Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1996 PSA#1588

Federal Emergency Management Agency; Acquisition Operations Division; Operations, Recovery & Preparedness Branch; 500 C Street S.W. Room 408; Washington DC 20472

70 -- GEOGRAPHIC INFORMATION SYSTEM PC BASED SOFTWARE SOL EMW-96-RP-0020 DUE 052496 POC Contact: Greg Steigerwald, Contract Specialist (202) 646- 3750; H. Robert Weiss, Contrac. Officer (202)646-3748 This is a combined synopsis/solicitation for Geographic Information System PC Based Software prepared in accordance with the format in FAR Subpart 12.6, assupplemented 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. The solicitation number is EMW-96-RP-0020. The solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 37. This procurement is not a set-aside nor is this procurement part of the Small Business Competitiveness Demonstration Program. It is anticipated that a requirements contract will be awarded with a Base Period (Calandar Year 1996 and 1997) and four subsequent Option Years (CY 1998 - 2001). The minimum quantity will be 60 packages in the Base Period. There is no minimum guarantee for the Option Periods. Maximum Quantity is 1,500 packages over the life of the contract. All items will be required to be delivered FOB Destination 30 Days ARO to FEMA HQ, which is the place of inspection. Requirement: Geographic Information System PC Based Software with the following characteristics: 1. Runs on an IBM-compatible PC. Must provide standard Windows GUI and must be able to interface with other applications that run on the Microsoft Windows environment through Dynamic Data Exchange (DDE), Dynamic Link Libraries (DDL) or Object Linking and Embedding (OLE) (MANDATORY); 2. Vector Based - Must be a vector based desktop GIS (MANDATORY); 3. Must be available as a part of a COTS operations software package (such as EIS, Softrisk, etc.) that will be integrated into FEMA's National Emergency Management Information System (NEMIS) (MANDATORY); 4. Must be strictly and solely a commercially- available off-the-shelf (COTS), dedicatedGIS and not a system that merely includes a GIS component (MANDATORY); 5. The selected software company shall be able to provide complete and comprehensive customer support (nationally-based, at least) 24-hours a day, seven days per week, with well-defined procedures, policies and organization. This support must be sufficient to sustain multiple sites (as many as 30 sites), simultaneously, during disaster operations (MANDATORY); 6. Provides basic customizing capability to program Desktop GIS commands or menu operations in an interactive or batch processing mode; 7. Includes a well-written description of the Desktop GIS system's functionality and a user's guide; 8. Includes on-line error messages and context-sensitive help. All help screens should be directly related to the current operating environment within the desktop GIS at the time the Help key is pressed; 9. Must provide a ready or commercially-available program to ensure the capability of sharing data with our in-house models; 10. Provides the capability to read .dbf files and connect seamlessly to major commercial relational database management systems, such as Access, Oracle, and others; 11. Provides the capability to share and export data and integrate with GPS modules; 12. Provides the capability to share GIS information across the FEMA Local Area Network/Wide Area Network; 13. Provides the capability to use third party COTS data with minimal data translation; 14. Provides the capabilityto overlay vector data over raster background images; 15. Provides the capability to import and export various types of spatial and non-spatial data, objects and entities in a wide range of formats (including, but not limited to: standard vector formats, grid cell formats, raster images, and table data), typically associated with spatial databases and other software without extensive user manipulation; 16. Provides the capability to enter spatial data (usually through digitizing) and graphically manipulate the spatial data (including, but not limited to: add, delete and copy graphic elements); 17. Provides users with the capability to work with subsets of data or selections from a variety of easy-to-use selection methods (point & click, marquee, polygon, radius, SQL, within boundary selection, buffer, territory creation/districting, etc.) in order to speed processing when performing analyses and printing; 18. Provides users with easy access to spatial, non-spatial and user-defined databases, (including files that are transferred from remote sites) through standard windows- based methods so that users can review and identify data files without knowing the directory paths or having to enter file names; 19. Provides the capability to perform a large assortment of GIS operations quickly, efficiently and without the need for GIS support software or major customized programming. At a minimum, these operations shall include: buffering overlays, proximity, merge/combine, split/separate & disaggregate data, erase/delete, convert to regions and polygons, smooth/unsmooth polylines, point-in-polygon, digitizing operations, and statistical analyses; 20. Provides the capability of identifying geographic objects of interest based on their location or spatial relationship to other objects of interest through Structured Query Language (SQL); 21. Provides the capability to transform data among different coordinate systems and geographic projections; 22. Provides the capability to identify the spatial coordinates ofa geographic object given the object's address; 23. Provides the capability to work with digital elevation models; 24. Provides the capability to produce a wide array of thematic maps (ranges, individual value, quantile, custom, bar chart, pie