Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2014 FBO #4778
SOURCES SOUGHT

T -- Sources Sought Notice for Worldwide Operation and Maintenance of Airborne Coastal Mapping and Charting Sensors and Technical Support to the Joint Airborne Lidar Bathymetry Technical Center of Expertise (JALBTCX)

Notice Date
12/22/2014
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-15-R-JALBTCX
 
Response Due
1/9/2015
 
Archive Date
2/20/2015
 
Point of Contact
Helene Mitchell, 2514416531
 
E-Mail Address
USACE District, Mobile
(helene.s.mitchell@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Market Research and Sources Sought Notice for information on the capability and availability of potential contractors interested in proposing on a one-year Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract for Operation and Maintenance of Airborne Coastal Mapping and Charting Sensors and Technical Support to the JALBTCX in Kiln, MS. The places of performance are worldwide (continental United States, Alaska, Hawaii, U.S. territories, and in foreign countries). The anticipated period of performance is Sept 2015 - 2016. The contract requires a contractor to furnish all planning, supervision, labor, equipment, materials, supplies and all other things necessary to perform Operation and Maintenance of airborne coastal mapping and charting sensors, produce standard mapping and charting products from the data collected by these sensors, and provide Technical Support in airborne coastal mapping and charting to the Joint Airborne Lidar Bathymetry Technical Center of Expertise (JALBTCX): 1)World-wide operation and maintenance of government-owned airborne coastal mapping and charting sensors including but not limited to CZMIL, CHARTS, SHOALS, CASI, ALTM, DSS 2)World-wide operational support to include provision of but not limited to field and office personnel, aircraft, sUAS, field processing equipment, and mobilization/demobilization of sensors from field and aircraft 3)Maintenance of training certificates and immunizations for foreign travel 4)Ability to obtain security clearances 5)Maintenance of government-owned sensors to include but not limited to provisioning and installation/integration of spares, upgrades, modifications, new sensors, in-field troubleshooting, service, and calibrations, laboratory routine maintenance and calibrations 6)Ground truth support for airborne operations to include but not limited to provisioning of and processing of data from tide/river/wave gauges, GPS base stations, in situ optical water quality instrumentation, and hand-held spectrographs 7)Management and quality control support for airborne sensors and collected data including but not limited to raw and processed data, derived data products and interpretation, data required for evaluation and validation of sensor survey data, collaboration with sensor manufacturers to develop procedures for surveillance of sensor functional performance, and early detection and correction of sensor and data issues 8)Administration and maintenance of a comprehensive safety plan for the operation, testing, repair, and modification of JALBTCX systems. 9)Technical support and consultation for the improvement and expansion of JALBTCX Operations and Products including but not limited to satellite positioning, real time data collection and software programming, bottom type classification, other physical and environmental measurements, related military and civil applications of data, and large quantity data processing and storage 10)Provide concepts, designs, modifications, or complementary sensors to support JALBTCX mission. 11)Administrative support to JALBTCX to include reports of survey, procurement of services, repair parts, spares, systems, and marketing assistance, demonstrations and promotion of JALBTCX capabilities and products This is a Market Research and Sources Sought Notice only. No award will result from this Sources Sought Notice. There is no solicitation available at this time; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in accordance with the Federal Acquisition Regulation and its supplements. It is the contractor's responsibility to monitor the Government Point of Entry for the release of any solicitation. This Sources Sought Notice is not to be construed as a commitment by the USACE, Mobile District to issue a solicitation or ultimately award a contract. Neither unsolicited proposals nor other kinds of offers will be considered in response to this Sources Sought Notice. This Source Sought Notice does not create an obligation on behalf of the Government to make an award of any contract pursuant to this announcement. The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, HUBZone Certified Small Business Concerns, Section 8(a) contractors, Service-disabled Veteran-owned Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses and Large Business Concerns. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 541370. The small business standard for which is a concern, including its affiliates whose average annual gross revenues does not exceed $15M for the past three years. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. RESPONSE INSTRUCTIONS Responses are requested with the following information: 1. Contractor's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification (to include any designations such as Small Business, HUBZone, Section 8(a) contractor, Service Disabled Veteran owned Small Business, Small Disadvantaged Business, Women Owned Small Business, Large Business Concern, etc.) shall be indicated on first page of submission. 3. Documentation should be submitted with the following considerations: a.Provide Offerors' name, address, points of contact with telephone numbers and e-mail addresses. Provide confirmation of active System for Award Management (SAM) registration. b.Business size/classification to include any designations as Certified Small Business, HUBZone Certified Small Business Concern, Section 8(a) contractor, Service-disabled Veteran-owned Small Business, Small Disadvantaged Business, Women-Owned Small Business and Large Business Concern shall be indicated on first page of submission. c.Submit a statement of your firm's ability to perform Operation and Maintenance and Technical Support services similar to or the same as the requirements and the criteria listed above, including: 1. Experience in performance of similar contract tasks in the last 5 years. 2. Experience and ability to provide contract services that successfully demonstrate contractor's timeliness/effectiveness of contract problem resolution without extensive customer guidance. 3. Experience and ability to incorporate and manage changes of requirements and/or priorities within scope of contract including planning, execution and response to customer changes. 4. Experience and ability to successfully respond to emergency and/or surge situations (including notifying Contracting Officer Representative or Contracting Officer in a timely manner regarding urgent contractual issues). 5. Experience and ability to execute a successful quality control program. 6. Experience and ability to execute a successful safety program to include ability to maintain an environment of safety, adhere to its approved safety plan, and respond and correct safety issues. d.No more than five (5) projects that are at least 50% complete within the past five years that demonstrate their capability to perform the types of work described above for Operation and Maintenance and Technical Support services. Project information is not to exceed 1 page per project and should include title, location, general description of the project, Offeror's role, dollar value of the project, and name of the company, agency or Government entity for which the work was performed with contact information (reference name, phone number and email address). The above requested information shall not exceed a total of ten (10) pages on 8.5 quote mark x 11 quote mark paper, 12 point Times New Roman font, with a minimum of one (1) inch margins all around. Please do not provide standard marketing brochures or catalogs. Responses will be evaluated on the basis of demonstrated functional capability. Responses are due no later than 9 January 2015, 2:00 p.m. CDT. Responses received after this date and time may not be reviewed. Responses shall be submitted via email to Helene Mitchell, Contract Specialist, at helene.s.mitchell@usace.army.mil. In the subject line of your email state: Response to JALBTCX Sources Sought. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-15-R-JALBTCX/listing.html)
 
Place of Performance
Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN03602663-W 20141224/141222234606-7b58856ab149e78815a49e38a88b9f24 (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.