70--OPTION - Seismic Software
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this... AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 0040437840 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $38.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-06-05 17:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be LAKEWOOD, CO 80225 The US Geological Survey requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 02/01/2020 - 01/31/2021 LI 001: BASE YEAR: Shearwater GeoServices Software, Inc. Shearwater Reveal base time processing module; 02/01/2020 to 01/31/2021 in accordance with the attached Brand Name Specifications; BRAND NAME OR EQUAL to the attached Brand Name Salient Characteristics; Shall meet or exceed the attached FISMA Requirements, the attached Section 508 Compliance Requirements, and the attached Clauses and Provisions., 2, EA; LI 002: BASE YEAR: Shearwater GeoServices Software, Inc. Shearwater Reveal advanced land and marine module 02/01/2020 to 01/31/2021 equipped in accordance with the attached Brand Name Specifications; BRAND NAME OR EQUAL to the attached Brand Name Salient Characteristics; Shall meet or exceed the attached FISMA Requirements, the attached Section 508 Compliance Requirements, and the attached Clauses and Provisions., 1, EA; LI 003: BASE YEAR: Shearwater GeoServices Software, Inc. Shearwater Reveal Kirchhoff depth migration module 02/01/2020 to 01/31/2021 equipped in accordance with the attached Brand Name Specifications; BRAND NAME OR EQUAL to the attached Brand Name Salient Characteristics; Shall meet or exceed the attached FISMA Requirements, the attached Section 508 Compliance Requirements, and the attached Clauses and Provisions., 1, EA; Option 1 Period of Performance: 02/01/2021 - 01/31/2022 LI 001: Option Year One 02/01/2021 to 01/31/2022; Shearwater GeoServices Software, Inc. Shearwater Reveal base time processing module; in accordance with the attached Brand Name Specifications; BRAND NAME OR EQUAL to the attached Brand Name Salient Characteristics; Shall meet or exceed the attached FISMA Requirements, the attached Section 508 Compliance Requirements, and the attached Clauses and Provisions., 2, EA; LI 002: Option Year One 02/01/2021 to 01/31/2022; Shearwater GeoServices Software, Inc. Shearwater Reveal advanced land and marine module; in accordance with the attached Brand Name Specifications; BRAND NAME OR EQUAL to the attached Brand Name Salient Characteristics; Shall meet or exceed the attached FISMA Requirements, the attached Section 508 Compliance Requirements, and the attached Clauses and Provisions., 1, EA; LI 003: Option Year One 02/01/2021 to 01/31/2022; Shearwater GeoServices Software, Inc. Shearwater Reveal Kirchhoff depth migration module; in accordance with the attached Brand Name Specifications; BRAND NAME OR EQUAL to the attached Brand Name Salient Characteristics; Shall meet or exceed the attached FISMA Requirements, the attached Section 508 Compliance Requirements, and the attached Clauses and Provisions., 1, EA; Option 2 Period of Performance: 02/01/2022 - 01/31/2023 LI 001: Option Year Two 02/01/2022 to 01/31/2023 Shearwater GeoServices Software, Inc. Shearwater Reveal base time processing module; in accordance with the attached Brand Name Specifications; BRAND NAME OR EQUAL to the attached Brand Name Salient Characteristics; Shall meet or exceed the attached FISMA Requirements, the attached Section 508 Compliance Requirements, and the attached Clauses and Provisions., 2, EA; LI 002: Option Year Two 02/01/2022 to 01/31/2023 Shearwater GeoServices Software, Inc. Shearwater Reveal advanced land and marine module; in accordance with the attached Brand Name Specifications; BRAND NAME OR EQUAL to the attached Brand Name Salient Characteristics; Shall meet or exceed the attached FISMA Requirements, the attached Section 508 Compliance Requirements, and the attached Clauses and Provisions., 1, EA; LI 003: Option Year Two 02/01/2022 to 01/31/2023 Shearwater GeoServices Software, Inc. Shearwater Reveal Kirchhoff depth migration module; in accordance with the attached Brand Name Specifications; BRAND NAME OR EQUAL to the attached Brand Name Salient Characteristics; Shall meet or exceed the attached FISMA Requirements, the attached Section 508 Compliance Requirements, and the attached Clauses and Provisions., 1, EA; Option 3 Period of Performance: 02/01/2023 - 01/31/2024 LI 001: Option Year Three 02/01/2023 to 01/31/2024 Shearwater GeoServices Software, Inc. Shearwater Reveal base time processing module; in accordance with the attached Brand Name Specifications; BRAND NAME OR EQUAL to the attached Brand Name Salient Characteristics; Shall meet or exceed the attached FISMA Requirements, the attached Section 508 Compliance Requirements, and the attached Clauses and Provisions., 2, EA; LI 002: Option Year Three 02/01/2023 to 01/31/2024 Shearwater GeoServices Software, Inc. Shearwater Reveal advanced land and marine module; in accordance with the attached Brand Name Specifications; BRAND NAME OR EQUAL to the attached Brand Name Salient Characteristics; Shall meet or exceed the attached FISMA Requirements, the attached Section 508 Compliance Requirements, and the attached Clauses and Provisions., 1, EA; LI 003: Option Year Three 02/01/2023 to 01/31/2024 Shearwater GeoServices