SOURCES SOUGHT
C -- Indefinite Delivery A-E Contracts for Photogrammetric Mapping and Aerial Photography for the St. Louis District Corps of Engineers
- Notice Date
- 10/25/2004
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- US Army Engineer District, St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
- ZIP Code
- 63103-2833
- Solicitation Number
- W912P9-05-R-0500-0706
- Response Due
- 11/26/2004
- Archive Date
- 1/25/2005
- Small Business Set-Aside
- N/A
- Description
- I. CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. T he services will consist of Aerial Photography, Remote Sensing, Aerotriangulation, Large and Small-Scale Topographic Maps, and Landuse Landcover Analysis and Mapping for the St. Louis District, U.S. Army Corps of Engineers. A minimum of four up to a maxim um of seven indefinite delivery contracts will be negotiated and awarded. The solicitation does not supersede contracts previously awarded for similar work by other Corps Districts. Each contract will have a base period not to exceed one year and two opt ion periods not to exceed one year each. The amount of work in each contract period will not exceed $1,000,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhaust ed. Work will be issued by negotiated firm fixed price task orders not to exceed the contract amount. The Contracting Officer will consider the following factors in deciding which Contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the task order in the required time, uniquely specialized experience, and equitable distribution of work among Contractors. The first contract is scheduled for award in March 2005 with the remaining contracts to be awarded at approximately one (1) month intervals thereafter. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the St. Louis District for each contract are that (1) a minimum of 57.2 percent of the Contractor's intended subcontract amount be p laced with small businesses (SB), including (2) small disadvantaged businesses (SDB), 8.9 percent; (3) woman-owned small businesses (WOSB), 8.1 percent; (4) HUBZone small business, 3 percent; (5) service-disabled veteran-owned small business, 3 percent. T he plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, relative to the employee's office location. Prior to contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1 -(800)-334-3414. II. PROJECT INFORMATION: Work will be for photogrammetric mapping, remote sensing and aerial photography of sites for the U.S. Army Corps of Engineers and other federal agencies such as, but not limited to: U.S. Army CE, U.S. Environmental Protection Agency, Department of Defense, Department of the Interior, NOAA, DOT, state and local agencies etc. While services will primarily be for areas within MVD, services may be required for selected areas outside MVD. Because St. Louis is listed in the HQ Directory of Expertise for Photogrammetric Mapping, work may be awarded for projects located outside the MVD boundaries on an excepted basis. If this occurs, work will be completed on a brokered basis with the written approval and acknowledgement of the USACE activity in whose geographic or functional area the work is located per ER 5-1-10, paragraph 5b (5). The potential exists that some requested services will include data classified up to SECRET; therefore, prior to award, the Architect-Enginee r shall demonstrate the ability to achieve interim SECRET clearance for facilities, equipment, and personnel involved in producing photogrammetric products cons isting of aerial photography, analytical aerotriangulation, stereomapping compilation, orthophotography, and landuse landcover interpretation. The Contractor shall further demonstrate capability and capacity of photographic laboratory reproduction and enl argement equipment (enlargements up to and including 40 x 60) and supporting personnel. III. SELECTION CRITERIA: Criteria a through d are primary. Criteria e and f are secondary and will only be used as tie-breakers among firms that are essentially techn ically equal. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). a. Specialized Experience and Technical Competence: (1) current experience in conventional large and small s cale photogrammetric production in support of (engineering design, facilities management, and regional planning); (2) current experience in collection of aerial imagery for large and small scale photogrammetric mapping utilizing digital aerial cameras (swe ep or frame system) softcopy aerotriangulation and softcopy feature compilation; (3) current experience in the collection and processing of LIDAR data into various mapping products to include elevation models, surface models, and contours for large and sma ll scale mapping projects; (4) Current experience in orthophoto generation for large and small scale mapping projects; (5) ability to conduct supervised and unsupervised digital classifications from remotely sensed (i.e. Hyperspectral and multispectral dat a sets, high resolution sensor data sets) data and incorporate results into existing geospatial data bases and/or thematic maps; (6) ground survey control planning and acquisition for photogrammetric map compilation including conventional (transit, EDM sys tems and levels) measuring systems and Global Positioning Systems; (7) Capability and experience in providing geospatial data products in Spatial Data Standards for facilities, infrastructure, and environment (SDSFIE) (formerly called Tri-Service Spatial D ata Standards (TSSDS) and Spatial Data Standards (SDS)) and Facility Mangement Standards for facilities, infrastructure, and environment (FMSFIE) formerly called Tri-Service Facility Management Standards (TSFMS) and Facility Management Standards (FMS)); (8 ) facilities and capability to gather historical photos from hardcopy and/or digital sources and perform photo image analysis and interpretation to detect landuse and change analysis utilizing digital softcopy techniques and manually via hardcopy; (9) boun dary mapping; (10) Contractor facilities must have capability to deliver digital data on CDROM, USB hard drives, DVD disks, and 3.5 inch micro disks. Digital data must be readable and fully operational with U.S. Geological Survey DLG-3, AutoCAD (current ve rsion), ArcGIS (current version), ERDAS Imagine, and Microstation J and Microstation version 8 formats. b. Professional Qualifications: The firm should have qualified and licensed professional engineers or land surveyors with demonstrated expertise in all aspects of photogrammetry and remote sensing, a qualified management team, quality control staff and technical staff. The evaluation will consider education, training, registration, voluntary certifications (e.g., ASPRS Certified Photogrammetrist), overal l and relevant experience, and longevity with the firm. c. Past Performance: Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. d . Capacity to Accomplish the Work: (1) Capacity to perform approximately $1,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines (management, quality control, and technical); (2) capacity of firm to furnish photogrammetric equipment including owned or leased airworthy aircraft, currently certified (last 3 ca lendar years) precision aerial mapping camera, photographic lab for reproducing aerial photographic and mapping products, hardware and software to perform fully analytical aerotriangulation, analytical and softcopy stereoplotter instrumentation for digital data collection of planimetric and topographic features, DTM, DEM data collection and manipulation of terrain data (to include DTED data sets), digital data editing facilities, high resolution metric scanners for softcopy mapping and orthophoto production , LIDAR airborne sensor and associated equipment for airborne LIDAR elevation data collection, and airborne GPS capabilities for aircraft navigation and photo control; (3) ability to provide necessary survey equipment (GPS and conventional) and personnel t o accomplish airborne global positioning system (ABGPS) controlled photogrammetry in a timely schedule; (4) Demonstrate project management skills, tools and past experience monitoring multiple task orders simultaneously; (5) Demonstrated quality control pr ocedures and tools to insure quality photogrammetric mapping products; (6) demonstrate ability to acquire SECRET security clearances for personnel, facilities and equipment involved in the analysis, interpretation, cartographic, digitizing, and photographi c reproduction of photogrammetric services required for each project. e. SB and SDB Participation: Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, m easured as a percentage of the estimated effort. f. Equitable Distribution of DoD Contracts: Volume of DOD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, incl uding SB and SDB. IV. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit three copies of completed SF 330 to, Attn: Jim Lamkins, CEMVS-ED-S, 1222 Spruce Street, St. Louis, Mo. 63103-2833 not later than the clos e of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in Block 9. For ACASS informatio n, call 503-326-3459. In Section H: describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities; describe the firm's overall Design Quality Management Plan (DQMP) (A project specific design quality control p lan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission.); indicate the estimated percentage involvement of each firm on the proposed team; include an organization chart of the key pers onnel to be assigned to the project. No other notification to firms under consideration for this work will be made. Solicitation packages are not provided. This is not a Request For Proposal (RFP).
- Place of Performance
- Address: US Army Engineer District, St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
- Zip Code: 63103-2833
- Country: US
- Zip Code: 63103-2833
- Record
- SN00698695-W 20041027/041025211920 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |