Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2012 FBO #3970
SOLICITATION NOTICE

C -- REMOTE SENSING, MAPPING, AND CHARTING SERVICES - Attachment 1

Notice Date
10/5/2012
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
EA133C-13-RP-1001
 
Point of Contact
Melissa R Sampson, Phone: 757-441-6561, Marion Cavanaugh, Phone: 757-441-6647
 
E-Mail Address
melissa.r.sampson@noaa.gov, marion.cavanaugh@noaa.gov
(melissa.r.sampson@noaa.gov, marion.cavanaugh@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Contractor Performance Customer Survey Questionnaire The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk, VA is soliciting on behalf of NOAA's, National Ocean Service (NOS), National Geodetic Survey (NGS) a requirement for remote sensing, mapping, and charting services to support the Coastal Mapping Program (CMP), the Aeronautical Survey Program (ASP), the Gravity for the Redefinition of the American Vertical Datum (GRAV-D), and for other surveying and mapping projects in the United States, its possessions, and/or nearby areas. Work assignments may consist of but are not limited to: (1) acquiring, near vertical, metric quality, tide coordinated, kinematic Global Positioning System (GPS) positioned, digital or film, aerial photography exposed along pre-determined flight lines over coastline, coastal ports, commercial/FAA controlled airports, and/or other assigned areas; (2) preparing photographic digital index files; (3) acquiring other tide coordinated, kinematic GPS positioned remotely sensed data along flight lines over coastline, coastal ports, airports, and/or other assigned areas (including LIDAR, IFSAR, hyperspectral, gravity, etc.); (4) conducting ground surveys; (5) collecting airborne GPS and inertial data; (6) conducting airborne gravity and magnetic surveys; (7) monitoring tide/water level data from NOAA, National Ocean Service (NOS) tide/water level gauges; (8) installing tide/water level gauges, including leveling, monitoring, and tidal data processing; (9) recording camera information; (10) performing aerial camera exposure tests over an area similar to the project area, and/or performing calibrations of remote sensing equipment; (11) performing AeroTriangulation (AT); (12) performing photogrammetric mapping; (13) preparing orthophotographs; (14) preparing data for Geographic Information Systems (GIS); (15) digitizing maps, both raster and vector; (16) creating and manipulating digital elevation models (DEM); (17) creating attributed digital shoreline files, including Aids to Navigation (ATN) and landmarks; (18) annotating nautical charts; (19) creating quality control plans; (20) preparing reports, including email status reports, flight reports, aerotriangulation reports, ground control reports, and project completion reports. Interested firms are required to review the Scope of Work for Shoreline Mapping under the NOAA Coastal Mapping Program dated October 2012. The Scope of Work is available at: http://www.ngs.noaa.gov/ContractingOpportunities/CMPSOWV14.pdf Interested firms must demonstrate sufficient data collection platform(s) and equipment, data processing equipment and sufficient technical, supervisory, administrative, and quality review personnel to ensure expeditious progression of work assignments. Firms must demonstrate surveying experience in the types of surveys stated above and personnel with at least three years of experience in the technology to be used on this contract (including both data collection and data processing). Firms must show the availability of suitable survey platform(s) that comply with the applicable requirements found in the following web sites: Federal Aviation Administration (FAA) http://www.faa.gov/aircraft/, U.S. Coast Guard (USCG) http://www.navcen.uscg.gov/?pageName=regContent, Environmental Protection Agency (EPA) http://www.epa.gov/lawsregs/, Occupational Safety & Health Administration (OSHA) http://www.osha.gov/, and the NOAA Administrative Order (NAO) for Aircraft Services: http://www.corporateservices.noaa.gov/ames/administrative_orders/chapter_209/209-124.html. Firms must also show the availability of: data acquisition and processing systems including, but not limited to: metric aerial camera(s),(digital and film); LIDAR; IFSAR; hyperspectral scanner; gravimeters and magnetometers; aircraft; geodetic surveying equipment for establishing horizontal and vertical control; airborne kinematic GPS and inertial measurement unit equipment for aircraft positioning; softcopy photogrammetric hardware and software for compilation; water level measurement gauges, if required; and tide gauges. The services will be procured in accordance with P.L. 92-582 Brook Architect-Engineers Act and Federal Acquisition Regulation (FAR) Part 36 - Construction and