Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2004 FBO #0922
SOLICITATION NOTICE

T -- Indefinite Delivery Contract for Aerial Photogrammetric Mapping Services for the Albuquerque District

Notice Date
6/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Engineer District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-04-R-0022
 
Response Due
7/2/2004
 
Archive Date
8/31/2004
 
Point of Contact
Linda Anderson, (505) 342-3451
 
E-Mail Address
US Army Engineer District, Albuquerque
(Linda.J.Anderson@spa02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: One Indefinite Delivery contract will be awarded for Photogrammetric Mapping Services for a period of one year, with options to extend two additional years. The work will be primarily photogrammetric mapping services for C ivil Works and Military projects within the Albuquerque District boundaries, which include Southern Colorado, New Mexico, Arizona, and Southwest Texas. However, the Contractor may be required to work outside these boundaries. All work will be negotiated a nd initiated by issuance of delivery orders with the total contract NTE $3,000,000. The successful firm is guaranteed no less than $20,000 in the basic year and, if the option years are exercised, the firm is guaranteed $10,000 per option year. This cont ract will be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. This procurement is unrestricted. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined b y the Department of Labor under the Service Contract Act. In accordance with Public Law 95-707, large business firms are reminded that a subcontracting plan will be required which provides for subcontracting work to Small and Small Disadvantaged firms to the maximum extent practicable. If any of the work is to be subcontracted, the Albuquerque District goal for subcontracted dollars is 57.2% to Small Businesses (SB); 10.0% to Small Disadvantaged Businesses (SDB); 10.0% for Woman-Owned Businesses (WOB); 3. 0% to HUBZone Small Businesses; and 3.0% to Service-Disabled Veteran-Owned Small Businesses (SDVOSB). To be eligible for contract award, the firm must be registered in the DOD Central Contractor Registration (CCR). Register via the Internet Site at http: //www.ccr.gov. The anticipated award date is October 2004. 2. PROJECT INFORMATION: The work will involve all services associated with the production of digital mapping including; ground control planning; acquisition for photogrammetric map compilation i ncluding conventional measuring systems (EDM systems and levels) and Global Positioning Systems (GPS); associated utility surveys; aerial photography; stereo compilation; photo lab processing; analytical aerotriangulation; Light Detection and Ranging (LIDA R) data acquisition and processing; remote sensing; Geographic Information System (GIS) data collection and submission of metadata files; and topographic and digital orthophoto base mapping. Both English and Metric systems of measurement will be utilized. 3. SELECTION CRITERIA: See Note 24 for the general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f-h are se condary and will be used as 'tie-breakers' among technically qualified firms. (a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. The Firm must have: (1) Current experience in conventional large and small scale photogrammetric production in support of e ngineering design, facilities management, and regional planning; (2) Current experience in the collection and processing of LIDAR data into various mapping products to include elevation models, surface models, and contours for large and small scale mapping projects; (3) Current experience in orthophoto generation for large and small scale mapping projects; (4) Ground survey control, planning, and data acquisition for photogrammetric map compilation including conventional measuring systems (transit, EDM syst ems and levels) and Global Positioning Systems; (5) Capability and experience in providing geospatial data products in Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE) and the Facility Management Standards for Facilities, In frastructure, and Environment (FMSFIE). These standards were formerly known as the Tri-Service Spatial Data Standards (TSSDS)/Spatial Data Standards (SDS), and the Tri-Service Facility Management Standards (TSFMS)/Facility Management Standards (FMS), respectively; (6) The Contractor's facilities must have the capability to deliver digital data on CDROM, optical rewritable disks and 3.5 micro disks. Digital data s upplied by the Contractor must be readable and fully operational with U.S. Geological Survey DLG-3, AutoCAD, ARC/INFO (GIS), ERDAS, MIPS, and Intergraph system formats. The firm must be able to provide an aerial camera with a 6-inch focal length that has been calibrated by the United States Geological Survey (USGS) within the last three years. Firms must also have an established Quality Management Plan. (b) PROFESSIONAL QUALIFICATIONS. The firm must have a certified photogrammetrist in-house. The firm m ust also be able to provide a registered land surveyor and expertise for the following: ground control and utility surveys; aerial photography; orthophotography; analytical aerotriangulation; stereocompilation; remote sensing; LIDAR data processing; drafti ng; and photo lab processing. The photogrammetrist or stereocompiler must have experience in preparing Digital Terrain Modeling (DTM) and utilizing remote sensing data sets in a GIS environment. The survey party chief must be experienced with Global Posi tioning System (GPS) technology. (c.) PAST PERFORMANCE. Past performance on contracts with Governmental agencies and private industry in terms of quality of work, cost control, and compliance with performance schedules will be considered. (d.) CAPACITY . The firm must demonstrate the personnel and equipment capacity necessary to accomplish two concurrent delivery orders. (e.) KNOWLEDGE OF THE LOCALITY. Firms' knowledge of the area and State Plane Coordinate Grid Systems encompassed by the Albuquerqu e District boundaries is advantageous. (f.) GEOGRAPHICAL LOCATION. Physical Location of the office performing the work with respect to Albuquerque, New Mexico will be a consideration. (g.) Volume of DoD contract awards in the last 12 months with the obj ective of effecting an equitable distribution of DoD architect-engineer contracts among qualified architect-engineer firms including small and small disadvantaged firms, and firms that have not had prior DoD contracts. (h.) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: See note 24 for general submission requirements. Interested firms ha ving the capabilities to perform this work must submit one copy of SF 255 (11/92 edition), and one copy each of SF 254's, (11/92 edition) for the prime firm and all consultants to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is the close of business the next business day. Solicitation packages are not provided. The solicitation number is W912PP-04-R-0022. Only data furnis hed by the responding firm on the SF 254 and SF 255 will be considered in the selection process. Personnel qualifications of all key subcontractors are to be included in block 7 of the SF 255. Responding firms are requested to clearly identify those task s to be performed in-house and those tasks to be subcontracted. In addition, firms shall identify the office locations at which the in-house and subcontracted tasks will be performed. The SF 255 should specifically address the requirements of this announ cement. Responding firms are requested to summarize their equipment and computer capabilities available for this project and summarize their Quality Management Plan in block 10 of the SF255. Firms responding as Joint Ventures must state the intent in blo ck 5 of the SF 255. FIRMS SHALL PROVIDE REFERENCES, TO INCLUDE TELEPHONE NUMBERS FOR PROJECTS LISTED IN BLOCK 8 OF THE SF 225. FIRMS SHALL LIMIT BLOCK 10 OF T HE SF 255 TO NO MORE THAN 10 PAGES. The POC is Linda Anderson, (505) 342-3451. No other general notifications will be made and no further actions will be required from firms under consideration. This is not a Request For Proposal. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA47/W912PP-04-R-0022/listing.html)
 
Place of Performance
Address: US Army Engineer District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
Country: US
 
Record
SN00596870-F 20040605/040603212932 (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.