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