Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19,1996 PSA#1683

U.S. Geological Survey, Branch of Acquisition and Federal Assistance, Building 53, Box 25046, MS204B, Denver Federal Center, Denver, CO 80225

C -- ARCHITECT-ENGINEER SERVICES (NON-CONSTRUCTION) FOR DIGITAL LINE GRAPH REVISIONS POC Lynda Carlson, Contracting Officer, (303) 236-5900 x-351 The U.S. Geological Survey (USGS), National Mapping Division (NMD), requiresprofessional mapping services to provide current Digital Line Graph data from imagery. Workunder this contract includes: 1) Production of Digital Line Graphs (DLG's) to variousprojections, scales, horizontal/vertical datums, coordinate systems, file formats, and contentlevels; 2) capture of new digital map data using current imagery; 3) revision of existing digitalmap data using current imagery; 4) use of a variety of revision sources including imagery,existing digital data files, map source, and documents; 5) integration and conflation of multipledigital data files; 6) use of a variety of types of digital imagery and/or analog imagery; 7) use ofmonoscopic and stereoscopic photogrammetric equipment and methods; 8) photointerpretation ofmap features from imagery; 9) elevation revision of DLG's, Tagged Vector Contours (TVC's)and Digital Elevation Models (DEM's); 10) acquisition of ancillary digital data, imagery, andrelated map information; 11) use of Digital Raster Graphics (DRG's); 12) research, acquisitionand use of boundary and names information; 13) production within a classified facility (notmandatory); 14) use of Internet telecommunications; 15) knowledge of USGS TechnicalStandards, product specifications and related technical instructions; and 16) an extensive qualityassurance program. Overall contractor project supervision and oversight shall be performed by acertified or licensed professional engineer with demonstrated skills in all phases of thisannouncement including photogrammetry, image processing, digital cartography, surveying, andgeodesy. It is the Government's intent to award multiple contracts in an effort to continue todevelop and maintain a competitive commercial resource base. Each indefinite quantity contractwill be for a base year with up to four (4) one-year options. Production capacity - the contractormust be able to produce a minimum of eight 7.5-minute, 24,000-scale, digital limited updaterevisions a month; each revision consisting of all overlays except Boundaries and Public LandSurvey System (PLSS). Delivery orders will be negotiated and awarded based upon eachcontractor's 1) performance on contract delivery orders, and 2) capacity. The Government mayfurnish: 1) Imagery consisting of: Digital Orthophotography Quadrangles (DOQ's), NationalAerial Photography Program (NAPP) photography (film positives & prints), low flying projectphotography, or classified source imagery; 2) Original map source consisting of either: existingDLG files, DRG, other digital vector files such as Arc coverages, a set of film stable bases of theoriginal map separates; 3) Project material consisting of project diagrams, project names,quadrangle or map names, GFM evaluation reports, published topographic maps, flight linediagrams and control diagrams. The Government may also furnish: 1) Boundaries; 2) Names(GNIS names and other applicable names); and 3) PLSS information. The Government mayauthorize the contractor to obtain the necessary imagery. The Government may also authorizethe contractor to research, evaluate, and obtain ancillary digital data to aid in the revisionprocess. In the later stages of the contract the contractor shall research and obtain currentboundary plat/descriptions, and PLSS information for the production of boundary and PLSSthemes. Additionally, in later stages of the contract, the Government may request that thecontractor research and obtain appropriate and current Names information. Governmentstandards and publications are necessary for performing work under this contract. The contractorshall be responsible for obtaining these documents. The National Mapping Program (NMP)Geospatial Data Standards is a suite of technical documentation that describes the standards andthe production processes for the NMP's digital and graphic products. These documents exist inthe form of Standards, User Manuals, Procedure Manuals, and Data User Guides. A list of therequired documents and ordering information can be obtained through the Internet athttp://rmmcweb.cr.usgs.gov/public/contracts. Some of these documents can be accessed directlythrough the Internet at http://www-nmd.usgs.gov/www/html/2nmpgds.html. Hardcopy orderscan be placed at the Earth Science Information