Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
SOLICITATION NOTICE

T -- A-E IDIQ for Remote Sensing and Photogrammetry for the U.S. Army Corps of Engineers, Mississippi Valley Division, Jacksonville, Memphis, Mobile, and Galveston Districts

Notice Date
5/24/2017
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New Orleans, Attn: CEMVN-CT, PO Box 60267, New Orleans, Louisiana, 70160-0267, United States
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-17-R-0012
 
Archive Date
7/8/2017
 
Point of Contact
Christopher M. Nuccio, Phone: (504) 862-2704, Veronica F. Garner, Phone: (504) 862-1515
 
E-Mail Address
christopher.m.nuccio@usace.army.mil, veronica.garner@usace.army.mil
(christopher.m.nuccio@usace.army.mil, veronica.garner@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
T - INDEFINITE DELIVERY / INDEFINITE QUANTITY CONTRACT, A-E SERVICES CONTRACT FOR REMOTE SENSING AND PHOTOGRAMMETRY FOR THE U.S. ARMY CORPS OF ENGINEERS, MISSISSIPPI VALLEY DIVISION, JACKSONVILLE, MEMPHIS, MOBILE, AND GALVESTON DISTRICTS General Information Document Type: Pre-Solicitation Notice Solicitation Number: W912P8-17-R-0012 Posted Date: May 24, 2017 Original Response Date: June 23, 2017 Current Response Date: June 23, 2017 Archive Date: July 14, 2017 Classification Code: T008 - Photographic, mapping, printing, and publication Services Contracting Office Address US Army Corps of Engineers, New Orleans District, CEMVN-CT-E, 7400 Leake Avenue, New Orleans, LA 70118-3651 Description 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. A firm will be selected for negotiation based on demonstrated competence and qualifications to accomplish the required work. The services will consist of GIS & geospatial production services, digital aerial photography, digital aerotriangulation, airborne LiDAR, photogrammetric mapping, remote sensing, large and small-scale topographic mapping, river navigational charting, and land use/land cover analysis and mapping. The services will mainly serve the nees the New Orleans District, U.S. Army Corps of Engineers; however, contract capacity may given to the Mississippi Valley Division of the U.S. Army Corps of Engineers, as well as the Jacksonville, Memphis, Mobile, and Galeston Districts on a limited basis. One indefinite delivery indefinite quantity contract will be negotiated and awarded. The contract will have a five-year period of performance. The contract is anticipated to be awarded within six months after the required response date to this solicitation. Contract ceiling will not exceed $6,000,000 or five years in duration, whichever comes first. The minimum guarantee throughout the five-year contract is $5,000.00. ATTENTION: All contractors who submit an offer/bid are required to be registered with the System for Award Management to be eligible for contract award or payment from any DOD activity. Information on registration may be obtained via the internet at https://www.sam.gov Registration requires applicants to have a DUNS number from Dun & Bradstreet. Recommend registering immediately in order to be eligible for timely award. North American Industrial Classification System code is 541370, which has a size standard of $15,000,000 in average annual receipts. This contract is set-aside for Service Disabled, Veteran-Owned small businesses only. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the EP 715-1-7 Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in System for Award Management (SAM). Register via the SAM Internet site at http://www.sam.gov. 2. PROJECT INFORMATION: The work to be performed under this contract are GIS & geospatial production services, digital aerial photography, airborne LiDAR data collection, photogrammetric mapping, remote sensing, large and small-scale topographic mapping, river navigational charting, and land use/land cover analysis and mapping for the U.S. Army Corps of Engineers and its partnering agencies. Services will be performed at such locations as are assigned by the New Orleans District and Mississippi Valley Division. Services are anticipated for areas within the New Orleans District; however, services may be required in the geographic areas of the Mississippi Valley Division of the U.S. Army Corps of Engineers, as well as the Jacksonville, Memphis, Mobile, and Galveston Districts. The solicitation does not supersede contract previously award for similar work by other Corps Districts. An annual cost escalation will be negotiated. 3. SELECTION CRITERIA: The selection criteria are listed below. Criteria a through d are primary. Criteria e and f are secondary and will only be used as "tie-breakers" among firms that are essentially technically equal. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). a. Specialized Experience and Technical Competence: (1) current experience in collection and processing of digital aerial imagery for large & small scale photogrammetric mapping utilizing digital aerial cameras, softcopy aerotriangulation and softcopy feature compilation and extraction; (2) current experience in large and small scale photogrammetric production in support of engineering design, facilities management, regional planning, and real property inventory; (3) capability and experience to perform GIS, cartographic, cartographic digitization/scanning, geospatial production services and inland river charting; (4) current experience in the collection and processing of airborne LiDAR data into various mapping products to include corridor mapping, elevation models, surface models, and contours for large and small scale mapping projects; (5) current experience in digital orthophoto generation for large and small scale mapping projects; (6) ability to integrate digital terrain data from multiple sources into a surface model; (7) ground survey control planning and acquisition for LiDAR and photogrammetric map compilation including conventional (e.g. total stations, EDM systems and levels) measuring systems and Global Positioning Systems; (8) capability to provide