Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2012 FBO #3878
MODIFICATION

C -- National Photogrammetry Services IDIQ - Statement of Work

Notice Date
7/5/2012
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Forest Service, R-4 Utah Acquisition Support Center, 2222 West 2300 South, Salt Lake City, Utah, 84119, United States
 
ZIP Code
84119
 
Solicitation Number
AG-84JC-S-12-0002
 
Archive Date
9/30/2012
 
Point of Contact
Charlotte Vanderbilt, Phone: 8019753471, Christine M. Hansen, Phone: 801-975-3443
 
E-Mail Address
cvanderbilt@fs.fed.us, chansen01@fs.fed.us
(cvanderbilt@fs.fed.us, chansen01@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work FBO ADVERTISEMENT REQUESTING SF-330s: DESCRIPTION ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEERING QUALIFICATIONS, IS CONTAINED HERE IN. THERE IS NO RFP PACKAGE TO DOWNLOAD. FAR Part 36 COVERING ARCHITECT AND ENGINEERING (A/E) CONTRACTS DICTATES THAT INITIAL EVALUATION AND SELECTION OF OFFERORS BE BASED ON TECHNICAL MERIT ONLY. NO ACTUAL OR ESTIMATED COST VALUES ARE TO BE INCLUDED IN THIS SF-330 PROPOSAL. COST WILL BE REQUESTED OF THE TOP RATED AND SELECTED OFFEROR AFTER THE CONCLUSION OF TECHNICAL MERIT EVALUTION AND SELECTION. DO NOT SUBMIT COST INFORMATION OF ANY KIND AT THIS TIME. CONTRACT INFORMAITON. The Forest Service has a requirement for Photogrammetry Services and anticipates the single award of a Firm Fixed Price Indefinite Delivery - Indefinite Quantity Contract (IDIQ) for a Base plus Four (4) Option Years. PROJECT INFORMAITON. This contract requires professional services to provide Photogrammetric services to the USDA Forest Service (USDA FS). This solicitation is to procure Photogrammetry services for the USDA Forest Service, including the Geospatial Service and Technology Center (GSTC), to provide services to supplement GSTC's photogrammetric needs and to be used in various combinations to produce map and data products for Forest Service administrative needs. The Scope of this contract is to produce any photogrammetric work to include: aerial triangulation (AT), digital ortho quad/quarter quad production, aerial photo/hardcopy scanning, digital orthophoto mosaic production, digital elevation model (DEM) production, and planimetric and topographic map production. Acquisition, or collection, of film-based or digital aerial photography, and LiDAR are not included in this contract scope. Use of such source imagery and data is expected to be used for producing the services and products above, but the collection through aerial flight, or other means, is not in this contract scope. CONTRACT MINIMUM AND MAXIMUM Maximum: $500,000 per year for a total contract ceiling of $2,500,000 Minimum guarantee of $25,000 for the Base year only. SCOPE AND PERFORMANCE REQUIREMENTS See Attached Statement of Work SELECTION CRITERIA Firms responding to this announcement will be evaluated in accordance with the following evaluation criteria listed below in descending order of importance. 1. Past Performance - Firm's performance on prior photogrammetry contracts will be evaluated on past performance with respect to Quality of Work, Customer Satisfaction with process and deliverable product(s), Compliance with Performance Schedules, Cooperation and Responsiveness, and Cost Controls. Demonstrating this should include at a minimum, a list of contacts, points of contact and phone numbers for references and any letters of commendation/appreciation. The contractor's past performance will also be evaluated to assess performance risks associated with the contractor's ability to complete the proposed project The Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http//www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. 2. Project Management Capability - The Firm's project management capability demonstrates project management experience, detailed description of planned approach, procedures, management techniques, and capacity to accomplish the work on time. The firm demonstrates effective project cost control methods, timely invoicing, established chain of command and communication plan, and specialized equipment and processes to be used in the performance of the work. 3. Specialized Experience & Technical Competencies - The firm possesses the specialized experience and technical competencies in the type of work required. The firm's technical approach assures products and/or services meet specifications and requirements, and include