SOLICITATION NOTICE
99 -- Aerial Photography within Kachemak Bay, AK Area
- Notice Date
- 5/13/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- NCNS3000-5-00057SLW
- Response Due
- 5/24/2005
- Point of Contact
- Sharon Walker, Contract Specialist, Phone (816)426-7470 , Fax 816) 426-7530,
- E-Mail Address
-
sharon.walker@noaa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Management Division (CRAMD), 601 East 12th Street, Room 1756, Kansas City, Missouri 64106. This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Request for Quote for the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Center for Coastal Fisheries and Habitat Research (CCFHR), in Beaufort, NC for aerial photography over specified areas within the area of Kachemak Bay, Alaska. Services to be completed by June 15, 2006.This constitutes the only Request For Quotation (RFQ), written offers are being requested; and a written solicitation will not be issued. This notice is hereby issued as RFP No.NCNS3000-5-00057SLW. This is a small business set-aside. The NAICS code for this action is 541922. SECTION B - SOLICITATION CLAUSES AND PROVISIONS This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03. The line item(s) will be delivered or picked up in accordance with the specifications listed below. The FAR clauses incorporated into this acquisition, shall be: 52.212-4 Contract Terms and Conditions – Commercial Items (Oct. 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Apr. 2005) (Sections 1, 5, 14, 15, 16, 17, 18, 19, 20, 26, 31, and 34,( c)(1)(2)equivalent to GS-10 wage grade, entitled: Photography in Federal Service, 52.232-17 Interest (Jun. 1996), 52.227-14 Rights In Data- General (JUN 1987), 52.245-2 Government Property (May 2004), 52.245-4 Government Furnished Property (June 2003), The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference and are also located in Section B: 1352.245-70 Government Furnished Property The government will provide the following items of Government property (Digital shape files) to the Contractor for use in there performance of this contract. The property shall be used and maintained by the Contractor in accordance with provisions of the “Government Property” clause included in this contract. 1352.252-70 Regulatory Notice (Mar. 2000), 1352.215-70 Period of Performance (March 2000) The period of performance is from date of award through June 15, 2006. Description Qty Unit Price Amount Aerial photographs of Kachmak Bay, AK 1 job $_________ $_________ SECTION C – STATEMENT OF WORK The government is procuring services for aerial photography over specified areas within the area of Kachemak Bay, Alaska. This imagery will support seagrass mapping in the near-shore areas of the bay. The conditions under which this data is collected must meet specific criteria in order to ensure successful mapping. The contractor shall acquire aerial photos to include all necessary flight lines to cover the areas specified in the digital shapefile provided upon request of the bid documents. Imagery Specification for Metric Quality Aerial Photographs: Film Type – Kodak Aerocolor 2444, Nominal scale – 1:24,000, Overlap – 60% endlap,-30% sidelap, GPS – Differential Global Positioning System and Inertial Measurement System control required, Scanning – Scanned to 1m and converted to digital orthophotos, Spatial Accuracy – The ortho-rectified image frames and mosaics shall have a spatial accuracy of +/-3 meters circular error CE90. That is 90% of measured points in the imagery fall within 3 meters of their actual ground position. The spatial accuracy of all products will be validated by CCFHR. Environmental Condition Requirements: Collecting aerial imagery under the proper environmental conditions is critical to successful benthic mapping. The image acquisition mission shall only take place when the following environmental conditions have been met: Tidal stage-Mission shall coincide with low tides, Season- Imagery shall be acquired only during the period of high seagrass biomass (between June 19 and September 6, 2005), Sun elevation –Sun angel shall be between 20 and 35 degrees. The contractor will be responsible for assuring the imagery is collected during the proper sun angel window, and must also assure that no shadows fall in the intertidal zone, especially on the south side of Kachemak Bay. Winds must be calm to assure that white caps or large wave action does not obscure seagrass. Winds 5 mph or less are preferable but winds from 5 to 10 mph may be acceptable. No clouds or cloud shadows shall obscure the study area. Aerial photography should be conducted when turbidity is low. 1352.228-70 Insurance Coverage (March 2000)The contractor will be required to present evidence to show, as a minimum, the amounts of insurance coverage indicated below: (a)Workers compensation and Employer’s Liability- The Contractor is required to comply with applicable Federal and State workers’ compensation and occupations disease statues. If occupational diseases are not compensable under those statures, they shall be covered under the employer’s liability section of the insurance policy, except when contract operations are so commingled with a Contractor’s commercial operations that would not be practical to require this coverage. Employer’s liability coverage of at least $500,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers’ compensation to be written by private carriers.(b)General Liability- 1)The contractor shall have bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. 2)Property Damage liability insurance shall be required in the amount of $500,000.00.( c) Automobile Liability. The Contractor shall have automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $200,000 per occurrence for property damage.(d) Aircraft Public and Passenger Liability. When aircrafts are used in connection with performing the contract, the Contractor shall have aircraft public and passenger liability insurance $500,000 per occurrence for bodily injury, other than passenger liability, and $200,000 per occurrence for property damage. Coverage for passenger liability bodily injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater 1352.228-72 – Deductibles Under Required Insurance Coverage (March 2000) Whe the Government is . Technical Specification: A complete copy of the technical specifications and statement of work can be found at the Central Region Acquisition Management Division website:; click-acquisitions, click solicitation announcement, click NCNS3000-5-00057SLW. SECTION D – FAR PROVISIONS The FAR provisions, located in Section D, that are hereby incorporated into this acquisition shall be: 52.212-1, Instruction to Offerors – Commercial Items (Jan. 2005), 52.212-2 Evaluation Commercial Items (Jan. 1999) The following will be used to evaluate quotation: 1)Personnel Qualifications: Offeror shall provide resumes and level of experience of key personnel proposed.2)Technical Capability: Provide sufficient information to demonstrate ability to meet Government’s requirement. Address proposed management of program and plans to provide seamless support. 3)Past Performance: Provide list of contacts, including phone numbers, to conduct firm’s past performance in successfully accomplishing activities similar to those in the Statement of Work 4)Price: Price will be evaluated but not scored. The price evaluation will determine whether the proposed costs are realistic, complete and reasonable in relation to the solicitation requirements. The is a best value, competitive requirement. The Government will use the best value trade-off process in determining which bid is in the best interest of the Government. Technical evaluation factors are slightly more important than price. Technical factors are listed in descending order of important. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the proposals in relation to the other factors on which the selection is based. The government reserves the right to make an award to other than the lowest price bid or the bidder with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government, 52.212-3 Offerors Certification and Representations-Commercial Items (Mar 2005). SECTION E – ADDITIONAL INSTRUCTIONS TO OFFEROR The Central Administrative Support Center (CASC), Acquisition Management Division (AMD), requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR) before October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following website: http://www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. The government now requires all contractors submit their Certification and Representation. Certs and Reps should be returned with quotation. Award will not be made to any contractor that is not registered in CCR and the Certs and Reps included. Responses should be faxed to 816-426-7530. Attn: Sharon Walker. Offerors are to return the following: 1) Schedule of Pricing (See Section B) 2) Technical Proposal 3) Proof of Insurance Coverage 4) Certification and Representation 5) Delivery Schedule NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-MAY-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NOAA/CASC/NCNS3000-5-00057SLW/listing.html)
- Record
- SN00815908-F 20050527/050525214804 (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 |