Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2008 FBO #2357
SOLICITATION NOTICE

99 -- HIGH RESOLUTION LIDAR AND HYPERSPECTRAL AIRBORNE IMAGING

Notice Date
5/8/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of Energy, Federal Locations, All DOE Federal Contracting Offices, 3610 Collins Ferry Road (MS-I07) P.O. Box 880 Morgantown, WV
 
ZIP Code
00000
 
Solicitation Number
DE-RQ26-08NT000565
 
Response Due
5/22/2008
 
Point of Contact
Robert Mohn, Contracting Officer, 412-386-4963,mohn@netl.doe.gov;Robert Mohn, Contract Specialist, 412-386-4963,
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: HIGH RESOLUTION LIDAR AND HYPERSPECTRAL AIRBORNE IMAGINGThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 13, Simplified Acquisitions, as supplemented with additional information included in this notice. QUOTES ARE BEING REQUESTED. Responses shall reference Request for Quotations No. DE-RQ26-08NT00565 the U.S. Department of Energy, National Energy Technology Laboratory (NETL), Pittsburgh, PA intends to purchase the following: High Resolution LiDAR and Hyperspectral Airbone Imaging of 114 sq. mi. Beaver Creek Watershed in Northeast Wyoming. LiDar collection at 3 points per square meter, processing to bald earth and canopy, deliver of hyperspectral imagery at 1.5 meter resolution or better in accordance with the Statement of Work listed below: Statement of Work:Services to be provided include airborne Lidar data collection and processing for the Beaver Creek Watershed located in the Powder River Basin of Northeast Wyoming, on the Johnson and Campbell counties border. The area is a single watershed of approximately 114 square miles. Specific study area maps and descriptions can be obtained by contacting Garret Veloski, National Energy Technology Laboratory (412)386-5809; email: veloski@netl.doe.gov. Additionally requested services include collection and processing of hyperspectral remote sensing data for the same area utilizing an AISA Eagle + or CASI 1500 or comparable sensors. It is highly desirable from both cost and technical perspectives that the data be acquired within the same data acquisition mission. The respondent will provide everything needed to conduct the survey including aircraft, pilot, instrument/sensors, field crew, and all fuel, supplies, and replacement parts. The total cost is to include mobilization/demobilization costs plus the cost of ferrying aircraft and equipment to/from survey area. The final data shall be provided to NETL no later than 1 month after the completion of the survey. Respondent will also conduct flights in accordance with all applicable FAA regulations. Specifications for each data type include: 1. Lidar data collection: Nominal.5 to.8 meter Lidar resolution with a minimum of 3 postings per square meter. The specific application for the data is construction of high resolution elevation models of the drainage networks in the Beaver Creek Watershed. Requested deliverables include bare earth and canopy feature returns in ASCII and LAS formats. Specific DEM and contour products are not requested. Control point will be provided in both ASCII and ESRI Shapefile formats. 2. Hyperspectral data collection: Data will be collected for the entire area with no less than 1.5 meter spatial resolution in as many bands as the sensor may collect at that spatial resolution. Data will be geometrically-corrected to compensate for aircraft attitude. Data will be provided in ENVI formats and geo-corrected to the Lidar base. The provisions at 52.212-2 Evaluation Commercial Items (JAN 1999) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: An award shall be made to the responsible offeror submitting a technically acceptable quote and offering the lowest evaluated price. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. Price shall be the deciding factor among technically acceptable quotes. All interested firms must respond to DE-RQ26-08NT000565 by 05:30 P.M. EST, May 22, 2008. The North American Industry Classification (NIAC) is 541370. ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); and remit to address if different. A Firm Fixed Priced Purchase Order shall be issued using the Simplified Acquisition Procedures FAR Part 13. Quotes may be faxed to Mr. Robert Mohn, at 412-386-5770 or E-mailed to both Robert.Mohn@netl.doe.gov and Garret.Veloski@netl.doe.gov.. All technical questions should be directed to the Technical Representatives Mr. Garret Veloski at 412-386-5809.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=632f0a6e69a7457a598eb59bc4430a4a&tab=core&_cview=1)
 
Record
SN01569198-W 20080510/080508220225-632f0a6e69a7457a598eb59bc4430a4a (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.