SOURCES SOUGHT
C -- Shoreline Mapping under the NOAA Coastal Mapping Program - Statement of Work
- Notice Date
- 3/19/2018
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Norfolk, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
- ZIP Code
- 23510
- Solicitation Number
- NCNL3000-18-00606
- Archive Date
- 5/3/2018
- Point of Contact
- Jessica Doten, Phone: 757-605-7409, Tiffany Squyres, Phone: 757-605-7405
- E-Mail Address
-
Jessica.Doten@noaa.gov, tiffany.squyres@noaa.gov
(Jessica.Doten@noaa.gov, tiffany.squyres@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- Shoreline Mapping Statement of Work This Sources Sought Notice is not a Request for Proposal and does not constitute a commitment by the Government. The Government is currently conducting market research in accordance Federal Acquisition Regulation (FAR) Part 10, to identify potential sources to fulfill the requirement and gather information on current capabilities of businesses within the market. All information submitted in response to the Sources Sought Notice is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Proprietary information submitted should be marked appropriately. All submitted information shall remain with the U.S. Government and will not be returned. 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 potential offeror should demonstrate that they have the capability to meet the following NOAA program requirements: 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/Federal Aviation Administration (FAA) controlled airports, and/or other assigned areas; 2. Preparing photographic digital file indexes; 3. Acquiring other tide coordinated, kinematic GPS positioned remoted sensed data along flight lines over coastline, coastal ports, airports, and/or other assigned areas (including Light Detection and Ranging (LIDAR), Interferometric Synthetic Aperture Radar (IFSAR), hyperspectral, gravity, etc.); 4. Conducting ground surveys; 5. Collecting airborne GPS data; 6. Collecting airborne inertial data; 7. Monitoring tide/water level data from NOAA, 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 Aero Triangulation (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 (DEMs); 17. Creating attributed digital shoreline files, including Aids to Navigation (ATN) and landmarks; 18. Annotating nautical charts; 19. Creating quality control plans; 20. Verify accuracy of all contracted aerial imagery acquisitions via Electronic Exposure Data Version 2 (EED2) File Checking Software; and, 21. Preparing reports, including email status reports, flight reports, aero triangulation reports, ground control reports, and project completion reports, as well as interim and final shapefile preparation and chart evaluation files. Hydrographic tasks will not be required. Interested firms are encouraged to review the information in the attached Statement of Work (SOW). Evaluation criteria, in order of importance, are: 1. Professional qualifications necessary for satisfactory performance of required services 2. Specialized experience and technical competence in the type of work required 3. Capacity to accomplish the work in the required time (personnel and equipment) 4. Past performance on contacts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules within the last six (6) years 5. Location and knowledge showing capability to work in diverse types of localities in the U.S. 6. Proposed plans to provide meaningful subcontracting opportunities on this project to small, small-disadvantaged, and/or women-owned small business concerns. Evaluation criteria 6. Will not apply to small business firms because subcontracting plans are not required from those concerns pursuant to FAR 19.702(b). Interested firms must demonstrate the following: 1. 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. 2. Surveying experience in the type of surveys stated above 3. Have on payroll, personnel with at least three (3) years of experience in the technology to be used on this contract (including both data collection and data processing) 4. Availability of suitable survey platform(s) that comply with the applicable requirements found in the following web sites: - Federal Aviation Administration (FAA) https://www.faa.gov/regulations_policies/, - U.S. Coast Guard (USCG) http://www.navcen.uscg.gov/, - Environmental Protection Agency (EPA) http://www/epa.gov/lawsregs/, - Occupational Safety & Health Administration (OSHA) http://www.osha.gov/, - National Park Service (NPS) https://www.nps.gov/aboutus/lawsandpolicies.htm, - Homeland Security, https://www.dhs.gov/, and - Surface Transportation Board, https://www.stb/gov/index.html 5. Availability of: data acquisition and processing systems including, but not limited to: metric aerial camera(s), (digital and film); LIDAR; IFSAR; hyperspectral scanner; gravimeters; aircraft; geodetic surveying equipment; airborne kinematic GPS equipment for aircraft positioning; softcopy photogrammetric hardware and software for compilation; and tide gauges. The NAICs code is 541370. The Size Standard (average annual receipts) amount is $15 million. 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 and CAGE code; 2. Your firm's Small Business Administration (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. Capability of fulfilling the end-to-end requirement as described herein is necessary. Should a firm not have full capability in house they must demonstrate teaming arrangements to be considered fully capable. Information must be received by the Contract Specialist, Jessica L. Doten, at jessica.doten@noaa.gov by 4:00 pm EST on April 18, 2018. Any questions or responses regarding this notice must be submitted in writing via email to the above email address. No telephone requests will be honored. Firms that are interested in subcontracting 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/EASC/NCNL3000-18-00606/listing.html)
- Record
- SN04859215-W 20180321/180319231244-c2c663b45e67940dfb9e70b35375ecf0 (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 |