Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1997 PSA#1869

U.S. Geological Survey, Branch Of Acquisition and Federal Assistance, Box 25046, Denver Federal Center, Denver, CO 80225-0046

C -- ARCHITECT-ENGINEER SERVICES (NON-CONSTRUCTION) FOR PHOTOGRAMMETRIC AND MAPPING SERVICES POC Lynda Carlson, Contracting Officer, (303) 236-5900 x-351. The U.S. Geological Survey (USGS), National Mapping Division (NMD) requires professional photogrammetric and mapping services. Contract Information: Services are required for photogrammetric and mapping sciences. These services may include, but are not limited to: photogrammetric mapping; orthophotography; thematic mapping, e.g., land characterization; analog and digital imagery applications; geographic information system (GIS) services; survey and control services, to include ground-based and airborne GPS; photogrammetric aerotriangulation; photo and image manipulation and interpretation; map digitizing, both raster and vector; data manipulations, e.g., transformations, conversions, generalization, integration and conflation; acquisition of primary and ancillary data, e.g., aerial photography and multispectral data; image scanning and processing; and production and/or revision of standard USGS products defined by formal and informal specifications and standards such as DLG's, DEM's, DOQ's, DRG's, aerial photography, graphic products, land characterization datasets, non-standard and custom graphic and digital products, and products supporting the FGDC standards and Framework concepts. On various projects, the Government may require digital deliverables to be delivered by electronic network means, or on CD-ROM. The services will be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR 36. To accomplish this work, the Government anticipates multiple award fixed-price indefinite delivery/indefinite quantity contracts. The contract(s) is for a one-year base period with up to two one-year renewal options. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of the work it intends to subcontract. The wages and benefits of service employees performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act (see FAR 22.10). Project Information: Multiple individual firm-fixed price delivery orders shall be issued by the USGS which will be more specific regarding levels of effort by work category. Overall project supervision and oversight shall be performed by a licensed professional photogrammetrist or engineer with demonstrated proficiency in all the services listed in this announcement. Work shall be performed within a quality system that complies with ANSI/ASQC Q-9002-1994 (ISO-9002) and deliverables shall meet quality standards based upon defined formal and informal specifications and standards. Product deliveries shall meet defined schedules. Digital data must be readable and fully operational with the following formats: USGS; ARC/INFO; ERDAS; Microstation; and Spatial Data Transfer Standards (SDTS). Contractors will be judged and ranked by virtue of their performance for deliverables in terms of quality, timeliness, and efficiency. After contract minimums are met, these rankings will influence the apportionment of future work. Additionally, if a selected firm collaborates with a State to develop a project that is within the scope of this contract, and the State negotiates a cooperative agreement with the NMD, and the State requests NMD to apportion that work to that firm, a work order will be placed with that firm, providing that: 1) the firm can accomplish the work without adversely impacting the firm's current commitments to this contract; and 2) that this process does not circumvent State laws or State procurement rules and regulations. Selection Criteria: The selection criteria are listed in descending order of importance, with factors A and B being equal, with factors D and E being equal, and within factor B, subfactors 1, 2, and 3 significantly outweigh subfactors 4 and 5. A. Past performance on prior U.S. Government contracts, relating to the performance of work on similar projects as described above in "Contract Information" and "Project Information." B. Specialized Experience andTechnological Competence: 1) Capability of photogrammetric mapping and product generation of new or revised graphic publication stable-base separates and digital products meeting USGS and other specifications. 2) Photogrammetric equipment, including owning or leasing airworthy aircraft with airborne GPS capability for navigation and photo control, currently certified precision aerial mapping camera, photographic lab for producing aerial photographic and mapping products, hardware and software to perform fully analytical aerotriangulation, and first-order analytical stereoplotter instrumentation interfaced for digital data collection of planimetric and topographic features, including DTM and DEM data collection. State-of-the-art hardware and software to perform: high resolution (30 micron for large format and 7.5 micron for imagery) black & white and one-pass color scanning of hardcopy and imagery sources; facilities for editing and manipulating digital data; the ability to provide hardcopy and digital aerial photography and orthophoto products. 3) Capability to acquire and analyze remotely sensed data and perform image interpretation to detect landuse and change analysis utilizing digital softcopy techniques and software (i.e. ARC/INFO, ERDAS) and manually via hardcopy to incorporate into existing mapping data bases and/or generate thematic maps and land characterization products. 4) Equipment and expertise to provide control surveys, both GPS and conventional. 5) Capability to collect and properly format digital data (2D and 3D) on appropriate media. C. Professional Qualifications: Licensed photogrammetrist(s), or engineer(s) as permanent staff. The evaluation will consider education, training, registration, overall and relevant experience, ability to keep pace with evolving technology and product specifications, longevity with the firm, and personnel strength. D. Quality Assurance/Quality Control: Adequacy of in-house quality control procedures to successfully complete all services required by this contract. Demonstrate ability to work within a quality system that complies with ANSI/ASQC Q-9002-1994 (ISO-9002) provisions. Additionally, the firm shall provide information on quality certification and awards. E. Project Management/Coordination: Availability of additional contractor personnel or consultants to support expansion or project acceleration. Demonstrate project coordination and management skills and experience in working together as a team, and to maintain delivery of a quality product on a timely schedule. Submission Requirements: Firms having capabilities to perform this work and desire to be considered shall submit four copies of a package consisting of one completed SF-255 (11/92 edition) for the project, and one completed SF-254 (11/92 edition) for the prime firm and each subcontractor and consultant, to the above address not later than the close of business on the 45th day after the date of this announcement. If the 45th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Submittals from consortiums are permitted, but only one submittal by any one member of that consortium as prime will be considered. In SF-255 Block 10, describe the leased or owned equipment that will be used to perform this contract. Prior to award, the slated firms may be required to demonstrate at their facility the capability to perform the services required by this contract. A USGS Contracting Pre-Submittal Conference for this requirement is planned for 9:00am to 5:00pm, June 25, 1997, at the Mid-Continent Mapping Center, Room 503, 1400 Independence Road, Rolla, Missouri. Interested parties should fax their reservations and/or questions concerning this announcement or the Pre-Submittal Conference to Lynda Carlson at (303) 236-2710. No other notification to firms under consideration for this work will be made. This is not a Request For Proposal. See Notes 24 and 26. (0164)

Loren Data Corp. http://www.ld.com (SYN# 0013 19970618\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page