Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 22, 2000 PSA #2732
SOLICITATIONS

D -- RUSSIAN RIVER INTERACTIVE INFORMATION SYSTEM

Notice Date
November 20, 2000
Contracting Office
USAED, Sacramento, Corps of Engineers, Contracting Division, 1325 J Street, Sacramento, CA 95814-2922
ZIP Code
95814-2922
Solicitation Number
DACW07-01-R-0003
Response Due
January 12, 2001
Point of Contact
Tricia Christie, 916-557-5228
Description
PLEASE NOTE: IN ORDER TO INSURE THAT YOU RECEIVE ANY AMENDMENTS THAT MAY BE PLACED AGAINST THIS SOLICITATION IT IS IMPORTANT THAT YOU PROVIDE US WITH A VALID E-MAIL ADDRESS WHEN FILLING OUT INFORMATION TO PLACE YOUR FIRM ON THE PLAN HOLDERS LIST. FAILURE TO DO SO MAY RESULT IN YOUR FIRM NOT RECEIVING A COPY OF ANY ADDITIONAL AMENDMENTS AS WE ARE ONLY SENDING THEM OUT ELECTRONICALLY NOW. PROJECT TITLE: Russian River Interactive Information System The proposed contract is 100% set-aside for small business. JOB DESCRIPTION: The government intends to award a firm, fixed-price contract for the development of a Russian River Interactive Information System. The Russian River Interactive Information System (RRIIS) will be distributed on both spatial and non-spatial CD ROMs. Work will also include the development of RRIIS to be a user-friendly, publicly accessible, website that functions simultaneously as a central storehouse for data, a tool for education, and a forum for interactive communication between the public, scientists, agencies, the Russian River Watershed Council (RRWC), and other watershed organizations. The contractor must have expertise and capability in Watershed Dynamics and Specification Writing. The contractor must have experience with on-line mapping software, such as ArcIMS, Arcview IMS, and Autodesk mapguide, with interactive website creation and maintenance, and with interactive online databases, both spatial and non-spatial. The contractor will perform a prioritization of existing data sources and a data gap analysis in consultation with the Watershed Information Assessment Monitoring (WIAM) workgroup, existing researchers in the watershed, the RRWC Science Panel, and the RRWC, as appropriate. The contractor will serve as a facilitator between these various groups to ensure that this prioritization and gap analysis draws upon the extensive experience of people currently working in the watershed. The analyses will include a review of existing digital and non-digital databases and relevant watershed literature, including existing bibliographic reviews, to identify important data needs for the RRWC's assessment and planning objectives. Development of the RRIIS will coordinate closely with all ongoing efforts to develop a comprehensive GIS database for the Russian River. The contractor will also seek the input of the proposed RRWC Science Panel, and other scientists working in the Russian River watershed to determine which data, and formats, will be most useful for long-tem monitoring and assessment of the watershed. Important data layers that do not exist in a digital form can then be prioritized and the RRWC can consider funding the acquisition or development of these data layers. The contractor shall collect all appropriate digital and non-digital data sets, and prepare them for RRIIS. The contract performance period will be three years. The acquisition method is negotiated procurement. A technical and a price/cost proposal will be required. The technical proposal will include the following: 1. Education, overall and relevant design experience (website and database design and management), and longevity of the firm's personnel. 2. Specialized Experience.(a) Website development, GIS, database management, watershed dynamics -- biological, hydrological, geomorphic. (b) Prior team experience with significant subcontractors. 3. Capacity to accomplish work. The evaluation will consider total strength of key disciplines listed above in relation to workload. 4. Past Performance. Past performance of projects with respect to cost control, quality of work, and compliance with performance schedules. 5. Knowledge of the Locality. The evaluation will consider the firm's experience in the San Francisco district's geographic boundary, which extends from the Oregon Border South to San Luis Obispo and East to the Sacramento/San Joaquin Valleys. This procurement will be conducted under NAICS code: 541519. The size standard for this NAICS code is $18.0 million. ODERING THE SOLICITATION: (FREE OF CHARGE): The solicitation for this project must be ordered by the CUT OFF DATE of 12/08/00 to ensure timely receipt. The solicitation can only be ordered electronically by accessing Internet address: http://ebs.spk.usace.army.mil/ Please complete the requested information to avoid a delay in your order. Orders received beyond the CUT OFF DATE of 12/08/00 will not be honored. The solicitation will be mailed out on or about 12/12/00. Because a limited number of sets will be reproduced, copies are limited to one set per firm. All responsible small businesses may submit a proposal which will be considered by the agency. See Note 26. (See Commerce Business Daily, Monday edition). For a listing of all Sacramento District projects, see Contracting Division's Internet Home Page at http://ebs.spk.usace.army.mil/ which is updated daily. Please note that all contractors and potential contractors must be registered with the Central Contractor Registration (CCR) database effective May 31, 1998. For instructions on registering with the CCR please see our web page.
Record
Loren Data Corp. 20001122/DSOL002.HTM (W-325 SN5071A7)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on November 20, 2000 by Loren Data Corp. -- info@ld.com