will be shared with appropriate FIA personnel via the corporate Forest Service corporate GIS system. • Land owner information (i.e. variables) should contain at a minimum: o Company/Organization (for companies and organizations)  Company/Organization Name  Contact person (where available) o Name(s) o Property address:  Street Address Line 1/PO Box  Street Address Line 2  Street Address Line 3  City/Town  State abbreviation  Zip code  Country (for addresses outside US) o Mailing address:  Street Address Line 1/PO Box  Street Address Line 2  Street Address Line 3  City/Town  State abbreviation  Zip code  Country (for addresses outside US) o Telephone number (where available) o Email address (where available) • Each parcel will be assigned a persistent unique identifier such that as parcel updates may result in changes to APN (assessor's parcel number)/PIN (property identification number), this persistent unique identifier will allow parcels to be easily tracked over time • Projection (or something that can be directly reprojected into this projection) o NAD_1983_Albers (as defined in ArcMap) o Projection: Albers o False_Easting: 0.0 o False_Northing: 0.0 o Central_Meridian: -96.0 o Standard_Parallel_1: 29.5 o Standard_Parallel_2: 45.5 o Latitude_Of_Origin: 23.0 o Linear Unit: Meter (1.0) o Geographic Coordinate System: GCS_North_American_1983 o Angular Unit: Degree (0.0174532925199433) o Prime Meridian: Greenwich (0.0) o Datum: D_North_American_1983 o Spheroid: GRS_1980 o Semimajor Axis: 6378137.0 o Semiminor Axis: 6356752.314140356 o Inverse Flattening: 298.257222101 • Estimated Parcel Information Delivery Date = September 30, 2017 • Estimated Option (Updates/Maintenance) Delivery Date - September 30, 2018 The information extracted will become part of the permanent Forest Service record for the plot. Option Period This contract would consist of a Base + 1 Option. The Option would be to acquire updates to the underlying data/annual maintenance plan to access the most up-to-date ownership information. Summary Procurement of this dataset will allow members of the FIA program to extract ownership and parcel boundary information for each FIA plot falling within the intersecting geographic coverage. Acquisition of information in this manner will significantly reduce the workload on field crew typically responsible for gathering such information, and also enable them to utilize parcel boundary data while in the field. EVALUATION FACTORS are in descending order of importance. FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) a) The Government will award a contract resulting from this solicitation to the responsible offeror 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: Factor 1: Cost/Price Factor 2: Technical Acceptability (Rated as Acceptable or Unacceptable) Please submit descriptions regarding the percentage of coverage offered for all land parcels, the currency of land ownership information, and land owner information variables available in accordance with the Scope of Work. Factor 3: Contractor Past Performance Factor 4: Contractor Experience Factors 2, 3 and 4 when combined, are approximately equal to cost/price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Applicable Options Clauses: FAR 52.217-3 Evaluation Exclusive of Options (Apr 1984) FAR 52.217-4 Evaluation of Options Exercised at Time of Contract Award (Jun 1988) FAR 52.217-5 Evaluation of Options (Jul 1990) FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) Quotes are due on 26 May 2016 by 5:00 PM Eastern Time. Quotes shall be e-mailed to Briana Chalmers @ bcchalmers@fs.fed.us Contact Briana Chalmers at bcchalmers@fs.fed.us (610-557-4237) with questions or for information regarding this procurement. Service Contract Act Wage Determination WD 05-2261 (Rev.-18) is applicable and is attached. Award will be made as a whole to one offeror. This procurement is Unrestricted. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors shall complete the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (See Separate Attachment) The clauses at 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items apply to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition. Contractors are required to submit the following as part of a complete proposal package: 1. Page 1, Project Manager and Evaluation Factors 2. Page 2, Quoted Price - Schedule of Items 3. Pages 3-43, FAR 52.212-3 to FAR 52.212-5 & AGAR 452.209-70 4. Pages 52-53, Experience Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/63PX/AG-3604-S-17-0021/listing.html)
 
Place of Performance
Address: USDA Forest Service, Northern Research Station, Amherst, Massachusetts, United States
 
Record
SN04520683-W 20170526/170524235314-d85fa08cb8d522dd134e9f7cad755406 (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.