Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2010 FBO #3148
MODIFICATION

T -- Amendment to LiDAR Acquisition for Nothern Walker Lane, CA and NV

Notice Date
7/6/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
U S GEOLOGICAL SURVEY, APS PO BOX 25046 MS204ADENVER FEDERAL CENTER DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
10CRQQ0361
 
Response Due
7/8/2010
 
Archive Date
7/6/2011
 
Point of Contact
MELISSA HUTCHISON CONTRACT SPECIALIST 3032369319 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
Amendment is to correct ?'s in original announcement. The U.S. Geological Survey, Geologic Hazards Team, Golden, CO has a requirement for high-resolution, research grade LiDAR data and derivative bare-earch ground models in Northern Walker Lane, CA and NV, for an area of approximately 170 sq km. This LiDAR will be used to support a fault study in the Northern Walker Lane (eastern California and western Nevada, ~50-80 km to the north and west of Reno, NV). The vendor shall acquire LiDAR data that adhere to specifications outlined in the document "A proposed specification for lidar surveys in the Pacific Northwest" (pugetsoundlidar.ess.washington.edu/proposed_PNW_lidar_spec-1.0.pdf).A partial list of requirements for data acquisition includes: 1) Pulse density of equal to or greater than 8 pulses/m2 2) Ground control provided by dual frequency L1-L2 GPS receivers with carrier-phase correction to result in accuracies of 1.5 cm (RMSE) or better 3) Data acquired in late August/early September 2010 4) Absolute lidar measurement accuracy as verified by contracting agency: less than or equal to 20 cm vertical (RMSE) for project as a whole Data delivered by the vendor shall include: 1) Report of Survey 2) Aircraft trajectories (SBET files) [ASCII text or shapefile+.dbf format] 3) All-return point cloud [LAS 1.X and ASCII text, or LAS 2.0 format] 4) Ground (bare-earth) surface model, -m grid [ESRI Grid Format] 5) First return surface model, -m grid [ESRI Grid format] 6) Intensity images, m resolution [GeoTIFF format] 7) Data shall be delivered less than or equal to 45 days following data acquisition on a portable hard drive. The contracting agency shall have unrestricted rights to all delivered reports and data. The contracting agency (USGS) expects to place reports and data in the public domain. Data acquisition and data processing shall be conducted "in house" (not outsourced) to maximize continuity. The North American Industry Classification System (NAICS) for this project is 541370. The services/supplies described herein are Commercial Item. The USGS is in search of small business firms who are able to perform the above mentioned services. Small businesses who feel that they can furnish the required services/supplies, meeting all the technical requirements stated above, are invited to submit in writing an affirmative response to this announcement. An affirmative response would include literature, brochures and such other materials, which correspond to the required services/supplies stated herein. This information will be evaluated and used to determine if competitive opportunities exist. Affirmative response shall be received by this office by close of business July 8, 2010 by 3:00 PM Mountain Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10CRQQ0361/listing.html)
 
Record
SN02197252-W 20100708/100706234759-467011fe9bd5e405b1b192f0d073e594 (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.