Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
MODIFICATION

C -- Photogrammetric Mapping, Aerial Photography, Aerotriangulation, Large and Small-Scale Topographic Maps and Landuse/Landcover Analysis and Mapping for the St. Louis District Corps of Engineers

Notice Date
4/6/2006
 
Notice Type
Modification
 
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
W912P9-06-R-0716
 
Response Due
5/8/2006
 
Archive Date
7/7/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This description replaces the previous issued description. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. The firm will be selected for negotiation based on demonstrated competence and qualifications to accomplish the required work. The services will cons ist of Photogrammetric Mapping, Aerial Photography, 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 Mississippi Valley Division boundaries w ill be the primary area for the work. The Government may, upon concurrence of the Contractor, accomplish work in other geographical regions after coordination with other Corps Districts. One contract will be awarded as a small business set-aside. The con tract total capacity will not exceed $500,000.00. The contract will have a base period not to exceed one year, and four option periods not to exceed one year each. The amount of work in each contract period will not exceed $100,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. The resulting task orders will be issued by negotiated firm fixed price task orders not to exceed the contract amount. Each firm responding to this announcement must indicate their size status under the specified NAICS code and state if they are currently certified as a small business firm. The wages and benefits of service employees (see FAR 22.10) performing under this contract m ust 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 site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-(800)-334-3414. II. PROJECT INFORMATION: Work will be for photogrammetric mapping, and aerial photography of sites.III. SELECTION CRITERIA : Critera a through d are primary. Critera e is secondary and will only be used as tie-breakers among firms that are essentially technically equal. The selection criteria are listed below in descending order of importance (first by major criterion and th en by each sub-criterion).a. Specialized Experience and Technical Competence: (1) current experience in conventional large and small scale photogrammetric production in support of (engineering design, facilities management, and regional planning); (2) curr ent experience in collection of aerial imagery for large & small scale photogrammetric mapping utilizing conventional (film based) aerial cameras; (3) current experience in the collection and processing of aerial photography into various mapping products t o include elevation models, surface models, and contours and planimetric feature data for large and small scale mapping projects; (4) Current experience in orthophoto generation for large and small scale mapping projects; (5) ground survey control planning and acquisition for photogrammetric map compilation including conventional (transit, EDM systems and levels) measuring systems and Global Positioning Systems; (6) Capability and experience in providing planimetric and topographic mapping data products in Spatial Data Standards for facilities, infrastructure, and environment (SDSFIE) (formerly called Tri-Service Spatial Data Standards (TSSDS) and Spatial Data Standards (SDS)) and Facility Mangement Standards for facilities, infrastructure, and environment ( FMSFIE) formerly called Tri-Service Facility Management Standards (TSFMS) and Facility Management Standards (FMS)); (8) Contractor facilities must have capability to deliver digital data on CDROM, USB hard drives, DVD disks, and 3.5 inch micro disks. Digit al data must be readable and fully operational with AutoCAD (current version), ArcGIS (curre nt version), ERDAS Imagine, and Microstation J and Microstation version 8 formats. b. Professional Qualifications: The firm should have qualified and licensed professional engineers or land surveyors with demonstrated expertise in all aspects of photogramm etry, 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 respect 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) F irms must have the capability to perform approximately $100,000 of the required type work in a one-year period. The evaluation of a firms capability will consider 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 calendar years) precision aerial mapping camera, photographic lab for reproducing aerial photogr aphic and mapping products, hardware and software to perform fully analytical aerotriangulation, analytical and/or softcopy stereoplotter instrumentation for digital data collection of planimetric and topographic features, DTM, DEM data collection and mani pulation of terrain data (to include DTED data sets), digital data editing facilities, high resolution metric scanners for softcopy mapping and orthophoto production, 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 procedures and tools to insure quality photogrammetric mapping products. e. Equitable Distribution of DOD Contracts: Evaluation will consider the Volume of DOD, A-E contract awards in t he last 12 months. The objective is to achieve an equitable distribution of DOD, A-E contracts 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 dead line is the close of business of the next business day. Include the firm's ACASS number in Block 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 ca pabilities; describe the firms overall Design Quality Management Plan (DQMP) (A project specific 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.); indi cate 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 pac kages 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
SN01022255-W 20060408/060406221009 (fbodaily.com)
 
Source
FedBizOpps 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.