Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2005 FBO #1152
SOLICITATION NOTICE

C -- Indefinite Delivery A/E Contracts for Photogrammetric Mapping and Aerial Photography.

Notice Date
1/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Engineer District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-05-D-XXXX
 
Response Due
2/22/2005
 
Archive Date
4/23/2005
 
Small Business Set-Aside
Total Small Business
 
Description
DUE 02-22-05 POC Anna Marie Cramblett, Contract Specialist, (309) 794-5519. CONTRACT INFORMATION: Indefinite Delivery A/E contract for Aerial Photography and Photogrammetric Mapping Services is to be awarded. Services are to be primarily for engineering of civil works projects (but may include military support projects) and primar ily within the Rock Island District boundaries (Iowa, Illinois, Wisconsin, Missouri and Minnesota) but may also be required for selected areas throughout the United States. The required services may include all or part of the following: (1)Aerial Photog raphy (2) Remote Sensing (3) Aerotriangulation (4) Topographic Mapping (5) Engineering and Cadastral Surveys and (6) Landuse/Landcover Mapping. The contract will consist of individually negotiated task orders with an individual or cumulative total not to exceed $1,000,000 during a base period, with the option to extend four additional periods for the same amount. An option period may be exercised early when the amount of any current period reaches $1,000,000. The contractor is guaranteed no less than $20 ,000 the first period and $10,000 for each option period exercised. The estimated initial contract award date is June 2005. Multiple awards may be made. If concurrent multiple contract awards are made, task orders will be allocated based upon the Contrac ting Officer's determination of the special qualifications of the firms; the nature of the work involved in the task order; and the immediacy of the work and availability of the firm. Distribution of the work will be a secondary consideration. The wages an d benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not the locatio n of the work). PROJECT INFORMATION: Photogrammetric requirements will consist of aerial photography, analytical aerotriangulation, TIN/DTN compilation, stereo mapping compilation and orthophotography. Data may be required in English or Metric System units. Digital data must be fully compatible with the following Rock Island Districts systems: Microsoft NT/Windows 2000 based MicroStation (version 8X or higher) or ESRI ArcInfo (version 8.1 or higher) or ArcView (version 3.2A or higher) as required. SELECTION CRITERIA: The selection criteria are listed in descending order of importance (first by major criterion and then by sub-criterion). Criteria A through D are primary. Criteria E and F are secondary and will only be used as a tie-breaker, if nece ssary, in ranking the most highly-qualified firms. A. Specialized Experience and Technical Competence: (1) experience in photogrammetric production; (2) photogrammetric equipment including the owning or leasing of airworthy aircraft, currently certified pr ecision aerial mapping cameras, photographic lab for reproducing aerial photographic and mapping products, hardware and software to perform fully analytical aerotriangulation, analytical stereoplotter instrumentation interfaced for digital data collection of planimetric and topographic features, DTM, DEM data collection and manipulation of terrain data, digital data editing facilities, ability to provide orthophoto products (hardcopy and digital), and airborne GPS capabilities for aircraft navigation and ph oto control; (3) technical production expertise consistent with utilization of Photogrammetric equipment; (4) capability to collect and deliver digital data (2D and 3D) properly formatted on appropriate media; (5) ability to acquire and utilize remotely-se nsed data to incorporate into existing mapping databases and/or generate thematic maps; (6) facilities and capability to gather historical photos from hardcopy and/or digital sources and perform photo image interpretation to detect landuse and change analy sis utilizing digital softcopy techniques and/or manually by hardcopy; (7) contractor facilities must have capability to deliver digital data on CD-ROM optical rewritable media. Digital data must be readable and fully operational with AutoCAD, ESRI ARCInfo ( GIS), ERDAS, MIPS, GRASS, and Intergraph MicroStation system formats . B. Capacity to Accomplish Work: (1) capacity of the firm to furnish equipment and personnel to accomplish the work as required to maintain delivery of a quality product on a timely schedule; (2) ability to provide necessary survey equipment (GPS and conv entional) and personnel to accomplish airborne global positioning system (ABGPS) controlled photogrammetry on a timely schedule. C. Professional Qualifications: The evaluation is to consider education, training, registration, overall, and relevant experien ce, longevity with the firm, and personnel strength. D. Past Performance: Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. E. Volume of DOD Contract Awards: Volume of DOD contracts awarded within the last 12 months. SUBMITTAL REQUIREMENTS: Qualified firms desiring consideration shall submit 4 copies of the SF 330, including organizational chart of key personnel to be assigned to this project. Submittals are to be sent to this office by Close of Business 22 February 20 05. The dollar value of all work for DOD and Corps of Engineers for the past year must be clearly stated. Responding firms are required to clearly identify tasks to perform in-house and those to be subcontracted. Firms must submit the names and supporting qualification data of all subcontractors. Firms that do not comply with requirements will be considered non-responsive. No other general notification to firms under consideration for this project will be made and no further action is required. This procur ement is 100% set aside for Small Business concerns. The NAICS Code is 541370. No additional project information will be given to A/E firms. Phone calls are discouraged unless absolutely necessary. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov/ or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423.
 
Place of Performance
Address: US Army Engineer District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, M Cramblett Rock Island IL
Zip Code: 61204-2004
Country: US
 
Record
SN00736955-W 20050121/050119211926 (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.