Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2004 FBO #0858
MODIFICATION

C -- ARCHITECT-ENGINEERING SERVICES (NON-CONSTRUCTION) FOR GEOSPATIAL SERVICES

Notice Date
3/31/2004
 
Notice Type
Modification
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Administrative Support Center, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133C-04-RP-0008
 
Response Due
4/6/2004
 
Archive Date
4/21/2004
 
Point of Contact
Lynne Phipps, Contract Specialist, Phone (757) 441-6881, Fax (757) 441-3786, - Melvyn Desjarlais, Supv. Contract Specialist, Phone (757) 441-6647, Fax (757) 441-3786,
 
E-Mail Address
lynne.b.phipps@noaa.gov, melvyn.a.desjarlais@noaa.gov
 
Description
AS A RESULT OF THE QUESTIONS RECEIVED FROM THE INITIAL NOTICE, THE NOTICE IS REVISED TO READ AS FOLLOWS: CONTRACT INFORMATION: Services of qualified A-E firms are sought by the National Oceanic and Atmospheric Administration (NOAA), Coastal Services Center, Charleston, SC, to provide the following types of geospatial services, in support of various local and regional coastal product needs, coastal resource assessments, estuarine and watershed analyses, environmental characterizations, and habitat conservation. These services may include, but are not limited to: (1) Thematic mapping (e.g., land use / land cover, impervious surfaces, tree canopy, landscape characterization, benthic habitat); (2) Aircraft data acquisition (e.g., Lidar, IfSAR, digital multi-spectral and hyper-spectral imaging, including all forms of digital camera technologies, and analog standard frame photography); (3) Commercial and civil satellite imagery acquisition; (4) Spectral image processing, analysis, and interpretation including the use of supervised, unsupervised, and classification, and regression tree modeling; (5) Aerial photo interpretation; (6) High-resolution topographic / bathymetric product generation (e.g., raw data points, digital elevation models (DEMs), digital surface models (DSMs), digital terrain models (DTMs), triangular irregular networks (TINs), contours, hillshades, etc.); (7) Photogrammetric mapping, aerotriangulation, and orthophotography development; (8) Geographic information system (GIS) data development; (9) software applications and decision support tools development; (10) Survey and control services, including the use of ground-based and airborne Global Positioning Systems (GPS) technology; (11) Data analysis, integration, assimilation, and modeling for both land and seabottom characterization; (12) Data conversion and scanning (e.g., analog to digital, raster / vector); (13) Data manipulations, e.g., transformations, conversions, generalization, integration and conflation; (14) generation of Federal Geographic Data Committee (FGDC) compliant metadata for all geospatial data and derived products, including all forms of remotely sensed data; (15) Acoustic data acquisition (e.g., single / multi-beam, side-scan sonar technologies), processing, and product development; (16) Sediment profile imaging and analysis; (17) and other services in support of associated social, economic, and ecological analyses. The primary purpose of this contract is to provide the NOAA Coastal Services Center with the ability to obtain geospatial services in support of the coastal resource management community for all coastal states including U.S. Islands and Pacific territories. Work shall be performed within a quality system that complies with ANSI/ISO/ASQC Q9002-1994 and deliverables shall meet quality standards based upon defined formal and informal specifications and standards. The services will be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. To accomplish this work, the Government's preference is to award one contract, however, the Government reserves the right to award multiple fixed-price indefinite delivery, indefinite quantity contracts. Each contract will be for a one-year base period with up to four one-year renewal options. The contract maximum per year shall be $7,500,000 and the contract minimum per year shall be $5,000. The NAICS code is 541370, which has a small business size standard of $4.0 million in average annual receipts for its 3 previous fiscal years. 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 that part of the work it intends to subcontract. Work will be issued by negotiated firm-fixed price task orders. SELECTION CRITERIA: The selection criteria, listed in descending order of importance are provided below. A. Specialized Experience and Technological Competence: Experience with and ability to provide all of the services listed herein. B. Project Management, Capacity, and Coordination: Teaming arrangement that demonstrates the ability to provide all of the services listed in the "Contract Information" section of this announcement; Teaming arrangement that has the availability and ability to mobilize additional contractor personnel or consultants to support regional expansion or project acceleration; Teaming arrangement that demonstrates project coordination, management skills, and experience in working together as a team, and the ability to maintain delivery of quality products on a timely schedule; Ability of the prime contractor to perform some portion of the required services listed in the "Contract Information" section of this announcement if the prime is a large business; Ability of the prime contractor to comply with the requirements of FAR 52.219-14, Limitations on Subcontracting if the prime is a small business; and a teaming arrangement that shows the availability of Small Businesses and/or Small Disadvantaged Businesses for use as subcontractors if the prime is a large business. C. Quality Control: Adequacy of in-house quality control procedures to successfully complete all services required by this contract in the required time. Demonstrate ability to work within a quality system that complies with ANSI/ISO/ASQC Q9002-1994 provisions. Ability of the prime contractor and their subcontractors to maintain quality while remaining on schedule. Additionally, the firm shall provide information on quality certification and awards. D. Professional Qualifications: Certified photogrammetrist(s), or registered/licensed professional engineer(s) as permanent staff of the prime contractor. Qualified and experienced management, quality control staff and technical staff. The evaluation will consider certifications, education, training, registration, overall and relevant experience, longevity with the firm, and personnel strength. E. Past performance on prior contracts with Government agencies, State agencies, and private industry relating to the performance of work on similar projects as described above in terms of cost control, quality of work, and compliance with performance schedules. SUBMISSION REQUIREMENTS: NOAA values the private sectors' opinions and therefore will leave this announcement open for questions and comments until March 8, 2004. During this review period all questions and comments shall be sent to Lynne Phipps, EASC Contract Specialist, Acquisition Management Division, Norfolk Federal Building, Room 815, 200 Granby Street, Norfolk, VA. 23510 or at email Lynne.B.Phipps@noaa.gov by 4:30 p.m., local time, on March 8, 2004. Those questions and comments will be evaluated and this announcement revised if necessary. All questions and answers will be published on the Center's website at http://www.csc.noaa.gov/gsc_ae. Once the announcement has been revised, firms having capabilities to perform this work and desiring to be considered shall submit eight packages, each 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 30th day after the date of the revised announcement or April 6, 2004 whichever is later. If the 30th 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 or at the Coastal Services Center in Charleston, SC, the capability to perform the services required by this contract. No Pre-Submittal Conference is planned for this award. Interested parties should email any questions concerning this announcement to Lynne Phipps. No other notification to firms under consideration for this work will be made. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm This is not a Request For Proposal. Note 24 applies.
 
Record
SN00557326-W 20040402/040331211815 (fbodaily.com)
 
Source
FedBizOpps.gov 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.