Center, U.S. Geological Survey, Box 25046,Bldg. 810, DFC MS 504, Denver, CO 80225-0046, Telephone (303) 202-4200. Refer to theChecklist of the MANUAL OF TECHNICAL INSTRUCTIONS for the status and dates for thelatest version as well as the dates and transmittal numbers for all change pages. The deliverableproduct will consist primarily of a DLG-3 file in Optional distribution format with content levelsconsisting of: 1) Limited Update - usually consisting of the categories: PLSS, Boundaries,Hydrography, Transportation (Roads and Trails; Railroads; Pipelines, Transmission Lines, andMisc. Transportation Features), Hypsography, Manmade Features, Survey Control and Markers,Vegetative Surface Cover, and Non-Vegetation Surface Cover, although all may not necessarilybe revised. The features included are those which can be identified with certainty byphotointerpretation; 2) CORE content - consisting of a sub-set of map features found in limitedupdate - the features included are also those which can be identified with certainty byphotointerpretation; 3) Standard Update - This product will usually consist of revision of all nineoverlays above. Content completeness and attribute correctness are usually verified through fieldidentification or checking. For all content levels the following characteristics must be addressed:1) positional accuracy, 2) line quality, 3) content, 4) attributes, 5) topology, 6) edge align, 7) filestructure, and 8) metadata. The later stages of the contract will require the deliverable to be aDLG-F. The DLG-F conceptual model involves four components; feature, locational attribute,non-locational attribute, and relationship. Additionally, elevation data in the form of DLG's,TVC's and DEM's may be contracted to be revised by the contractor. Quality is a key element ofthis contract. Each delivery order requires the production of a large number of data items withfew if any errors tolerated. Achieving virtually error free production requires a comprehensivequality program that builds quality into the product. Therefore, the contractor shall comply withANSI/ASQC Q-9002-1994 (ISO-9002). These standards can be ordered from the AmericanSociety for Quality Control at 1-800-248-1946. Certification is desirable, but not mandatory.Verification of all deliverable data will be performed for each data category within a quadrangleor data set. These inspections are intended to satisfy compliance with the following: Content(include all applicable current data); Positional Accuracy (absolute and relative placement); LineQuality (proper vertex string shape and density); Vertical Registration between theme categories(relative position and inter-theme alignment); Attribution (codes and values); Format (conform tospecified deliverable structures); Topology (element and vertex relationships); and EdgeAlignment (continuity across data set edges). See the product standards and related technicalinstructions for specific requirements. The deliverable will be completely quality checked usingvisual inspection and software. When the contractor's quality system is determined to be incontrol, sampling will then be used as experience warrants. The government will use and makeavailable public domain quality control software to aid in achieving quality. Government publicdomain software is available to assist in production and quality control. A list of this softwarewith brief descriptions can be accessed through the Internet at http://rmmcweb.cr.usgs.gov/public/contracts. Some revision delivery orders will require the useof imagery classified as SECRET, similar in format to a DOQ. Therefore the use of this imagerywill be limited to contractors that have access to a classified facility and have personnel thatpossess the necessary security clearances. It is desirable that contractors can meet theserequirements, but it is not mandatory. Contractors performing classified operations must be inaccordance with the National Industrial Security Program Operating Manual (NISPOM).Information on NISPOM can be obtained by writing to: Department of Defense, AssistantSecretary of Defense for Command, Control, Communications and Intelligence, ATTN:DASD(I&S)/CI&SP, Room 3E160, 6000 Defense Pentagon, Washington, D.C. 20301-6000.Firms having the capabilities to perform this work and that desire to be considered must submit:(1) a completed Standard Form 254 (11/92 edition), Architect-Engineer and Related ServicesQuestionnaire, (2) a Standard form 255 (11/92 edition) Architect-Engineer and Related ServicesQuestionnaire for Specific Project, and any requested supplemental data to the procurementoffice shown. Only SF-254's and 255's received in this