Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
SOLICITATION NOTICE

T -- Aerial Orthophotography Photos

Notice Date
9/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541922 — Commercial Photography
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-08-Q-0102
 
Archive Date
10/9/2008
 
Point of Contact
Michael D Haydo,, Phone: 229-257-2074, Peter J. Solberg,, Phone: 2292574708
 
E-Mail Address
michael.haydo@moody.af.mil, peter.solberg@moody.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-08-Q-0102 and is issued as Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-26, Defense Acquisition Circular (DAC) 91-13 correction, DFARS Change Notice (DCN) 20080915, and Air Force Acquisition Circular (AFAC) 2008-0605. This solicitation will be issued unrestricted IAW FAR 19.502-2. The North American Industry Classification System is 541922. This acquisition will be set aside 100% for small business in accordance with FAR 19.502-2(a). The size standard is 500 employees. The BID SCHEDULE shall be for: LINE ITEM 0001 QTY 1 EA: AERIAL ORTHOPHOTO PROJECT: SEE ATTACHED SCOPE OF WORK. WORK WILL BE COMPLETED BETWEEN 1 OCTOBER AND 30 DECEMBER 2008. All items quoted must be the exact items listed OR EQUAL. The contracting officer will determine if the quoted products are suitable substitutions making them qualify as an OR EQUAL product. DELIVERY: Shall be delivered to MOODY AFB GA 31699. FOB POINT: Destination price must include shipping. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the Best Value offer. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr.gov/ or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. The following listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the internet at http://farsite.hill.af.mil/. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)), FAR 52.222-26 Equal Opportunity (E.O. 11246) FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10) FAR 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187) FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, FAR 52.228-5 Insurance-Work on a Government Installation. The following FAR Clauses apply if marked /X/: / X/ FAR 52.214-21, Descriptive Literature, / / FAR 52.219-6, Notice of Total Small Business Set-Aside. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 24 Sept 2008. ALL PROPOSALS SHALL BE MARKED WITH REQUEST FOR QUOTATION, SOLICITATION NUMBER, RECEIPT OF QUOTATION DATE & TIME, AND PROJECT TITLE ON THE OUTSIDE OF THE PROPOSAL ENVELOPE. MULTIPLE AWARDS WILL NOT BE MADE FROM THIS COMBINED SYNOPSIS/SOLICITATION. FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. Contracting Officer: MSgt Michael Haydo. The point of contact for this solicitation is MSgt Haydo, (229) 257- 2074 (phone), (229) 257-3547 (fax), or michael.haydo@moody.af.mil Moody AFB, Georgia 2008 Color Digital Orthophoto Project (1 inch resolution) Scope of Work 1. Aerial Photography, Ground and Airborne GPS Control, and color Digital Orthophotography a. Project area is that as provided by Moody AFB personnel and covers the main portion of the installation only called the Base area. Photography for the Base area is to be collected at 1" pixel resolution and in color. The Contractor will provide aerial photography flight line layout plans to Moody AFB personnel prior to the aerial flights. b. Aerial photography of the project area will be taken in color from an altitude of 1200' above terrain for the photography. Aerial photography flyovers will be initially georeferenced via airborne GPS technology interfaced with the aerial camera. The color photography will be used for the development of color orthophotography for the area identified in 1 (a) above. c. Control Accuracy/Datum: All ground control points will have coordinates and elevations on the Georgia State Plane West horizontal and NAVD 88 vertical datums, as specified. The coordinates will be surveyed to at least second order accuracy Class I (1:50000) and elevations will be surveyed to at least third order, 3 cm equivalent accuracy. All survey measurements will be taken in US survey feet. The Contractor will work with Moody AFB personnel to determine control points needed inside the military installation. d. Color digital orthophotography will be produced for the project area by rectifying the triangulated imagery to the Moody AFB provided 2004 Lidar DEM or the Contractor provided Lidar DEM from Lowndes County. The final color orthophotography will be furnished in uncompressed georeferenced TIFF and compressed SID formats on DVD.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9c01bbb91db557cc423d354491b435bb&tab=core&_cview=1)
 
Place of Performance
Address: MOODY AIR FORCE BASE, MOODY AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN01673560-W 20080919/080917221550-9c01bbb91db557cc423d354491b435bb (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.