Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2007 FBO #2174
SOLICITATION NOTICE

C -- Indefinite Delivery Contract Services for Photogrammetric Mapping and Remote Sensing Services for Areas Selected by the Detroit District, US Army Corps of Engineers

Notice Date
11/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
US Army Corps of Engineers, Detroit, 477 Michigan Avenue, Detroit, MI 48226
 
ZIP Code
48226
 
Solicitation Number
W911XK08R0001
 
Response Due
12/31/2007
 
Archive Date
2/29/2008
 
Point of Contact
Marilyn R Hill, 313-226-5148
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Detroit
(marilyn.r.hill1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: Photogrammetric Production, Aerial Photography, GPS and Airborne GPS Surveying, and Remote Sensing services procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36 are sought for various civil works projects pr imarily within the U.S. Army Corps of Engineers-Detroit District boundary but include services anywhere within the Great Lakes and St. Lawrence River watershed and the Great Lakes and Ohio River Division boundaries. Firms will be selected for negotiation based on demonstrated competence and professional qualifications necessary for the performance for the required services. One indefinite delivery order contract will be negotiated and awarded with a base period not to exceed one year and two option period s not to exceed one year each. The proposed services will be negotiated and obtained through the issuance of individual, fixed-price task orders. The ceiling for the base year and each option year is $800,000. An option may be exercised when the contrac t amount for the base period or proceeding option period has been exhausted or nearly exhausted. Individual, fixed-price delivery orders will not exceed $800,000. The maximum ceiling for the base year plus the option years of the contract will not exceed $2,400,000. This announcement is open to all businesses regardless of size. If large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for the part of the work it intends to sub contract. The subcontracting goals for this contract are as follows: a minimum of 43% of the contractors intended subcontract amount be placed with small business (SB), 16.5% be placed with small disadvantaged business (SBD), 5.7% be placed with women-ow ned small businesses (WOSB), 8.0% be placed with service-disabled veteran-owned small businesses (SDVOSB) and 1.5% be placed with HUBZone small businesses (HZSB). The subcontracting plan is not required with this submittal. The wages and benefits of serv ices 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. 2. PROJECT INFORMATION: No specific projects are identified at this time. Services req uired include: (a) aerial and remote sensing data collection using conventional and digital photography and other remote sensing systems, including multispectral and hyper spectral scanners, Light Detection and Ranging (LIDAR) both bathymetric and topo; (b ) mapping survey support including conventional and GPS ground control, airborne GPS, Inertial Measurement Unit (IMU), and quality control field studies; (c) digital capability for photogrammetric mapping, image processing, aerotriangulation, orthophotogra phy production, stereo compilation, terrain modeling, image registration, image enhancement, classification and interpretation services for both aerial photography and remote sensing data for land use/cover and wetland compilations; (d) perform wetland, la nduse, utilities and parcel mapping ; (e) product output, including generation of hard copy and digital files in specified formats; and, (g) training and technical on-site support, for the U.S. Army Corps of Engineers (USACE) and other local, state, Indian nations and federal agencies such as, but not limited to USGS, U.S. Environmental Protection Agency, Department of the Interior, NOAA, and DOT. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by m ajor criterion and then by each sub-criterion). Criteria a-d are primary. Criteria e-g are secondary and will only be used as tie-breakers, if necessary, in ranking the most highly qualified firms. (a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (1) Experience in photogrammetric production,; (2) Equipment including owning or leasing airworthy aircraft equipped with airborne GPS instrumentation and Inertial Measurement Unit (IMU) instrumentation, currently certified precision aerial mapping cameras, scanners, profilers, photographic lab for reproducing aerial photographic and mapping products. The hardware and software to perform; digital aerotriangulation , softcopy stereoplotters for collection of planimetric and topographic features, DTM-DEM data collection, softcopy data editing facilities, digital image processing, and digital orthophotography