Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2019 SAM #6579
SOURCES SOUGHT

C -- NOS/OCM Geospatial A-E Support Services

Notice Date
12/2/2019 10:30:51 AM
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
DEPT OF COMMERCE NOAA NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
NCNP0000-20-00118
 
Response Due
12/18/2019 8:00:00 AM
 
Archive Date
01/02/2020
 
Point of Contact
Jennifer N Peters, Phone: 7574416475, Stacy Dohse
 
E-Mail Address
jennifer.peters@noaa.gov, Stacy.Dohse@noaa.gov
(jennifer.peters@noaa.gov, Stacy.Dohse@noaa.gov)
 
Description
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), Office for Coastal Management (OCM) has a requirement for geospatial data collection services in support of the coastal resource management community projects throughout the United States, its possessions, and/or nearby areas and territories. Geospatial services are vital in the sustainment and usefulness of the Digital Coast for the coastal community. The services are highly technical in nature and require specialized technical expertise that necessitates seamless, end-to-end capability. To meet such extensive and critical requirements, NOAA requires contractors to demonstrate full capability and capacity to simultaneously accomplish and quickly react to multiple tasks throughout the United States, its possessions, and territories. The data and services acquired through this requirement will provide content to the Digital Coast, a comprehensive information repository for the nation’s coastal management community and provides data, tools, and training used by these communities for coastal management. (http:://coast.noaa.gov/digitalcoast/)The Government is seeking firms that are fully capable and have the capacity to perform geospatial services for various local, state, regional and national coastal resource management needs. Firms must demonstrate end-to-end capability of providing the following listed services: Lidar and imagery data acquisition using multiple platforms including, but not limited to, aerial, satellite, and unmanned vehicles; Thematic mapping (e.g., land use / cover, impervious surfaces, wetland and benthic habitats) including training data/ ancillary data collection and processing, supervised classification (including methods using machine learning and/or deep learning algorithms), quality assurance and editing, and accuracy assessment; High-resolution topographic/bathymetric product generation; Survey and control services, including, but not limited to, the use and installation of in-situ instrumentation, and airborne Global Positioning Systems (GPS) technology; Geospatial Services including geospatial data and map service development, data management, data conversion, data integration, data analysis, data modeling, data visualization, database development, cartographic production, and software application development in support of land use planning; coastal conservation; coastal hazards; marine planning; water quality; and climate change; Geospatial TrainingInterested firms are encouraged to review the information in the attached DRAFT Statement of Work (SOW).Evaluation criteria within the anticipated Request for SF330s, in order of importance, will consist of: Professional qualifications necessary for satisfactory performance of required services. Specialized experience and technical competence in the type of work required. Capacity to accomplish the work in the required time (personnel and equipment). Past performance on contracts with Government agencies, as well as private industry, in terms of cost control, quality of work, and compliance with performance schedules within the last six (6) years. Location and knowledge showing capability to work in diverse types of localities in the U.S. and its territories, displaying on-the-ground experience in the coastal zone areas.In addition to the end-to-end capabilities listed above, interested firms must provide evidence of the following: 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. Surveying experience with in-situ instrumentation, and airborne GPS technology; Availability of suitable survey platform(s), as stated above, that comply with the applicable requirements found in the following web sites:- Federal Aviation Administration (FAA) https://www.faa.gov/regulations_policies/,- International Civilian Aviation Organization (ICAO) https://www.icao.int/about-icao/Pages/default.aspx- 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 Geographic distribution to accomplish multiple tasks throughout the United States, its possessions, and territories; Access to the following, but not limited to: current precision aerial mapping camera, current airborne precision digital sensor systems, control survey equipment (GPS, conventional, and cadastral); hardware and software for data collection of planimetric and topographic features, including elevation data; state-of-the-art hardware and software to edit and manipulate digital data, and the ability to provide digital aerial photography and orthophoto-products, including hardcopies.The North American Industry Classification System (NAICS) code for this requirement is 541370, Surveying and Mapping (Except Geophysical) Services, with a corresponding size standard (average annual receipts) of $15 million.Respondents to this Sources Sought Notice shall submit a statement of capabilities, not to exceed ten (10) pages, encompassing the following information: DUNS number and CAGE code; Small Business Administration (SBA) certified small business concern status. Specifically, identify if your firm is a HUBZone, Service-Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, Women-Owned Small Business or SBA 8(a) program certified; Capability of fulfilling the end-to-end requirement as described herein. Should a firm not have full capability within, they must demonstrate teaming arrangements or subcontractors in order to be considered fully capable. Firm’s primary point of contact information for this requirement (Name, Email, Address and Telephone number) in the event the government requires clarification or supplemental questions regarding the submitted information.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. Interested firms shall submit their statement of capabilities to Jennifer Peters, Contract Specialist, at Jennifer.Peters@noaa.gov no later than 11:00 a.m. ET on Wednesday, December 18, 2019. Any questions or responses regarding this notice must be submitted to Jennifer Peters via the above email address provided. Information received in response to this notice will be considered solely to conduct informed decisions regarding the potential procurement strategy of this requirement. No telephone requests will be honored. Firms that are interested in subcontracting opportunities related to portions of this requirement should contact potential firms directly.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/634386842a7440c1b5d52533a78580d2/view)
 
Place of Performance
Address: 50875, SC 29405, USA
Zip Code: 29405
Country: USA
 
Record
SN05506863-F 20191204/191204045515 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.