office within 45 calendar days from thedate of the CBD notice will be considered for selection, subject to any limitations indicated withrespect to specialized technical expertise or other requirements. Following an initial evaluationof the qualification and performance data submitted, three or more firms considered to be mosthighly qualified to provide the type of services required will be chosen for negotiation. Selectionof firms for negotiation will be through an order of preference based on demonstratedcompetence and qualifications necessary for the satisfactory performance of the type ofprofessional services required. Significant Evaluation Factors in their relative order ofimportance are: (1) Professional Qualifications -- professional qualifications and composition ofthe proposed team including: proposed skill mix; demonstrated experience of the team as a wholeand the experience of individual team members directly related to: a) USGS graphic maps andtheir specifications; b) DLG's and their specifications including DLG-3 and DLG-F; c) DOQ's; d)DRG's; e) Photointerpretation; f) Photogrammetry; g) Ancillary vector data; h) Maptransformations (including datums, projections, and coordinate systems); I) Technical flexibility(innovation necessary to keep pace with evolving product specifications, sources andtechnology); and j) DEM's. (2) Technological Solutions -- Capabilities of the A&E's workprocedures, equipment and software to effectively provide a technological solution to therequirements of Factor (1). (3) Past Performance on previous contracts -- Relating to theprofessional qualifications in (1) above, the A&E shall provide information on the following: a)Quality of product, b) Compliance with contract requirements, c) Accuracy of reports, d)Technical excellence, e) Timeliness of performance, f) Maintenance of cost controls and costefficiencies, g) Customer satisfaction including the business relationship maintained with thecontracting officer and technical representatives, h) Satisfaction of the actual end users of theproduct, I) Effective contractor recommended solutions, j) Business-like concern forGovernment's interests, k) Prior performance of key personnel selected to manage and work onthe contract, and l) Quality certifications and awards. (4) Specialized Experience --Demonstrated specialized experience in performing, and proposed organizational approach toaccomplishing the major elements of work under the proposed contracts. Address prime,subcontractor and consultant roles in performing each work element (see evaluation factor (1)above for these elements). (5) Proven Ability to Meet Delivery Schedules -- Ability of the firmto accomplish the contemplated work within required time limits; as demonstrated by the impactof this workload on the firm's permanent staff, projected workload during the anticipated serviceperiod, the firm's history of successfully completing projects in compliance with performanceschedules. Provide specific experience and relate time frames to successful accomplishment ofsimilar efforts. On-time deliveries are critical to meet time-critical USGS customerrequirements. (6) Project Management/Coordination -- Availability of additional contractorpersonnel or consultants to support expansion or project acceleration. Demonstrate projectcoordination and management skills and experience in working together as a team. (7) QualityAssurance/Quality Control -- Adequacy of quality assurance and quality control procedures tosuccessfully complete all phases of this project. This will be evaluated using the elements ofISO-9002. (8) Capacity -- Capacity to produce revised Digital Line Graphs and flexibility tomeet increasing demand. This is not a Request for Proposal and there are no solicitationpackages. Only one member of a consortium, the prime, is permitted to submit a proposalrepresenting the consortium. All subcontractors must be identified and have SF-254's and 255'ssubmitted, along with the documents submitted by the prime contractor. Prior to award, theslated firms may be required to demonstrate at their facility the capability to performphotogrammetric operations, create and edit DLG files, and demonstrate quality assurancepractices. A USGS Contracting Pre-Proposal Conference for Digital Revision Services isplanned for 9:00 AM to 5:00 PM, October 3, 1996, Room 2000, Bldg. 810, Denver FederalCenter, Sixth Avenue and Kipling, Denver, Colorado. Enter at Gate One. Interested partiesshould fax their reservations and any questions to Lynda Carlson (303)236-2710. (0261)

Loren Data Corp. http://www.ld.com (SYN# 0012 19960918\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page