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