SOLICITATION NOTICE
C -- NOAA/.NOS/OCS Hydrographic Surveying Services
- Notice Date
- 4/9/2013
- 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
- NCNJ3000-13-00094
- Archive Date
- 5/24/2013
- 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
- IDENTIFICATION NO.: NCNJ3000-13-00094 NOS/OCS Hydrographic Surveying Services CONTRACT INFORMATION : NOAA's, Acquisition and Grants Office, Eastern Acquisition Division (EAD), Norfolk, VA on behalf of NOAA's, National Ocean Service (NOS), Office of Coast Survey (OCS), Hydrographic Survey's Division (HSD) is seeking firms highly qualified to provide the following types of hydrographic surveying services to support NOAA's mission to acquire hydrographic survey data to support the creation and maintenance of nautical charts. The services required by the Specifications and Deliverables (http://www.nauticalcharts.noaa.gov/hsd/specs/specs.htm) may include, but are not limited to: 1. Hydrographic data acquisition services using vertical beam echosounder, multibeam echosounder, side scan sonar, airborne bathymetric Lidar, and airborne topographic Lidar in any of the priority areas as defined in the NOAA Hydrographic Survey Priorities (http://www.nauticalcharts.noaa.gov/hsd/NHSP.htm). 2. Supporting data acquisition services including water levels, Ellipsoidally Referenced Surveys (ERS), shoreline and feature acquisition, secchi depth readings, and speed of sound through water measurements. 3. Hydrographic data processing services including but not limited to; tidal tabulation, computation of tidal datums, tidal zoning determination, applying water level correctors, applying all applicable correctors to raw sounding data, cleaning data, compiling digital data, writing reports and producing final deliverables for NOAA review. 4. Quality control services during data acquisition and processing. The primary purpose of this contract is to provide the Office of Coast Survey, Hydrographic Surveys Division with hydrographic data for use in creating and maintaining NOAA nautical charts. Acquisition of bathymetry, features, and other hydrographic data is essential for Hydrographic Surveys Division to meet the needs of NOAA's charting program. The services shall be procured in accordance with P.L. 92-582 (Brooks Act) and FAR 36.6, Architect-Engineer Services. The Government anticipates awarding multiple indefinite delivery, indefinite quantity (IDIQ) contracts. Each contract will be for a five-year ordering period. The maximum total dollar amount to be awarded across all contracts under this program shall not exceed the threshold of $250,000,000 over the five year period. The contract minimum value for all contracts awarded will be $25,000. The NAICS code is 541370 "Surveying and Mapping (except Geophysical) Services", which has a small business size standard of $14.0 million in average annual receipts for its three previous fiscal years. This acquisition is unrestricted, and is open to all businesses regardless of size, with a reserve of four contract awards for small businesses. Large businesses must comply with FAR 52.219-9 Small Business Subcontracting Plan (JAN 2011) regarding the requirement for a subcontracting plan. Work will be ordered by negotiating firm-fixed price task orders in accordance with the selection procedures in FAR 36.6 Architect-Engineer Services. SELECTION CRITERIA : The award selection criteria in accordance with FAR 36.602-1, listed in descending order of importance are provided below. 1. Professional Qualifications necessary for performance of services described in the Specifications and Deliverables (Hydrographic Specifications and Deliverables dated April 23, 2012). Firms shall demonstrate experience in hydrographic surveying and have access to: hydrographers with experience in hydrographic surveys data collection and processing; tide specialists with demonstrated experience in measuring tides and water levels, tidal data and tidal zoning and their application to hydrographic surveying; hydrographers with experience in surveying using shallow water airborne hydrographic Lidar systems and interpreting data. Hydrographic surveying is an extremely specialized function; personnel must have prior applicable experience. Experience, as detailed above shall be established through resumes and information on prior projects to demonstrate the capability to acquire and process hydrographic data to the technical specifications detailed in the Hydrographic Specifications and Deliverables (http://www.nauticalcharts.noaa.gov/hsd/specs/specs.htm). 2. Specialized Experience and Technical Competence in the type of work required by the Specifications and Deliverables (http://www.nauticalcharts.noaa.gov/hsd/specs/specs.htm). Firms shall demonstrate experience in the following: acquiring shallow water multibeam data; acquiring mid water multibeam data; acquiring vertical beam echosounder data; acquiring side scan sonar data; acquiring multibeam backscatter data; acquiring shoreline and feature data; acquiring airborne bathymetric Lidar; acquiring airborne topographic Lidar; acquiring Ellipsoidally Referenced Surveys (ERS); installing, maintaining, and removing tide gauges; acquiring water level data; acquiring secchi depth readings; acquiring speed of sound through water measurements; Processing water level data including tidal tabulation, computation of tidal datums, tidal zoning determination, applying water level correctors to determine true depths; compiling reports, final products, and digital data; and, performing quality control during acquisition and processing. 