SOURCES SOUGHT
T -- Digital Orthophotography of Randolph AFB TX - Draft Statement of Work
- Notice Date
- 4/15/2009
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525
- ZIP Code
- 78150-4525
- Solicitation Number
- F3P3A58351_Aerial_Photography
- Archive Date
- 5/2/2009
- Point of Contact
- Charles K. Blakeslee, Phone: 210-652-8425
- E-Mail Address
-
charles.blakeslee@randolph.af.mil
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work AERIAL PHOTOGRAPHY AND DIGITAL ORTHOPHOTOGRAPHY OF RANDOLPH AFB, TX Document Type: Sources Sought Synopsis CONTRACTING OFFICE ADDRESS. Department of the Air Force, Air Education and Training Command, 12th Contracting Squadron, 395 B Street West, Suite 2, Randolph AFB, TX 78150-4525 REQUIREMENT. The Air Force is conducting market research to determine if a small business exists which is capable and willing to provide photogrammetric data, in accordance with Spatial Data Standards (SDS), to serve as the foundation for a geo-referenced Base Common Operating Picture (BCOP) within the time frame required by this announcement. Description. The primary objective of this effort is to create photogrammetric data, in accordance with Spatial Data Standards (SDS), to serve as the foundation for a geo-referenced Base Common Operating Picture (BCOP). Deliverables include: Work Plan and Schedule; Preliminary/Final Aerial Photography Flight Line Plan and Aerial Photography Mission Report; Aerial Photography Contact Prints, Film Negatives and Diapositives; Flight Line Index Map; Digital Orthophotos and Digital Orthophotos Metadata Record (CDRL) and Raster Images. Work under this order will be performed at Randolph AFB, TX. All labor, materials, and equipment necessary to complete the tasks in the scope of work will be at the cost of the contractor. The estimated Period of Performance: Performance must be started no later than 30 Apr 2009 to facilitate photogrammetric data with the least amount of shadows as possible. All flying must be performed on weekends. The Statement of Work for this requirement is attached. Small Business (SB) Set-Aside. The Government reserves the right to decide whether or not a SB set-aside is appropriate based on responses to this notice and other market research. In addition, to the responses required above and in order for the Government to make a determination on the appropriate SB set-aside, SB concerns shall provide sufficient written information supporting their capability to perform. This information should, as a minimum, include (a) company name, address, point of contact and their telephone number and e-mail address; (b) your business size (average number of employees and/or average annual receipts); (c) the NAICS code(s) your company usually performs under government contracts (if applicable) ; (d) small business status (8(a), HUB Zone, veteran-owned, service-disabled veteran-owned, women-owned, etc.) (e) comments indicating whether or not you would be likely to submit a proposal if a formal solicitation is forthcoming; Internet and e-mail capabilities are a requirement. The planned NAICS (North American Industry Classification System) code is 541370 with a business size of $4.5M. No solicitation for this requirement exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The page limit for the capability statements and responses to above is 20 pages. Provide all required information in response to this sources-sought synopsis via e-mail not later than 3:00 pm CST 17 APR 09. The proposed contract type is Firm Fixed Price. The Service Contract Act applies. Additional Information: This synopsis is not to be construed as a commitment by the Government. The Government will not pay for information solicited or received. No basis for claim against the Government shall arise as a result from a response to this synopsis or Government use of any information provided. The Government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriate for this procurement. To be eligible for any future contract for the described services, it is mandatory that prospective offerors be registered in the Department of Defense Central Contractor Registration (CCR). Point(s) of Contact: Mr. Charles Blakeslee, Contract Specialist, Phone 210-652-5176, e-mail: Charles.blakeslee@randolph.af.mil Ms Rhonda Chavez, Phone 210-652-5176, e-mail: rhonda.chavez@randolph.af.mil Future information on this acquisition (SB set-aside determination, draft Performance Work Statement, will be posted on FedBizOpps, http://www.fedbizopps.gov It is the responsibility of the prospective offeror to check this site regularly for any changes.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=344f53ab2dc0ad61191b04db93a62dfb&tab=core&_cview=1)
- Place of Performance
- Address: 395 B Street West, Suite 2, Randolph AFB, TX 78150-4525, Randolph AFB, Texas, 78150, United States
- Zip Code: 78150
- Zip Code: 78150
- Record
- SN01794104-W 20090417/090415224922-344f53ab2dc0ad61191b04db93a62dfb (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 |