Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2011 FBO #3561
SOLICITATION NOTICE

F -- PANTHER CREEK HYPERSPECTRAL

Notice Date
8/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
BLM OR-ST OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
 
ZIP Code
00000
 
Solicitation Number
L11PS01288
 
Response Due
9/7/2011
 
Archive Date
10/7/2011
 
Point of Contact
Richard P. Dandasan
 
E-Mail Address
richard_dandasan@blm.gov - 503-808-6220
(rdandasa@blm.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOLE SOURCE, UNRESTRICTED COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Solicitation Number L11PS01288 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53. NAICS code is 541360 and the business size is $7.0. A determination not to compete is solely within the discretion of the Government. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Responses must be received no later than 3:30 pm Pacific Time, Thursday, September 7, 2011 by sending an e-mail to BLM_OR_SO_OR952_Mail@blm.gov; however, any technical data received will be for the sole purpose of market research for future requirements. The Bureau of Land Management (BLM), Oregon State Office has a requirement to issue a purchase order with Watershed Sciences for 5,580 acres of LiDAR Data for Panther Creek Hyper-spectral: Item 1) Descrete Return LiDAR Deliverables, Item 2) Natural Color Imagery, Item 3) Hyperspectral Imagery. Collection Data will be performed from June 1, 2012 to July 31, 2012. Deliverable shall include: Deliverable 1) LiDAR, Raw Point, LAS v 1.2 format, (1.1) Discrete Return: All Returns, Ground Classified Returns, First Returns - Point files will include the following fields: X, Y, Z, Return Intensity, Return Number, Number of Returns, Point Classification, Scan Angle, GPS Time (1.2) Rasters, 1-meter ESRI GRID of LiDAR dataset: Bare Earth Model (Grid Format), RGB Registered to 1st return vegetation surface layer, =BD-meter resolution Intensity Images GeoTIFF Format. Deliverable (D) 2) Spectra Data, D2.1a) Rasters, Radiometrically and Geometrically Corrected Image Cube, GeoTIFF for or ENVI IMG format, D2.1b) Natural Color Digital Color Orthophotos (<15cm GSD), GeoTiff Format, D2.2) Vectors, Total Area Flown, indicating tile/line numbers and extents, in shapefile format. D3) Methods, Result, Accuracy Assessments, Metadata - Metadata will be included for all GIS compatible imagery, and files shall follow the Federal Geographic Data Committee's (FGDC) Content Standard for Digital Geospatial Metadata. As such, the metadata will include, but not be limited to: a. an abstract summarizing the dataset, b. spatial information (i.e. geographic projection), c. description of acquisition parameters and general methods, d. pixel/cell value content and assessed accuracy. Watershed Sciences is the contractor that supplied the 2007, 2008, 2009, 2010, and 2011 LiDAR data. The contractor can supply 2010 leaf on data using the same equipment as the 2007, 2008 and 2009. The hypectral image data is to be coregistered with the LiDAR data, (i.e. taken at the same time so both sets of data will be orthographically correct and fused at the time of acquisition. The contractor shall perform this function. This is continuation of a previous contract, L10PX03170. QUOTE SHALL INCLUDE: 1) Unit price per item and Total Amount, 2) A completed FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items. (See below), 3) Watershed Sciences shall submit a signed and dated quote on letterhead stationery or SF-1449, identifying the unit prices per item, total dollar amount and any payment discount terms. Deliverables shall be made available to the Bureau of Land Management (OR931), 333 SW 1st Avenue, Portland, OR 97204-3440 on October 12, 2012. ACCEPTANCE: Final inspection and acceptance will be made by the Government at the place of delivery.Electronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) (February 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 FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. 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: Copy of Company Generated Invoice. The Contractor must use the IPP website to enroll, access and use IPP for submitting requests for payment. 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. 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far, http://www.doi.gov/pam/aindex.html. 52.247-34 F.O.B. Destination (NOV 1991), 52.253-01 Computer Generated Forms (JAN 1991), 52.204-7 Central Contractor Registration, (APR 2008), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders=BFCommercial Items (DEC 2010), (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010), 52.209-6 Protecting the Government=BFs Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010), 52.219-28 Post-Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52-222-19 Child Labor- Cooperation with Authorities and Remedies (JUL 2010), 52.222 21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.223-18 Encourage Contractor Policies to Ban Text Messaging While Driving (AUG 2011), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33Payment Electronic Funds Transfer Central Contractors Registration (OCT 2003), Solicitation Provisions: 52.212-1 Instructions to offerors =BF commercial items (JUN 2008), 52.212-2 Evaluation =BF Commercial Items (1999), 52.212-3 Offer Representation and Certifications =BF Commercial Items (OCT 2010). 52.212-4 Contract Terms and Conditions - Simplified Acquisitions, (MAR 2009)(Commercial Item). 52.217-8 Option to Extend Services (NOV 1999): The Government may require continued performance of any services within the limits and at the rates may be adjusted only as a result of revision to prevailing labor rates provided by Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. That Contracting Officer may exercise the option by written notice to the Contractor within 30 days before the last period of the option year ends. 52.222-22 Previous Contracts and Compliance Reports (FEB 1999): The offeror represents that - (a) It ____ has, ____ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It ____ has, ____ has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards., 52.222-25 Affirmative Action Compliance (APR 1984): The offeror represents that - (a) It ____ has developed and has on file, ____ has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or (b) It ____ has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. Quote shall be sent to Bureau of Land Management, Oregon State Office (OR-952), P.O. Box 2965, Portland, Oregon 97208 by 3:30 p.m. Pacific Standard Time on or before September 7, 2011. FAX quotes will be accepted at (503)808-6312 and e-mail quote will be accepted at BLM_OR_SO_952_Mail@blm.gov. For questions contact Richard Dandasan at 503-808-6220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L11PS01288/listing.html)
 
Record
SN02545709-W 20110825/110823235813-703f884667f995d92fe6727833b891e4 (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.