Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2005 FBO #1432
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY ENGINEERING SERVICES CONTRACT FOR PHOTOGRAMMETRIC, LAND SURVEYING AND GIS MAPPING SERVICES ON VARIOUS PROJECTS ASSIGNED TO THE TULSA DISTRICT

Notice Date
10/26/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-06-R-1000
 
Response Due
12/8/2005
 
Archive Date
2/6/2006
 
Small Business Set-Aside
N/A
 
Description
One or more indefinite delivery Engineering service contracts will be awarded for Photogrammetric Mapping and related Surveying Services which are generally within, but not limited to, the Tulsa District boundaries. Most of the work will be located within Oklahoma, Kansas, Arkansas, and Texas. This is not a request for proposal and there is no bid package. The total cumulative amount for each of these indefinite delivery engineering services contracts will not exceed $1,000,000 for the one year per iod with the option to extend additional two years for a total cumulative amount of $3,000,000. This procurement is unrestricted. The first contract is anticipated to be awarded in December 2005. The dollar limit per task order is $1,000,000. The minim um award under this contract is $20,000 in the base year or $10,000 in an option year. Work will be issued by negotiated firm-fixed price or labor-hour task orders not to exceed the base contract amount. Contractors will be selected for negotiations based on their qualifications submitted in accordance with this announcement. 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 su bcontracting plan on that part of the work it intends to subcontract. For your information, the subcontracting goals for the Tulsa District are 65% for small business (SB), 10% for small disadvantaged business (SDB), and 5% for woman owned business (WOSB) . 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, as determined relative to the employees office location ( not the location of the work). 2. PROJECT INFORMATION: Work under this contract can include, but not be limited to, any or all of the following: Photogrammetric mapping requirements which consist of aerial photography, analytical aerotriangulation, ster eo mapping compilation, orthophotography, and land use/land cover interpretation; horizontal and vertical control networks for establishing grid coordinate systems; ground control for developing photogrammetric maps; topographic mapping using total station s or GPS; detailed planimetric surveys; profile, cross section and road surveys; and boundary surveys of Government-owned land tracts which may be required to establish or reestablish corners, monuments and boundary lines for the purpose of describing, loc ating fixed improvements or platting or dividing parcels. Geographic Information System (GIS) services required under this contract may include the creation, implementation and management of Personal geodatabases. Firms shall be fully capable of furnishi ng survey data in graphic and ASCII files directly readable to Microstation Version 8(*.dgn), Inroads, Bentley Corporation graphic systems and GIS files into ESRI graphic systems (Arcview and ArcInfo). Firms should be familiar with the US Army Corps of En gineers SDSFIE Spatial Data Standards. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria for this particular project are listed in descending order of importance as follows: a. Professional qualifications of person nel in the following areas: (1) Two or more certified photogrammetrics on staff included in the resumes of key personnel; (2) Documentation of disciplines of experience with the use of CADD and GIS equipment and software; (3) Land boundary surveys require the direct responsible and continuous on the ground supervision by a licensed land surveyor Registered in the state where the work is to be performed. Names and qualifications of the Professionals must be fully documented. Most of the work will be locate d in Arkansas, Kansas, Oklahoma and Texas. b. Past Experience on DoD and other contracts with respect to cost control, quality of work, and compliance with del ivery schedule. c. Specialized experience and technical competence showing the ability to accomplish the following: (1) Obtain precision aerial photography, perform horizontal and vertical surveyors and produce digital photogrammetic maps at various scales ; (2) Create GIS databases and geodatabases, digital raster scan files, *.dgn and *.dwg files and drafting services set to GIS/Spatial Data Standards capable of being loaded directly to the Corps Bentley Corporation, Autocadd computer graphics system and ESRI system for GIS; (3) Technical production expertise consistant with utilization of photogrammetric equipment including the following: owning or leasing airworthy aircraft, currently certified precision aerial mapping camera, photographic lab for rep roducing aerial photographic and mapping products, hardware and software to perform analytical aerotriangulation and DTM contouring with Bentley .TTN files or ASCII.RAN and ASCII.BRK files using Bentley packages to create 2D and 3D files, analytical st ereoplotter instrumentation interfaced for digital data collection