3. Capacity To Accomplish The Work In The Required Time (personnel and equipment). Firms shall demonstrate availability and experience with hydrographic survey vessels in a variety of geographic locations, equipment, systems and software as follows: seaworthy vessels capable of working in shoal waters near shore and larger vessels capable of working 30 days continuously off-shore; suitable aircraft for bathymetric Lidar; hydrographic data acquisition and processing systems; hydrographic data acquisition and processing systems for Lidar data; shallow water multibeam capable of measuring depths to 200 meters and detecting a one meter cube object or larger in waters 20 meters or less; airborne bathymetric Lidar system capable of measuring depths to 50 meters or less and detecting a 2 x 2 x 1 meter object; mid water multibeam capable of measuring depths to 2000 meters; vertical beam echosounder; side scan sonar capable of detecting a one meter cube object or larger; airborne topographic Lidar system; GPS surveying equipment for establishing horizontal control; differential GPS equipment for vessel positioning; GPS equipment for aircraft positioning; water level measurement gauges; and, enough additional personnel to acquire, process, and interpret data. 4. Past Performance. Firms shall demonstrate past performance with Government agencies and private industry completing hydrographic date 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 credibility of the documentation included in the SF330 and other sources. Of the projects listed in Section F of the SF330, firms shall select up to five projects completed within the last five years, and provide performance statements describing how well the company performed. The Government reserves the right to contact past performance references not included in SF330s as well as obtain publicly available data and/or data from Architect-Engineer Contract Administration Support System (ACASS) to assess a firm's past performance. Firms shall discuss their past performance in complying with subcontracting goals for small business concerns supplying sufficient information regarding past contracts to allow NOAA to verify the information with contracting agencies or in Electronic Subcontracting Reporting System (eSRS), if deemed necessary. 5. Location And Knowledge. Firms shall demonstrate experience working in diverse types of localities in the U.S. and the capacity and experience to work in all areas of interest to NOAA as defined in the NOAA Hydrographic Survey Priorities (http://www.nauticalcharts.noaa.gov/hsd/NHSP.htm). This includes working in depths from two to 2000 meters. SUBMISSION REQUIREMENTS : Firms having capabilities to perform this work and desiring to be considered shall submit five hard copy packages, each consisting of one completed SF330 (latest edition) submission for the project as follows: One (1) original hard copy of the SF330 Response to: DOC/NOAA Eastern Acquisition Division (EAD) Attn: Melissa R. Sampson 200 Granby Street, Suite 815 Norfolk, VA 23510 One (1) hard copy of the SF330 Response to: Department of Commerce Office of General Counsel Contract Law Division Attn: Florence Bridges 1401 Constitution Avenue, NW Washington, DC 20230 Three (3) hard copies of the SF330 Response to: NOAA Office of Coast Survey Hydrographic Surveys Division Attn: LCDR Marc Moser 1315 East West Highway, N/CS31, Room 6854, SSMC3 Silver Spring, MD 20910-3282 SF330 Responses are due no later than 3:00 p.m., local time, May 9, 2013. The original SF330 Response due to EAD Norfolk constitutes the official-time stamp submission. The following limitations apply: Section E shall be limited to 25 resumes. Section F shall be limited to 10 projects and no more than 20 pages total. Section H shall be no more than 30 pages. Front and back side use of a single page will count as 2 pages. The overall submission package shall not exceed 100 pages. Use no smaller than 12-point type-font. Single line spacing and no less than 1 inch margins is also required. Pages in excess of the maximums listed shall be discarded and not used in evaluation of the selection criteria. The entire SF330 submittal (and each copy thereof) shall be contained in a 3-ring binder. 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. All subcontracting or teaming arrangements must be included in the SF330. Include the business size of each firm. If a large business is selected for a contract, it must comply with FAR 52.219-9 Small Business Subcontracting Plan (JAN 2011) 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 and Subcontracting Goals Small Business - 30% Small Disadvantaged Business - 10% 8(a)- N/A Women-Owned Small Business - 10% HubZone Small Business - 3% Veteran-Owned Small Business - 3% Service-Disabled Veteran Owned - 3% No Pre-Submittal Conference is planned for this award. Interested parties should email any questions concerning this announcement to Melissa R. Sampson, Melissa.R.Sampson@noaa.gov. no later than May 9, 2013. No other notification to firms under consideration for this work will be made. Questions pertaining to this request for SF330's must be via email to Ms. Sampson no later than close of business, April 22, 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/NCNJ3000-13-00094/listing.html)
- Place of Performance
- Address: Any of the priority areas as defined in the NOAA Hydrographic Survey Priorities (http://www.nauticalcharts.noaa.gov/hsd/NHSP.htm)., United States
- Record
- SN03031991-W 20130411/130409234444-aeb3bf34f756fb4215afef6b42f73655 (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 |