Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2005 FBO #1161
SOURCES SOUGHT

C -- Indefinite Delivery A-E Contracts for Photogrammetric Mapping and Aerial Photography, Geospatial Engineering Branch, James A. Lamkins, (314) 331-8368, Contracting Officer, Archie C. Ringgenberg, (314)331-8505

Notice Date
1/28/2005
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Engineer District, St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
W912P9-05-R-0700-0706
 
Response Due
2/28/2005
 
Archive Date
4/29/2005
 
Small Business Set-Aside
Partial Small Business
 
Description
I. CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications to accomplish the requir ed work. The services will consist of Aerial Photography, Remote Sensing, Aerotriangulation, Large and Small-Scale Topographic Maps, and Landuse/Landcover Analysis and Mapping for the St. Louis District, U.S. Army Corps of Engineers. The intent is to sele ct qualified firms, negotiate prices, and award contracts totaling $35,000,000.00. There will be two (2) competitions under this announcement. Competition for Group I firms will be the small business set-aside category. If there are a sufficient number of highly qualified, small business firms, four contracts will be awarded as small business set-asides, $3,500,000 total per contract, each contract will have a base period not to exceed one year, and four option periods not to exceed one year each. The a mount of work in each contract period will not exceed $700,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. If fewer than the required number of small bu siness firms are rated as highly qualified to allow for award of all four contracts, the capacity of the contracts that can be awarded will be increased to a maximum of $5,000,000.00 per contract. Small business firms can compete in both Group I, small bu siness set-aside competition, and Group II, unrestricted competition. Small business firms should specify only Group I, or specify both Group I and Group II. Unless specifically stated, the Government will presume that the small business firms desire to compete only in the small business set-aside competition. In addition to the other information required to be submitted, each firm responding to this announcement must indicate their size status under the specified NAICS code and state if they are current ly certified as a small business firm. Group II competition will be unrestricted and the intent is to award a maximum of seven contracts with a $3,000,000 total capacity, three (3) year period. The solicitation does not supersede contracts previously awa rded for similar work by other Corps Districts. The first contracts from each Group category are scheduled for award in July 2005, with the remaining contracts to be awarded at approximately one-month intervals thereafter. 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. The subcontracting goals for the S t. Louis District for each contract are that (1) a minimum of 57.2% of the Contractor's intended subcontract amount be placed with small businesses (SB), including (2) small disadvantaged businesses (SDB), 8.9%; (3) woman-owned small businesses (WOSB), 8.1 %; (4) HUBZone small business, 3%; (5) service-disabled veteran-owned small business, 4%. The plan is not required with this submittal. The wages and 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, relative to the employees office location. Prior to contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet sit e at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-(800)-334-3414. When contracts are awarded to firms in Group I and Group II, specific efforts will be allocated only within Group I, and specific efforts will be allocated only within Group II. The resulting task orders will be issued by negotiated firm fixed price task orders not to exceed the contract amount. The Con tracting Officer will consider the following factors in deciding which Contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the task order in the required time , uniquely specialized experience, and equitable distribution of work among Contractors. II. PROJECT INFORMATION: Work will be for photogrammetric mapping, remote sensing and aerial photography of sites for the U.S. Army Corps of Engineers and other feder al agencies such as, but not limited to: U.S. Army CE, U.S. Environmental Protection Agency, Department of Defense, Department of the Interior, NOAA, DOT, state and local agencies etc. Services will be for areas within the United States. The potential exi sts that some requested services will include data classified up to SECRET; therefore, prior to award, the Architect-Engineer shall demonstrate the ability to achieve interim SECRET clearance for facilities, equipment, and personnel involved in producing p hotogrammetric products consisting of aerial photography, analytical aerotriangulation, stereomapping compilation, orthophotography, and landuse/landcover interpretation. The Contractor shall further demonstrate capability and capacity of photographic lab oratory reproduction and enlargement equipment (enlargements up to and including 40 x 60) and supporting personnel. III. SELECTION CRITERIA: Criteria a through d are primary. Criteria e and f are secondary and will only be used as tie-breakers among firm s that are essentially technically equal. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). a. Specialized Experience and Technical Competence: (1) current experience in co nventional large and small scale photogrammetric production in support of (engineering design, facilities management, and regional planning); (2) current experience in collection of aerial imagery for large & small scale photogrammetric mapping utilizing d igital aerial cameras (sweep or frame system) softcopy aerotriangulation and softcopy feature compilation; (3) 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; (4) Current experience in orthophoto generation for large and small scale mapping projects; (5) ability to conduct supervised and unsupervised digital classifications from remotely sensed (i.e. Hyperspec tral and multispectral data sets, high resolution sensor data sets) data and incorporate results into existing geospatial data bases and/or thematic maps; (6) ground survey control planning and acquisition for photogrammetric map compilation including conv entional (transit, EDM systems and levels) measuring systems and Global Positioning Systems; (7) Capability and experience in providing geospatial data products in Spatial Data Standards for facilities, infrastructure, and environment (SDSFIE) (formerly ca lled Tri-Service Spatial Data Standards (TSSDS) and Spatial Data Standards (SDS)) and Facility Management Standards for facilities, infrastructure, and environment (FMSFIE) formerly called Tri-Service Facility Management Standards (TSFMS) and Facility Mana gement Standards (FMS); (8) facilities and capability to gather historical photos from hardcopy and/or digital sources and perform photo image analysis and interpretation to detect landuse and change analysis utilizing digital softcopy techniques and manua lly via hardcopy; (9) boundary mapping; (10) Contractor facilities must have capability to deliver digital data on CDROM, USB hard drives, DVD disks, and 3.5 inch micro disks. Digital data must be readable and fully operational with U.S. Geological Survey DLG-3, AutoCAD (current version), ArcGIS (current version), ERDAS Imagine, and Microstation J and Microstation version 8 formats. b. Professional Qualification s: The firm should have qualified and licensed professional engineers or land surveyors with demonstrated expertise in all aspects of photogrammetry and remote sensing, a qualified management team, quality control staff and technical staff. The evaluation will consider education, training, registration, voluntary certifications (e.g., ASPRS Certified Photogrammetrist), overall and relevant experience, and longevity with the firm. c. Past Performance: Past performance on DOD and other contracts with respec t to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. d. Capacity to Accomplish the Work: (1) Group I, Small Business Set-Aside firms must have the capability to perform approximately $ 700,000 of the required type work in a one-year period. Group II, unrestricted competition firms must have the capability to perform approximately $3,000,000 of the required type work in a one-year period. The evaluation of a firms capability will conside r the availability of an adequate number of personnel in key disciplines (management, quality control, and technical); (2) capability of firm to furnish photogrammetric equipment including owned or leased airworthy aircraft, currently certified (last 3 cal endar years) precision aerial mapping camera, photographic lab for reproducing aerial photographic and mapping products, hardware and software to perform fully analytical aerotriangulation, analytical and softcopy stereoplotter instrumentation for digital data collection of planimetric and topographic features, DTM, DEM data collection and manipulation of terrain data (to include DTED data sets), digital data editing facilities, high resolution metric scanners for softcopy mapping and orthophoto production, LIDAR airborne sensor and associated equipment for airborne LIDAR elevation data collection, and airborne GPS capabilities for aircraft navigation and photo control; (3) ability to provide necessary survey equipment (GPS and conventional) and personnel to accomplish airborne global positioning system (ABGPS) controlled photogrammetry in a timely schedule; (4) Demonstrate project management skills, tools and past experience monitoring multiple task orders simultaneously; (5) Demonstrated quality control pro cedures and tools to insure quality photogrammetric mapping products; (6) demonstrate ability to acquire SECRET security clearances for personnel, facilities and equipment involved in the analysis, interpretation, cartographic, digitizing, and photographic reproduction of photogrammetric services required for each project. e. SB and SDB Participation: Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, m easured as a percentage of the estimated effort. f. Equitable Distribution of DOD Contracts: Evaluation will consider the Volume of DOD, A-E contract awards in the last 12 months. The objective is to achieve an equitable distribution of DOD, A-E contract s among qualified firms, including SB and SDB. IV. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit three copies of completed SF 330 to, Attn: Jim Lamkins, CEMVS-ED-S, 1222 Spruce Street, St. Louis, Mo. 63103 -2833 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 of the next business day. Include the firm's ACASS number in B lock 9. For ACASS information, call 503-326-3459. In Section H: describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities; describe the firms overall Design Quality Management Plan (DQMP) (A project spec ific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission.); i ndicate the estimated percentage involvement of each firm on the proposed team; include an organization chart of the key personnel to be assigned to the project. No other notification to firms under consideration for this work will be made. Solicitation packages are not provided. This is not a Request For Proposal (RFP).
 
Place of Performance
Address: US Army Engineer District, St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
Zip Code: 63103-2833
Country: US
 
Record
SN00742131-W 20050130/050128212114 (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.