Architect-Engineering Contracts. The Government anticipates awarding up to 4 fixed price indefinite delivery, indefinite quantity (IDIQ) contracts. Work will be ordered using the procedures in FAR Part 36 and will be negotiated on a firm-fixed price basis. Each contract will have a five-year ordering period. The estimated award date is on/or about March 6, 2013. The maximum total dollar value to be awarded for all IDIQ contracts is $40,000,000 over the five-year ordering period. The contract minimum value for all contracts awarded will be $50,000 split equally among contracts awarded. The NAICS code is 541370, with a size standard of $14M in average annual receipts for its 3 previous fiscal years. This acquisition is issued on an unrestricted basis. Evaluation criteria, in order of importance, are: (1) Professional Qualifications - Professional qualifications necessary for satisfactory performance of required services; (2) Specialized Experience and Technical Competence - Specialized experience and technical competence in the type of work specified in the Scope of Work; (3) Capacity - Capacity of management, personnel and equipment to accomplish the simultaneous missions in multiple geographic locations in the required time ; (4) Past Performance - Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules (the Government reserves the right to contact past performance reference not included in the SF330s); The offeror shall demonstrate past performance completing aerial imagery collection and processing to support routine activities and emergency incidents on other contracts with respect to cost control, quality of work, compliance with performance schedules, and the credibility of the documentation included in the SF 330 and other sources. NOAA may use publicly available reports, and/or data from Architect-Engineer Contract Administration Support System (ACASS) in addition to the information provided. The Government may also use present and/or past performance data obtained from internal and external sources, not just those contracts identified by the offeror in evaluating past performance. Of the example projects provided in Section F of the SF 330, the offeror shall provide a minimum of five (5) past performance statements describing how well your company performed during the course of a particular project. The offeror shall also be responsible for ensuring that survey questionnaires from the same five (5) customers cited in the past performance statements receive, complete, and return the Contractor Performance Customer Survey Questionnaire (provided with this synopsis) to the address and by the date and time specified for receipt of SF330s. (5) Location and Knowledge - Location(s) in the geographical areas and knowledge of various areas of work that demonstrates capability to perform work throughout the United States, its possessions and territories. (6) Small Business Participation - The offeror shall demonstrate its willingness to offer and commit to small business participation goals in the performance of this contract. The small business goal for this contract is 30% of $10,000,000 which is the estimated maximum contract value should up to four contracts be awarded. To demonstrate this, the offeror shall identify small business participation goals, expressed as dollars and percentages in each of the applicable NAICS Industry Subsectors, and a total goal for small business participation by the offeror, including joint venture partners, and team members and a total goal for small business participation by subcontractors. The goals for subcontractors must be listed separately. All goals will be incorporated into and become part of any resulting contract. The contractor shall be required to notify the contracting officer of any substitutions of firms that are not small business concerns. The offeror shall identify the extent to which small business concerns are specifically known and anticipated with regard to identifiable work to be performed under this contract. The total value of the work as well as the complexity and variety of work shall be evident as a consideration in the proposal for small business concern participation. In addition, offerors shall discuss their past performance in complying with subcontracting goals for small business concerns and monetary targets for small business participation, supplying sufficient information regarding the past contracts to allow NOAA to verify the information with contracting agencies, if deemed necessary. (7) Quality Control - Work under this contract is complex, has unpredictable work locations, and can require short notice response times to initiate this work. The products ultimately derived from work under this contract have a direct impact on safety of navigation for both