chart, graduated symbol, dot density, etc.), classification methods (quantile, equal interval, equal count, unique value, custom, natural break, standard deviation, etc.), and graphs (area, bar, line, column, X-Y, pie, etc.);25. Includes a wide selection of shapes, colors, fills, fonts, icons, symbols and line types to enable users to generate clear, easy-to-read and highly aesthetic products; 26. Provides the user with graphics and annotation, frame-resizing, alignment, easy legend editing and incorporation, and other options to produce a quality map quickly; 27. Includes standard GIS tools for the user (pan, by scale, zoom tools, view entire layer, view all layers, previous view, window width, named views, etc.) to move rapidly and easily to desired viewpoints; 28. Provides the capability of printing output products to any Windows-driven print or plot device without requiring any complex or cumbersome setup procedures; 29. Provides the capability to export output products, easily, into a variety of standard graphical formats (such as, .wmf, .bmp, .pcx., etc.) without major degradation in product quality; 30. The vendor shall be able to provide upgrades and training for both average users and train-the-the trainer staff. Evaluation: 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 requirements detailed within this solicitation shall be used as criteria to evaluate offers. Five (5) of the requirements are identified herein as (MANDATORY) criteria. Every software package submitted must meet all of these criteria. Failure to meet any one of these mandatory criteria will eliminate the package from further consideration. The other requirements will be quantitatively evaluated as does not meet, partially meet, meet, or exceeds. Evaluation of each package for ease of use and application to an emergency operations setting shall be qualitative. A final adjectival rating will be given to each proposal, which will be a combination of the quantitative and qualitative assessments. Technical is of greater importance when compared to price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. For the purpose of price evaluation, an estimate of 200 software packages for the base period and each option year will be used. Thus a total price for 1,000 packages will be evaluated. 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). Proposal Preparation Instructions: The provision at 52.212-1, Instructions to Offerors- Commercial, applies to this acquisition. Offerors mustinclude prices for the Base Period and each Option Year. In addition, the following is required: Each vendor submitting a package for evaluation will provide a commercially available shrink-wrapped copy of their software, including standard documentation, with written permission for FEMA to install iton five (5) PCs for the duration of the evaluation process. These submissions will also include an adequate amount of sample data and descriptive literature so that all the functionalities can be evaluated and tested. FEMA will return the packages to the vendors at the conclusion of the evaluation process. In addition, each submitting vendor will establish and authorize an account for FEMA within their technical support/help desk structure for the duration of the evaluation so that evaluators can call for assistance, as necessary. 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 theoffer's specified expiration time, the Government may accept an offer whether ornot there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are to include a completed copy ofthe provision at 52.212-3, Offeror Representations and Certifications-CommercialItems, with its offer. The following clauses also apply: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423); 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d) (2) and (3)); 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)); 52.219-14, Limitation on Subcontracting (15 U.S.C. 637(a)(14)); 52.222-26, Equal Opportunity (E.O. 11246). 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers(29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-3, Buy American Act- Supplies (41 U.S.C. 10); 52.225-9, Buy American Act-Trade Agreements Act- Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582); 52.225-17, Buy American Act-Supplies Under European Community Sanctions for End Products (E.O. 12849); 52.225-18, European Community Sanctions for End Products (E.O. 12849); 52.225-19, European Community Sanctions for Services (E.O. 12849); 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C 10, Pub. L. 103-187); 52.247-64, Preference for Privately Owned U.S.- Flag Commercial Vessels (46 U.S.C. 1241). The due date for submission of Proposals is May 24, 1996 at 3:00 PM to FEMA, FM-AO-RP, Attn: Greg Steigerwald - Room 408, 500 C Street, SW, Washington, DC 20472. All requests for information regarding this solicitation are to be directed to Greg Steigerwald, Contract Specialist (202) 646-3750 or H. Robert Weiss, Contracting Officer at (202) 646-3748. Technical and/or administrative questions must be received no later than five business days after publication of this notice and may be tele-faxed to (202) 646-2970, or mailed to the address for submission of proposals shown above. In order to prepare the offeror's mailing list as well as distribution of possible amendments to the solicitation, please fax your company's name, address, telephone and fax numbers, and point of contact as soonas possible. Failure to do so will preclude FEMA from the responsibility of providing you with possible amendments or other required information. Offerors are responsible to comply with this notice and any amendments thereto. (0123)

Loren Data Corp. http://www.ld.com (SYN# 0329 19960503\70-0001.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page