of planimetric and topographic features, DEM data collection and manipulation of terrain data, digital data editing facilities, ability to provide orthophoto products (Hardcopy and digital ) and airbourne GPS capabilities for aircraft navigation and photo control. The aerial mapping camera shall have forward motion compensation and GPS capabilities for determining accurate photo centers, based on project control datum, to perform mapping tha t will meet ASPRS standards. The certified precision aerial mapping camera shall have a current camera calibration report by the National Bureau of Standards or an agency making calibration of equal accuracy. (4) Ability to acquire and utilize remotely sensed data to incorporate into existing mapping data bases and/or generate thematic maps. (5) Facilitates and/or has the capability to gather historical photos from hardcopy and/or digital sources and perform photo image interpretation to detect land use and change analysis utilizing digital softcopy techniques and manually via hardcopy. (6) Contractor must have capabilities to deliver digital data on CDROM, DVD-ROM, optical r ewritable disks, 8mm tapes, magnetic 9-track computer tapes, file transfer protocol, and 3.5 disks. Digital data must be readable and fully operational with Integraph and ESRI graphic systems. Own or lease static/kinematic GPS equipment capable of subce ntimeter accuracy, electronic total station with data collector, and CADD/GIS data processing equipment; d. Sufficient capacity to respond quickly, mobilize qualified personnel, and produce quality results under short deadline constraints. e. Volume of DoD contract awards in the past 12 months as described in Note 24. SB and SDB participation. The extent of participation of SB, SDB, historically black colleges and universities (HBCU) and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort regardless of whether the SB, SDB, HBCU, or MI is a prime contractor, subcontractor, or joint venture partner, the greater the participation, the greater the consideration. Location of the firm and knowledge of the area w ith respect to the general geographic location of the Tulsa District. h. In-house capabilities will weigh more heavily than subcontracted work. Responding firms are requested to clearly identify those tasks to be performed in-house and at which office. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submittal requirements. Interested firms having the capabilities and qualifications to perform this work must submit one copy of the SF 330 Part I for the entire team and SF330 Part II for each designated branch office of the prime firm, each joint-venture partner, and each subcontractor shown in Section C of Part I (also see Appendix C of EP 715-1-4 dated 30 Sep 04) to the address no later than 4:30 p.m. on 8 Dec 2005. Regulation requires that the selection board not consider any submittals received after this time and date. Solicitation packages are not provided. The SF 330 should be complete and specifically address the requirements of this announcement. Responding firms must identify all owned or leased equipment including serial numbers, types and capabilities of aircraft, cameras, analytical and softcopy stereo plotters, digital orthophoto equipment, photo lab equipment, appropriate surveying equipment and a complete breakdown of c omputer/CADD support equipment including CADD and GIS graphic equipment, software, translators to provide files for compilation of data, and types of data storage such as high density floppy disk (CD Rom), etc. that will be used to perform this contract in Part I, Section, H of their SF 330. The SF330 should be complete and specifically address the requirements of the announcement. The firm shall present a proposed organization chart and a narrative describing how the organization will function. Those fu nctions to be subcontracted out and to which location shall be clearly identified and at what office (specify the address of the office and key person that is assigned there). In addition, they shall describe the coordination with subcontractors and indic ate the estimated percentage involvement of each firm on the proposed team. Include in your submittal the firms ACASS number in SF 330, Section H. For ACASS information, call 503/808-4590. Address all Selection Criteria in descending order of importan ce, as defined in Section 3 of the this announcement, in SF330, Section H. This is not a request for proposal. Cover letters and extraneous materials are not desired and will not be considered. Personal visits to discuss this contract will not be schedu led. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors qualifications for the contract will be conducted only after the submittal review by the selection board. Interviews will be conducted by telep hone. Questions should be addressed to: Mr. Wyman Walker at (918) 669-7043, U.S. Army Engineer District, Tulsa, 1645 S. 101st East Avenue, Tulsa, Oklahoma 74128-4609.
 
Place of Performance
Address: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
Country: US
 
Record
SN00921301-W 20051028/051026212128 (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.