Software, Inc. Shearwater Reveal Kirchhoff depth migration module; in accordance with the attached Brand Name Specifications; BRAND NAME OR EQUAL to the attached Brand Name Salient Characteristics; Shall meet or exceed the attached FISMA Requirements, the attached Section 508 Compliance Requirements, and the attached Clauses and Provisions., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, US Geological Survey intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. US Geological Survey is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. The selected seller must comply with the attached Clauses and Provisions for commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to vendors - Commercial Items, applies to this acquisition; FAR 52.212-3, Vendor Representations and Certifications - Commercial Items - the selected vendor must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the attached Clauses and Provisions. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Award evaluation criteria utilized to evaluate Bids is specified in evaluation factors as follows. This evaluation criteria supersedes the evaluation criteria as stated in above instructions, Evaluation Criteria Basis of Award. Evaluation based on lowest price, technically acceptable: To be deemed technically acceptable, the product/service shall meet or exceed the attached Brand Name Salient Characteristics. The USGS is committed to promoting the natural environment and protecting the health and well-being of people. In the performance of work under this contract, the Contractor shall exert its best efforts to provide services in a manner that will promote the natural environment and protect health and well-being. Green purchasing or environmentally preferable contracting includes the initiatives described below: Alternative Fuels and Vehicles are described at http://www.afdc.energy.gov/afdc/ Biobased Products are described at http://www.biopreferred.gov/ Energy efficient products are described at http://energystar.gov/products for Energy Star products and at http://www.eere.energy.gov/femp/procurement for FEMP designated products. Environmentally Preferable Computers are described at http://www.epeat.net Significant New Alternatives Program (SNAP) are described at http://www.epa.gov/snap/overview-snap The Comprehensive Procurement Guidelines promote the use of recovered and recycled products at http://www3.epa.gov/epawaste/conserve/tools/cpg/index.htm Water efficient products and services are described at http://www3.epa.gov/watersense/about_us/what_is_ws.html New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good until 09/30/2019, (see Buy Term "52.232-18 Availability of Funds. (Apr 1984)". Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the attached Clauses and Provisions for commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the attached Clauses and Provisions. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. A seller must have a current registration in the following databases to receive this award: 1. SAM Requirement The USGS requires registration with the System for Award Management prior to receipt of order. Information can be found at www.sam.gov. 2. FEDCONNECT Requirement Awards will be made to vendors registered in the FedConnect database. Vendors may complete registration in FedConnect at https://www.fedconnect.net. 3. IPP Requirement Electronic Invoicing and Payment Requirements - Internet Payment Platform (lPP) (September 2011) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: A copy of the Contractor’s internally generated invoice The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. FAR CLAUSE 52.211-6 BRAND NAME OR EQUAL incorporated by Reference. Manufacturer Information: Shearwater GeoServices Software, Inc. www.shearwatergeo.com ___________________________ GS0110 BRAND NAME OR EQUAL INSERTS (JULY 2001) Bids including other-than-Brand Name products/services shall include supporting documentation that demonstrates the capabilities of the product/service to meet ALL salient characteristics. To comply with FAR 52.211-6 Please provide the following information about an other than Brand Name product: Line Item Number _______ BIDDING ON/PROPOSING: Manufacturer's Name ___________________________ Address, Phone & Website _______________________________________ Brand or Product Name__________________________ Model Name & No. ______________________________ (a) In accordance with sections 433 and 434 of Division E of the Consolidated Appropriations Act, 2012 (Pub. L. 112-74), none of the funds made available by the Act may be used to enter into a contract with any corporation that - (1) Was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation, or such officer or agent and made a determination that this further action is not necessary to protect the interests of the Government. (2) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror certifies that - (1) It is not a corporation that was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal law within the preceding 24 months; (2) It is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. Sellers shall comply with requirements to send Non-Price support documentation in accordance with the attached Basis for Award - Non-Price Evaluation Factors. Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »