SOLICITATION NOTICE
C -- SHORELINE MAPPING SERVICES AND RELATED SUPPORT SERVICES (INCLUDING AERIAL PHOTOGRAPHY, PHTOGRAMMETRIC COMPILATION)
- Notice Date
- 1/13/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
- ZIP Code
- 20910
- Solicitation Number
- Reference-Number-NCNL3000-5-00001
- Response Due
- 2/17/2005
- Archive Date
- 3/4/2005
- Small Business Set-Aside
- Partial Small Business
- Description
- 1. DESCRIPTION: The National Oceanic and Atmospheric Administration, (NOAA) National Geodetic Survey (NGS) will acquire services for Surveying and Mapping in accordance with the Brook's Architect and Engineering Act and the Federal Acquisition Regulation (FAR) Part 36. The National Oceanic and Atmospheric Administration (NOAA), National Geodetic Survey (NGS) has a requirement for aerial photography and shoreline mapping services to support the Aeronautical Survey Program and the Coastal Mapping Program and other surveying and mapping projects in the United States and its possessions. The NAICS Code is 541370. The Size Standard dollar amount is $4 million, average annual receipts. Fifty percent of the acquisition "Shoreline Mapping Services" will be set aside for Small Businesses. The Department of Commerce, National Oceanic and Atmospheric Administration will issue multiple awards. Two or more contracts are contemplated to be awarded. The total estimated ceiling amount for all contracts combined is $40 million. The resulting contracts will be for a five-year period. The National Geodetic Survey cannot guarantee the total amount of work to be assigned under this proposed contract. The amount of work will vary according to NGS needs and available funding. The Contractors selected will be required to perform services at locations as may be assigned anywhere in the United States or its possessions and/or nearby areas. Work assignments under the contract may consist of but are not limited to: (1) exposed, near vertical, metric quality, tide coordinated, kinematic Global Positioning System (GPS) positioned aerial photography exposed along flight lines over coastline, coastal ports and/or commercial/FAA controlled airports; (2) photograph digital index files; (3) tide coordinated, kinematic Global Positioning System (GPS) positioned LIDAR data acquired along flight lines over coastline and/or coastal ports or airports; (4) tide coordinated, kinematic Global Positioning System (GPS) positioned Interferometric Synthetic Aperture Radar (IFSAR) data acquired along flight lines over coastline and/or coastal ports or airports; (5) tide coordinated, kinematic Global Positioning System (GPS) positioned Hyperspectral Scanner data acquired along flight lines over coastline and/or coastal ports or airports; (6) ground surveying; (7) airborne GPS data; (8) airborne inertial data; (9) monitoring daily/hourly tide data from NOS tide gages and/or tide gage installation, monitoring, and tidal data processing; (10) camera information; (11) a photographic exposure test over a section of coastline similar to the project area is required before the start of photography; (12) aerotriangulation; (13) photogrammetric mapping; (14) orthophotography; (15) geographic information system (GIS) services; (16) map digitizing, both raster and vector; (17) digital elevation model (DEM) data collection and manipulation; (18) attributed digital shoreline files, including aids to navigation and landmarks; (19) annotated nautical charts; (20) quality control plan; and (21) reports including: e mail status reports, flight reports, aerotriangulation report, ground control report, and project completion report. Hydrography tasks WILL NOT be required. All work shall be performed to NOAA specifications, and the data provided in NOAA specified formats. The Statement of Work will contain detailed requirements and project area information. Each assignment will typically be for surveying and/or mapping an area varying from 10 linear miles to 1500 linear miles of shoreline. Potential contractors are encouraged to review these internet sites: http://www.ngs.noaa.gov/Slides/HTML_SMP http://.ngs.noaa.gov/Contracting_Opportunities/contracted_projects.shtml for additional information before responding to this announcement. The contract will permit a Government Contracting Officer's Technical Representative (COTR) or designated observer to be present during operations. The SOW for this solicitation can be found at the following address: http://www.ngs.noaa.gov/Contracting_Opportunities/SOW_V13.pdf 2. SELECTION CRITERIA: The firm must provide sufficient data collection platform(s) and equipment, data processing equipment and sufficient technical, supervisory, administrative, and quality review personnel to ensure expeditious prosecution of work assignments. To be considered for selection, a firm must demonstrate surveying experience in the types of surveys stated above, and have on payroll, personnel with at least three years of experience in the technology to be used on this contract (including both data collection and data processing). The firms must show the availability of a suitable survey platform(s) that complies with the applicable requirements found in the following web sites: Federal Aviation Administration (FAA) http://www.faa.gov/aviation.htm ; U.S. Coast Guard (USCG) http://www.uscg.mil/hq/g-m/gmhome.htm ; Environmental Protection Agency (EPA) http://www.epa.gov/epahome/lawreg.htm ; Occupational Safety & Health Administration (OSHA) http://www.osha.gov/comp links.html . The firms must also show the availability of: data acquisition and processing systems including, but not limited to: metric, aerial camera(s), LIDAR, IFSAR, hyperspectral scanner, aircraft, geodetic surveying equipment for establishing horizontal control; airborne kinematic GPS equipment for aircraft positioning; photogrammetric hardware for compilation, water level measurement gauges, if required. The evaluation criteria are listed in descending order of importance, with #1 and #2 being equal, #3, #4 and #5 are equal, but lower than #1 and #2, and #6 and #7 are equal, but are lower than #3, #4, and #5. The Evaluation criteria are as follows: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to accomplish the work in the required time (management, personnel and equipment); (4) Past performance on contracts with Government agencies and private industry relating to cost control, quality of work, and compliance with performance schedules; (5) Quality Assurance/Quality Control Adequacy of in house QA/QC procedures to deliver very high quality data; (6) Location in the general geographical area of the project and knowledge of the locality of the project. Specific abilities and disciplines required on this contract include, but are not limited to: Project manager, Pilot, Aerial Photographer, Photogrammetrist, Geodesist, Surveyor, Tides/Water Level Specialist, GIS Specialist, Geographer/Cartographer, Geospatial Data Analyst, and Mariner. The Mariner must have a US Coast Guard deck license, Mate or above. The Tides/Water Level Specialist must have experience in tide coordinated projects (Mean Lower Low Water and Mean High Water); (7) Priority that firms give to new task orders under this contract. Firms should indicate in section F of the SF 330 their experience: (a) using airborne kinematic GPS to position capture tide coordinated metric aerial photography of the shoreline, (b) other work as described above, and (c) an outline of how the Prime Contractor will manage their team to ensure that quality and timely products are delivered to NOAA. For evaluation factor #3 Capacity, provide a list of key personnel demonstrating their availability based on other commitments, and also major equipment availability. The most recent aerial camera calibration report(s) must be included. 3. All responsible sources may submit a response for consideration by NOAA. Respondents shall submit three bound copies of their proposal with one being marked ?Original? on the front cover. Prime contractors shall respond to this announcement for their teams. A completed SF-330 is required from all respondents. Prime contractors shall submit SF 330 section E for each team member and subcontractor, plus an SF-330 section F for the entire team. The SF 330 section Es should reflect the overall capacity of each member of the team, whereas the SF 330 section F should reflect only those resources available for this effort. Firms should submit three copies of SF-330. The first five evaluation factors must be addressed in section F of the SF 330. Facsimile responses are not authorized. Responses (SF 330) are due to the following address no later than 1:00 pm Eastern Standard Time, February 17, 2004. U.S. Department of Commerce, National Oceanic and Atmospheric Administration, NOS/NMFS/OAR Acquisition Management Division, OFA65, 1305 East West Highway, SSMC4, Station 7610, Silver Spring, Maryland 20910 3281. All hand carried deliveries to SSMC4 shall be coordinated with Kimberly Davis at 301-713-0820 extension 143 or Linda Brainard at 301-713-0820 extension 131. See Numbered Notes 1, 24, and 26.
- Record
- SN00734437-W 20050115/050113211755 (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 |