SOURCES SOUGHT
C -- Shoreline Mapping Services
- Notice Date
- 5/8/2012
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- NCNL3000-12-01992
- Archive Date
- 6/6/2012
- Point of Contact
- Catherine A. Perren,
- E-Mail Address
-
catherine.a.perren@noaa.gov
(catherine.a.perren@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- NOTE: This notice is a re-issue of the Sources Sought Announcement issued by NOAA on September 27, 2011 entitled "Shoreline Mapping Services under the NOAA Coastal Mapping Program." Firms that submitted capability statements under the original announcement are not required to resubmit. This announcement constitutes a Sources Sought/Market Research announcement. The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), National Geodetic Survey (NGS) has a requirement for aerial photography and mapping services to support the Coastal Mapping Program (CMP), the Aeronautical Survey Program (ASP), the Gravity for the Redefinition of the American Vertical Datum (GRAV-D), and for other surveying and mapping projects in the United States, its possessions, and/or nearby areas. The Government is seeking sources with the capabilities to perform services at locations anywhere in the United States, its possessions, and/or other nearby areas. Work assignments may consist of but are not limited to: (1) acquiring, near vertical, metric quality, tide coordinated, kinematic Global Positioning System (GPS) positioned, digital or film, aerial photography exposed along pre-determined flight lines over coastline, coastal ports, commercial/FAA controlled airports, and/or other assigned areas; (2) preparing photographic digital index files; (3) acquiring other tide coordinated, kinematic GPS positioned remotely sensed data along flight lines over coastline, coastal ports, airports, and/or other assigned areas (including LIDAR, IFSAR, hyperspectral, gravity, etc.); (4) conducting ground surveys; (5) collecting airborne GPS and inertial data; (6) conducting airborne gravity and magnetic surveys; (7) monitoring tide/water level data from NOAA, National Ocean Service (NOS) tide/water level gauges; (8) installing tide/water level gauges, including leveling, monitoring, and tidal data processing; (9) recording camera information; (10) performing aerial camera exposure tests over an area similar to the project area, and/or performing calibrations of remote sensing equipment; (11) performing AeroTriangulation (AT); (12) performing photogrammetric mapping; (13) preparing orthophotographs; (14) preparing data for Geographic Information Systems (GIS); (15) digitizing maps, both raster and vector; (16) creating and manipulating digital elevation models (DEM); (17) creating attributed digital shoreline files, including Aids to Navigation (ATN) and landmarks; (18) annotating nautical charts; (19) creating quality control plans; (20) preparing reports, including email status reports, flight reports, aerotriangulation reports, ground control reports, and project completion reports. Interested firms are encouraged to review the information on-line at: http://www.ngs.noaa.gov/ContractingOpportunities/CMPSOWV14.pdf Interested firms must demonstrate sufficient data collection platform(s) and equipment, data processing equipment and sufficient technical, supervisory, administrative, and quality review personnel to ensure expeditious progression of work assignments. Firms must demonstrate surveying experience in the types of surveys stated above, and have on payroll, personnel with at least three years of experience in the technology to be used on this contract (including both data collection and data processing). Firms must show the availability of suitable survey platform(s) that comply with the applicable requirements found in the following web sites: Federal Aviation Administration (FAA) http://www.faa.gov/aircraft/, U.S. Coast Guard (USCG) http://www.navcen.uscg.gov/?pageName=regContent, Environmental Protection Agency (EPA) http://www.epa.gov/lawsregs/, Occupational Safety & Health Administration (OSHA) http://www.osha.gov/, and the NOAA Administrative Order (NAO) for Aircraft Services: http://www.corporateservices.noaa.gov/ames/administrative_orders/chapter_209/209-124.html. Firms must also show the availability of: data acquisition and processing systems including, but not limited to: metric aerial camera(s),(digital and film); LIDAR; IFSAR; hyperspectral scanner; gravimeters and magnetometers; aircraft; geodetic surveying equipment for establishing horizontal control; airborne kinematic GPS equipment for aircraft positioning; softcopy photogrammetric hardware and software for compilation; water level measurement gauges, if required; and tide gauges. The NAICS code is 541370. The Size Standard (average annual receipts) amount is $14.5 million. This is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely the discretion of the Government. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of the submission of contractor's information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Please submit your firm's statement of capabilities, not to exceed ten (10) pages, including: 1) Your firm's DUNS number & CAGE code; 2) Your firm's SBA certified small business concern status. Specifically identify if your firm is HUBZone-certified, Service Disabled Veteran Owned, or SBA 8(a) program certified; 3) A brief description of your firm's recent past experience (within past 3 years) performing services of a similar magnitude; and 4) Identification of components that your firm would likely subcontract out. Any subsequent contract will contain the mandatory FAR clause 52.219-14, Limitations on Subcontracting, which limits subcontracting costs to 50% of the price of the contract. Submissions must be received by the Contract Specialist, Catherine Perren, at catherine.a.perren@noaa.gov by 3:00 pm EST on 22 May 2012. Any questions or responses regarding this notice must be submitted in writing via e-mail to the above e-mail address. No telephone requests will be honored. Firms that are interested in sub-contracting opportunities related to this project should contact potential firms directly with inquiries, not the Contracting Office.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCNL3000-12-01992/listing.html)
- Place of Performance
- Address: various locations, United States
- Record
- SN02741671-W 20120510/120508234741-4a599f539ecfbe303f6b44d78e46fd4b (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 |