nautical and airborne commerce in the United States. The offeror shall provide information that demonstrates that they have highly trained and skilled personnel as well as company quality control procedures in place. The offer shall provide a resume of the project manager(s) that they intend to put on project(s). (8) Security - The offeror shall provide information that demonstrates they have a secured facility (Sensitive Compartmented Information Facilities (SCIFs)) which meets requirements to perform Secret classification work and have the associated personnel who can perform work requiring Secret clearance to support NGS requirement production throughout the contract period of performance. (9) Information Technology Security - The offeror shall describe how they plan to implement secure data processing of the information being collected, processed and transmitted. The Contractor must describe their process for ensuring the information being transmitted (via removable media) is free from malicious software, spyware and other unwanted code. Specific abilities and disciplines required on this contract include, but are not limited to: Project Manager, Pilot, Aerial Photographer, Photogrammetrist, Geodesist, Surveyor, Potential Fields Geophysicist, Tides/Water Level Specialist, GIS Specialist, Geographers/Cartographer, Geospatial Data Analyst, Gravity and Magnetics Technician 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). Responding firms are requested to state whether they are a small, small disadvantaged business, women-owned, HUBZone, veteran owned, or service disabled veteran-owned small business. If a large business is selected for a contract, it must comply with FAR 52.219-9 Small Business Subcontracting clause regarding the requirement for submitting and negotiating a subcontracting plan on that part of the work it intends to subcontract. The following DOC subcontracting goals are provided for developing subcontracting plans: Business Category Subcontracting Goals Small Business 30% Small Disadvantaged Business 12% 8(a) N/A Women-Owned Small Business 10% HubZone Small Business 3% Veteran-Owned Small Business 3% Service-Disabled Veteran Owned 3% During market research, NOAA identified the following small businesses that are interested in subcontracting opportunities for this requirement: Oasis Services (SDVOB) 6 Falcon Drive Suite 100 Peachtree City, GA 30269 678-870-3085 www.oasis-aviation.com Independent Mapping Consultants (SDB) 508 West 5th Street, Suite 150 Charlotte, NC 28202 (704) 540-0087 www.imcmapping.com LDSI, Inc. (SDVOB) 508 West 5th St., #125 Charlotte, NC 28202 www.ldsi-inc.com (704) 337-8329 Axis Geospatial 101 Bay St. Easton, MD 21601 (410) 822-1441 www.axisgeospatial.com Continental Mapping Consultants 121 South Bristol Street, Suite 201 Sun Prairie, WI 53590 (888) 815-3327 www.continentalmapping.com Earth Mapping International (SDB) PO Box 491474 Lawrenceville, GA 30049 (678) 294-9722 www.earthmapping.com 3. Submission: All responsible sources may submit a response for consideration by NOAA. Interested parties are requested to email any questions concerning this advertisement or the Scope of Work to melissa.r.sampson@noaa.gov not later than October 12, 2012. Prime contractors shall respond to this announcement for their teams. The prime contractor shall submit an original plus six (6) copies and one copy in pdf format on CD-Rom of its team's response to this synopsis. The response shall consist of Standard Form 330 (6/2004) (SF330) and other material not to exceed 100 pages in total. Each original and copy shall be bound (e.g. 3-ring binder, GBC comb binding, etc.). Facsimile or email responses are not authorized. Incomplete submissions may be eliminated from further consideration. Carefully read and follow the instructions printed on SF330. Present the team's qualifications for this project in Part I. Submit a separate Part II for each firm that will be part of the team proposed for this contract. Use Part I, Section H, Block 30 to address evaluation criteria Capacity, Past Performance, Location and Knowledge, Small Business Participation, Quality Control, and Security, Information Technology Security. Responses (SF330s) are due to the following address no later than 3:00 pm local time, November 5, 2012: National Oceanic & Atmospheric Administration, Eastern Region Acquisition Division, Attn: Melissa Sampson, 200 Granby Street, Suite 815, Norfolk, VA 23510. SF330s received at the above address after the date and time for receipt will be deemed late and returned to the submitter.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133C-13-RP-1001/listing.html)
 
Record
SN02909849-W 20121007/121005234421-392004ceb2eae4627bf8217d83d36491 (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.