Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 7,1998 PSA#2006

U.S. Department of Commerce/National Oceanic and Atmospheric Administration/OFA/AGFS/AMD -- OFA51, 1305 East West Highway -- Station 7604, Silver Spring, Maryland 20910

C -- HYDROGRAPHIC SURVEYING AND RELATED SUPPORT SERVICES SOL 52-DGNC-8-90032 DUE 030298 POC Greg Smith 301-713-0823 x118, or by fax at (301) 713-0806, or through the Internet at "Gregory.N.Smith@NOAA.gov" WEB: click here to view a typical statement of work, http:/chartmaker.ncd.noaa.gov/ocs/text/sow.htm. E-MAIL: click here to contact the Contracts Office, Gregory.N.Smith@NOAA.gov. 1. The Project: NOAA has a requirement for hydrographic surveying services to support nautical charting along the North Carolina, South Carolina, Georgia, and Florida coast, including bays and harbors. One two-year indefinite delivery indefinite quantity contract, at an estimated $2 million per year, is scheduled for award in 1998 with performance of the first work order commencing immediately upon contract award. Work orders under this contract will consist of but are not limited to: 1) the acquisition of shallow water multibeam sounding data; 2) the acquisition of side scan sonar data; 3) the acquisition of vertical beam echosounder data; 4) determining positions and least depths on hazards to navigation; 5) installing water level gauges; 6) acquiring related supporting data (e.g. water level correctors, velocity of sound in the water column, vessel motion correctors, bottom sediment samples, etc.); 7) the processing of the data including applying water level, vessel motion, and velocity of sound correctors to determine the true depths, marking and correlating sonar targets, compiling reports, final smooth sheets, and digital data; and 8) the delivery of the data, reports, and sheets to the Government for archival and application to the nautical charts and associated nautical products. All work shall be performed to NOAA specifications and the data provided in NOAA specified formats. See http:/chartmaker.ncd.noaa.gov/ocs/text/sow.htm for a typical statement of work; the final statement of work will be changed to reflect project requirements. This contract will permit that a Government COTR or observer be present during shipboard operations. If the contractor conducts vessel operations overnight, the contractor will be required to provide meals and accommodations to the Government COTR or observer. 2. Selection Criteria: Firm must provide sufficient surveying vessel(s) and equipment and sufficient technical, supervisory, and administrative personnel to ensure expeditious prosecution of work assignments. To be considered for selection, a firm must demonstrate surveying experience in the types of surveys stated above and have on payroll at least two hydrographers, each with a minimum of three years experience in hydrographic surveying and demonstrated experience in surveying using vertical beam echosounder, shallow water multibeam system, and side scan sonar system and interpreting the data. Firms must show: the availability of a suitable survey vessel(s) that complies with applicable U.S. Coast Guard, EPA, OSHA, and other federal regulations (Most of the survey requirements are within five miles of shore.); data acquisition and processing systems; vertical beam echosounder system(s); shallow water multibeam sonar system(s); side scan sonar system(s) with the capability to record data digitally; GPS surveying equipment for establishing horizontal control; differential GPS equipment for vessel positioning; and equipment for determining velocity of sound in the water column. Firms must show that they have management and quality control plans appropriate for the scope of work. Evaluation factors 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 contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project. Firms may demonstrate their knowledge of the locality through performance on past projects or through other means such as performance in the geographic area by local small business team members. The specific abilities and disciplines required include (but are not limited to): Project Manager, Land and Hydrographic Surveyors, Technical Writer, Draftsperson/CADD Operator, and GIS Specialist (Geographer/Cartographer/Geospatial Data Analyst). Special Qualifications: Expertise with shallow water multibeam surveys systems and side scan sonar. The firms should indicate in Block 10 of their SF255 their experience using a shallow water multibeam system and the QA/QC plan on how the Prime contractor will manage their team to ensure that quality products are delivered to NOAA. For evaluation factor (3) Capacity, a list of key personnel demonstrating their availability for the project considering other commitments and major equipment available for project assignment must be provided along with other pertinent data. The operating specifications of the shallow water multibeam system must be included. The SF254 should reflect the overall firms capacity, whereas the SF255 should reflect only the personnel dedicated to the specific project referenced in the submittal. If subcontractors are to be utilized, an SF254 must be submitted for each subcontractor. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. A quality control plan and an aggressive small business subcontracting plan will be contract requirements. Firms should submit three copies each of SF254 and SF255. The five evaluation factors must be addressed in block 10 of the SF 255. Firms which have not previously applied to NOAA projects are encouraged to respond to this CBD announcement. Firms using consultants should submit copies of the SF254 for their consultants. All responsible sources may submit a response for consideration by NOAA. Facsimile responses are not authorized. Responses (SF254/255's) are due to the following address no later than 4:00 pm eastern standard time, March 2, 1998: U.S. Department of Commerce/NOAA, National Ocean Service (N/CS3x3), Attn: C. Brian Greenawalt, 1315 East-West Hwy., SSMC#3 Station 6730, Silver Spring, Maryland 20910-3282. See Numbered Notes 24 and 26.***** (0005)

Loren Data Corp. http://www.ld.com (SYN# 0017 19980107\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page