SOLICITATION NOTICE
T -- Notice of intent to negotiate on a sole-source basis for the acquisition of existing high-resolution orthoimagery over Los Angeles, CA
- Notice Date
- 7/25/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS 3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 3001 SACRAMENTO CA 95819
- ZIP Code
- 95819
- Solicitation Number
- 06WRSS0019
- Response Due
- 8/4/2006
- Archive Date
- 7/25/2007
- Small Business Set-Aside
- N/A
- Description
- SOLICITATION NO: 06WRSS0019 - REQUEST FOR PROPOSAL DATE: 25 July 2006 CLOSING DATE: 04 August 2006 INTRODUCTION This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a separate written solicitation will not be issued. The Government intends to solicit and negotiate with only one source in accordance with FAR 6.302-1; competitive proposals are not requested. The identified source is the Chief Information Office of Los Angeles County (CIOLAC). Other interested concerns having the ability to furnish these services shall submit a capabilities statement to the Contracting Officer before the closing date of this combined synopsis/solicitation. All submissions will be evaluated to determine if competitive opportunities exist This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11, effective 05 July 2006. This acquisition is not set aside for participation by small business concerns; it is a sole-source as discussed above. SPECIFICATIONS The U.S. Geological Survey National Geospatial Program Office (USGS NGPO) is working with the Chief Information Office of Los Angeles County (CIOLAC), a county government agency, to acquire high-resolution orthorecitified imagery coverage for the approximately 4100 square miles encompassing Los Angeles County. This imagery purchase will meet multiple needs for all levels of government. 1) It will provide the local community with much-needed high-resolution imagery for various planning activities; 2) it will provide a high-resolution image data collection to users of The National Map and be available via download over the World Wide Web; and 3) it fulfills a critical need by Homeland Security Agencies to obtain public-domain imagery in partnership with USGS and local GIS communities. The 2005-06 imagery to be purchased will meet the following specifications: CIOLAC shall ensure use of original natural-color images of sufficient resolution to support production of digital orthorectified images to a ground pixel resolution of 2' and free from clouds and cloud shadows. Digital orthophoto data will be referenced to the North American Datum of 1983 (NAD83) and cast on State Plane zone 5 projection. Vertical datum shall be NAVD 1983. Horizontal positional accuracy for the orthorecitifed product shall be 1" = 100'. The horizontal positional accuracy error not to exceed +/- 2 feet. CIOLAC will provide samples of 2' resolution data to the delivery address below. Digital Orthophotos shall be delivered in uncompressed Arc/Info readable, GEOTIFF computer file format. CIOLAC will ensure delivery of FGDC-compliant .xml-format project-level metadata describing the orthophoto production process. CIOLAC will ensure delivery of an ArcView shapefile showing tiles, naming conventions, and index for corresponding orthoimagery delivery and flight lines. CIOLAC will ensure delivery of products via external hard drive media. USGS to supply external hard drive(s) as needed. All data delivered shall be free from restrictions regarding use and distribution, and shall be free from malicious code. DELIVERY REQUIREMENTS Data shall be delivered FOB Destination to: Lin Neifert MS 509 U.S. Geological Survey, National Geospatial Technical Operations Center Denver Federal Center, Bldg 810 West 6th Ave. & Kipling St. Denver, CO 80225-0046 (303) 202-4564 lineifert@usgs.gov not later than 30 September 2006. The USGS Technical Liaison is: Carol Ostergren USGS Geospatial Liaison for California NSDI Partnership Office, U.S. Geological Survey 3020 State University Drive East, Suite 4003 Sacramento, CA 95819 916-278-9510 916-278-9514 (fax) costergren@usgs.gov SUBMISSION OF PROPOSALS Proposals and/or capabilities statements are due by close of business Friday, 04 August 2006 to the contracting office in Sacramento, CA identified above. Proposals and/or capabilities statements received after this time and date will not be considered. Proposals and/or capabilities statements are preferred by electronic means (email), but will be accepted hard-copy. Facsimile (FAX) and/or oral submissions will not be accepted. METHOD OF EVALUATION As stated above, the Government intends to negotiate on a sole-source basis with CIOLAC IAW FAR 6.302-1. As such, the publication of evaluation factors is not appropriate. Any capabilities statements submitted will be thoroughly evaluated to determine if competitive opportunities exist. SOLICITATION PROVISIONS/CONTRACT CLAUSES Offerors are advised that the following solicitation provisions and contract clauses are applicable to this acquisition. Full text of these provisions/clauses can be obtained at http://acquisition.gov/far/index.html. Offerors are required to complete the provision at 52.212-3 entitled "Offeror Representations and Certifications - Commercial Items" and enclose it with their offers. 52.204-7 Central Contractor Registration (OCT 2003) 52.212-1 Instructions to Offerors - Commercial Items (JAN 2006) 52.212-3 Offeror Representations and Certifications - Commercial Items (MAR 2005) 52.212-4 Contract Terms and Conditions - Commercial Items (SEP 2005) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2006) Within this clause, the following clauses are selected by the Contracting Officer as applicable (will appear as an "X" in the final contract) 52.203-6 52.219-8 52.222-3 52.222-21 52.222-26 52.222-35 52.222-36 52.222-37 52.222-39 52.225-13 52.232-33 52.227-18 Rights in Data - Existing Works (JUN 1987) Additionally, the following applies: 52.000S-1006 Prevention of Malicious Code (MAR 2005) (a) Definitions Malicious code is a computer code developed for the purpose of causing some form of intentional damage to computer systems or networks. Malicious code may be a complete program or code imbedded in software programs that appear to provide useful functions. The term includes computer viruses and other destructive programs, such as "Trojan Horses" and network "worms." (b) The contractor must have in place an anti-virus procedure to ensure that media supplied is uncontaminated by malicious code. (c) The contractor is required to scan all delivered software to insure it is free of malicious code prior to its installation or operation on USGS-owned computers or contractor-owned computers connected to USGS computer systems or networks. Contractors using diagnostics software disks or connecting to a non-USGS computer while performing repairs or upgrades to a USGS computer will scan the serviced computer's drive(s) to insure they are free of malicious code upon completion of the service call, or prior to return of serviced equipment, if servicing is performed off-site. (end of clause) For further information, please contact Jeff Caravelli, Contracting Officer, at (916) 278-9341 or jcaravelli@usgs.gov.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=864061)
- Record
- SN01097573-W 20060727/060725221302 (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 |