description of digital image processing techniques, and specialized equipment and processes to be used in performance of the work. 4. Quality Control - The firm's quality control system has an effective requirements gathering process. It should have a demonstrated review process of deliverables at stated stages of development or production. A review process should include metrics to ensure all contract materials submitted for inspection are in compliance with contract specifications 5. Professional Qualifications - The Firm's work is consistent with requirements in the Statement of Work. Firm has the requisite certifications and licensing to provide the services requested. Firm has relevant photogrammetric experience and can offer the following key personnel with relevant experience in the following five labor categories: a. Project Manager b. Certified Photogrammetrist c. Photogrammetry Technician d. GIS Analyst e. Quality Control Manager 6. Geographic Area of the Project & Knowledge of the Locality - There is no preference for location of firms. All firms shall receive a neutral rating. PRE-PROPOSAL CONFERENCE A pre-proposal conference call will be held on Tues 17 July 2012 from 1:00-2:30 pm MDT. Conference Call Line: 888-858-2144, Passcode 1008279. IF Conference Call Interruption: In the event the conference call line becomes disabled (disruption of service has occurred on rare occasions) email Stu Gregory at sgregory01@fs.fed.us immediately to alert of conference call service interruption (if you get kicked out of the original conference call). Wait a short time (1-2 minutes) and try calling back into the conference line. We will resume the call after a short wait and assuming service becomes available again. If it does not we will reschedule a new call a short time/date later. Live Meeting Link: https://www.livemeeting.com/cc/mmancusa/join?id=4K9GCF&role=attend&pw=Ds7X8K*%5EJ Questions must be submitted via email to Contracting Officer Charlotte Vanderbilt cvanderbilt@fs.fed.us, no later than 4:00 pm MDT Wednesday 11 July 2012. All questions, answers and clarifications will be discussed at pre-proposal conference call and subsequently incorporated into an amendment and posted on FBO. SUBMISSION OF REQUIREMENTS Submit to: Charlotte Vanderbilt, Contracting Officer USFS - GSTC 2222 West 2300 South Salt Lake City, UT 84119 This acquisition is set aside for small business. Please indicate firm's DUN's number on the SF 330, Part 1, Block B. All fonts shall be at least 11 pitch or larger. Pages shall be 8-1/2 by 11 inches. Section E of SF 330: Provide resumes of only the personnel being proposed for this contract and who meet the qualifications described in the Statement of Work's (SOW) labor categories. More than one proposed individual per labor category is allowed but is not required. Associate SOW labor category titles with proposed personnel. Section F example projects should illustrate the proposed team's qualifications for this contract. Limit project examples to no more than eight (8). Limit project examples' descriptions to no more than one and a half pages. Use two pages if necessary focusing on succinctly addressing project details in one and a half pages, or less, if possible. Section H shall not exceed 60/30 single/double sided pages. Consider this a ceiling as it is encouraged that material be covered succinctly in less pages or in other sections. Offerors shall submitfour (4) hardcopy copies of SF 330. Please print on both sides of pages where and if feasible. Interested firms having capabilities to perform this work must submit their completed Part I and II of the SF 330 to the mailing address listed below, no later than 4 pm Mountain Daylight Time on or before 6 August, 2012, set forth herein. Regulation requires that the Selection Board not consider any submittals received after this time and date. Responses submitted by email or facsimile will NOT be accepted. Submittal packages should be marked with the solicitation number, due date, and time. Due to the potential delay in receiving mail, offerors are encouraged to use alternatives to the mail when submitting their proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/84N8/AG-84JC-S-12-0002/listing.html)
 
Place of Performance
Address: At the Contractor's place of business, United States
 
Record
SN02794875-W 20120707/120705235233-d0ed23f3f7ccab833c916b1d218b2523 (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.