GIS mapping products and analysis of GIS data sets; (9) ability to perform GIS boundary mapping from real estate tract maps, deeds, and real property transactional registers (10) facilities and capability to gather historical photos from hardcopy and/or digital sources and perform digital conversion, photo image analysis and interpretation to detect land use and change analysis utilizing digital softcopy techniques; (11) ability to conduct supervised and unsupervised digital classifications from remotely sensed (i.e. hyperspectral and multispectral data sets, high resolution sensor data sets) data and incorporate results into existing geospatial data bases and/or thematic maps; (12) capability and experience in providing photogrammetric, topographic survey, CAD, GIS, and other geospatial data products using USACE standards & specifications and using industry standards; (13) ability to deliver digital data that is readable and fully operational with ArcGIS (current & past versions) and Bentley MicroStation formats; (14) capability and experience in development and use of geodatabases and supporting technology (e.g. Oracle SDE, SQL, Python) b. Professional Qualifications: The firm should have qualified and licensed professional engineers, land surveyors, and other licensed personnel with demonstrated expertise in all aspects of photogrammetry, remote sensing and surveying, a qualified management team, quality control staff and technical staff. The evaluation will consider all education, training, registration, voluntary certifications (e.g., ASPRS Certified Photogrammetrist, GISCI Certified GIS Professional (GISP)), overall and relevant experience, and longevity with the firm. c. Capacity to Accomplish the Work: (1) firms must have the capability to perform approximately $1,200,000 of the required type work in a one-year period. The evaluation of a firms' capability will consider the availability of an adequate number of personnel in key disciplines (management, quality control, and technical); (2) capability of firm to furnish photogrammetric equipment including airworthy aircraft, large and medium format digital cameras for elevation data collection to support production of ASPRS Class 1 standards for 2 foot or better contours, currently certified (last 3 calendar years) precision aerial mapping camera, LiDAR sensors and airborne platforms suitable corridor mapping and higher elevation data collections, hardware and software to perform fully analytical aerotriangulation, softcopy stereoplotter instrumentation for digital data collection of planimetric and topographic features, DTM, DEM data collection and manipulation of terrain data (to include DTED data sets), digital data editing facilities, high resolution scanners for softcopy mapping and orthophoto production, and airborne GPS capabilities for aircraft navigation and photo/sensor control; (3) capacity of firm to perform diverse GIS, cartographic, cartographic digitization/scanning, and geospatial production services beyond those needed to support and process airborne imagery and LiDAR data. (4) ability to provide necessary survey equipment (GPS and conventional) and personnel to accomplish airborne global positioning system controlled photogrammetry missions in a timely schedule; (5) demonstrate project management skills, tools and past experience monitoring multiple task orders simultaneously; (6) demonstrated quality control management plans, procedures, and tools to insure quality photogrammetric mapping products; d. Past Performance: Past performance on Department of Defense and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from ACASS/CPARS/PPIRS data, credible documentation included in the SF 330 and other sources. e. Proximity to New Orleans District Headquarters: The primary purpose of contract is to support New Orleans District's Civil Works projects. Proximity to New Orleans District will be considered. f. Equitable Distribution of DOD Contracts: Evaluation will consider the Volume of DOD, A-E contract awards in the last 12 months. The objective is to achieve an equitable distribution of DOD, A-E contracts among qualified firms, by giving more consideration to firms with lower total volume. 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit a completed SF 330 form via e-mail to Chris Nuccio at christopher.m.nuccio@usace.army.mil no later than 2:00 p.m. local time on Friday, 23 June 2017. Point of Contact -Chris Nuccio, (504) 862-2704 - Email your questions to US Army Engineer District, New Orleans, LA - Civil Works at christopher.m.nuccio@usace.army.mil or veronica.garner@usace.army.mil Include the firm's DUNS number on SF 330, Part I, Block 5 and Part II, Block 4. In SF 330, Part I, Section D, include an organization chart of the key personnel to be assigned to the project. In SF 330, Part I, indicate in Section C-11 or Section H if the prime has worked with the team members in the past five years; provide examples of past joint projects with level of involvement of each firm. In Section H: describe owned or leased equipment that will be used to perform this contract, as well as GIS, CAD, and geospatial technology capabilities; describe the firm's overall Design Quality Management Plan (DQMP) (A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission.). Also include in section H the number and amount of fees awarded on DOD contracts during the twelve months prior to this notice, including change orders and supplemental agreements for the submitting office only. No other notification to firms under consideration for this work will be made. Solicitation packages are not provided. This is not a Request for Proposal (RFP). Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. Place of Performance: N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-17-R-0012/listing.html)
 
Place of Performance
Address: N/A, United States
 
Record
SN04521307-W 20170526/170524235929-1a06a38213fe46092d7b758e0e2a2823 (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.