production; (3) Ground survey control planning, and acquisit ion for photogrammetric map compilation including conventional (transit, EDM systems and levels) measuring system and Global Positioning System (GPS); (4) Technical production expertise consistent with utilization of photogrammetric equipment and software, surveying equipment and software, Image processing equipment and software, and GIS software applications and database designs; perform dataset translations between software systems and coordinate systems, develop metadata; (5) Ability to perform wetland, land use, land cover, utility, and parcel mapping databases; (6) Ability to acquire, utilize, process and deliver: remotely sensed data with LIDAR, IFSAR, hyperspectral & multispectral data, high resolution satellite data, and thermal sensors; and incorpo rate into existing mapping databases; (7) Capability to gather historical photos from hardcopy or digital sources and perform image interpretation to detect bluff line recession, land use and change analysis, utilizing manual and digital techniques; to co llect and deliver digital data in 2D and/or 3D properly formatted on appropriate media; (8) Contractor facilities must have capability to deliver digital data on CDROM, DVD, optical rewritable disks; must have capability to deliver digital data readable an d fully operational with U.S. Geological Survey DLG-v3.6, AutoCAD, Bentley Microstation, Intergraph software, Environmental Systems Research Institute (ESRI) software, ERDAS software, and Microsoft Office Suite, formats; (9) Experience in providing appropr iate technical training, technical on-site support, and implementing quality control procedures. (b.) CAPACITY TO ACCOMPLISH THE WORK: (1) Capacity to perform approximately $800,000 in work of the required type in a one-year period. The evaluation will co nsider the availability of an adequate number of personnel in the key disciplines as identified in selection criteria ( c) Professional Qualifications; (c.) PROFESSIONAL QUALIFICATIONS: At least one Certified Photogrammetist, Certified Map Technician, Cert ified GIS Technician and Registered Land Surveyor. The evaluation is to consider education, training, registration, certificates, overall and relevant experience, longevity with the firm and personnel strength. (d.) PAST PERFORMANCE: Past performance on D OD and other contracts with respect to cost control, quality of work and compliance with performance schedules. (e) KNOWLEDGE OF THE GREAT LAKES AREA: Demonstrate knowledge of the Great Lakes locality that the firm possesses to accomplish the work describ ed in paragraph 2 of this solicitation: (f) VOLUME OF DOD CONTRACT AWARDS: Volume of DOD contracts awarded in the last 12 months. (g.) GEOGRAPHICAL PROXIMITY: Location of the firm in the general geographical area of the Detroit District. 4. SUBMISSION RE QUIREMENTS: Interested firms having capabilities to perform this work must submit two (2) copies of SF 330(6/2004) for the prime firm and all subcontractors, to the above address not later than the 4:30 PM (Eastern daylight time) 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. Regulations require that the selection board not consider any submittals received after this time and date. Solicitation packages are not provided. The SF 330 should specifically address the requirements of this announcement. Section E shall be limited to 1 0 pages. Section F shall be limited to 10 projects, 20 pages total. Section H shall be limited to 15 pages. Pages in excess of the maximums listed will be discarded and not used in evaluation of the selection criteria. The firm shall present a proposed organization chart and a narrative describing how the organization will function. The offeror shall identify those functions to be subcontracted out and where those subcontractors are located. Include the firms ACASS number for the prime and key subcontr actors in SF 330, block 10. For ACASS information, call 503/808-4590. In Block 30, describe owned or leased equipment that will be used to perform this contract. This is not a Request For Proposal. Cover letters, company literature and extraneous mat erials are not desired and will not be considered. Personal visits to discuss this announcement will not be scheduled. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors qualification for the contr act will be conducted only after submittal review by the selection board. Interviews will be conducted by telephone. This procurement is UNRESTRICTED. Point of Contact in the Contracting Office: Ms. Sharon Lawrence, 313-226-6421 and Marilyn Hill, 31 3-226-5148.
 
Place of Performance
Address: US Army Corps of Engineers, Detroit 477 Michigan Avenue, Detroit MI
Zip Code: 48226
Country: US
 
Record
SN01448648-W 20071109/071107224258 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.