Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 11,2000 PSA#2598

U.S. Geological Survey, Branch Of Acquisition and Federal Assistance, Box 25046, Denver Federal Center, Denver, CO 80225-0046

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACTS FOR PHOTOGRAMMETRIC AND MAPPING SCIENCES SERVICES DUE 061200 POC Lynda Dach, Contracting Officer, (303)236-5900 x-351. CONTRACT INFORMATION: The U.S. Geological Survey (USGS), National Mapping Division (NMD) requires A-E firms for multiple IDIQ contracts to perform professional photogrammetric and mapping sciences services. Each contract will consist of a base 12-month ordering period and four 12-month option periods. The wages and benefits of service employees (See FAR Part 22.10) performing under this contract must be at least equal to the wages determined by the Department of Labor under the Service Contract Act. Contractors will be judged and ranked by virtue of their performance in terms of quality of deliverables, timeliness, and efficiency. After contract minimums are met, these rankings will influence the apportionment of future work. Additionally, if a selected firm collaborates with a Federal, State, or local government agency to develop a project within the scope of this contract, and that government agency negotiates a cooperative agreement with the NMD and requests that NMD apportion the work to that firm,a work order will be placed with that firm, providing: 1) the firm can accomplish the work without adversely impacting the firm's current commitments to this contract; and 2) this process does not circumvent the government agency laws or procurement rules and regulations. These services will be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36.6. This announcement is open to all firms regardless of size, however if 8(a) firm(s) are among the most qualified one 8(a) contract may be awarded. SIC Code: 8711. Small Business Size Standard: $4 million in annual receipts. Large business firms that intend to do any subcontracting shall convey their intent to meet the minimum subcontracting goals on the SF 255, Block 6. Written justification must be provided if the minimum goals cannot be provided. If selected, large business offeror(s) will be required to submit a small/small disadvantaged & women owned small business subcontracting plan in accordance with FAR 52-219.9, FAR, Part 19.7 and DIAR 1419.7 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan: OF THE SUBCONTRACTED WORK, 16.5% TO SMALL BUSINESS: 10% TO SMALL DISADVANTAGED BUSINESS (a composite of small business); 5% TO WOMEN-OWNED BUSINESS (a composite of small business); 1.5% HUBZone small business (a composite of small business). PROJECT INFORMATION: Multiple individual firm-fixed price task orders to be issued under the contracts will be used for the mapping disciplines defined herein and will be specific regarding work category. Overall contract/project supervision and oversight shall be performed by a certified photogrammetrist or registered/licensed professional engineer with demonstrated proficiency in all the services listed in this announcement. Required services include, but are not limited to: photogrammetric mapping and aero triangulation; orthophotography; thematic mapping, e.g., land characterization; analog and digital imagery applications; geographic information systems (GIS); survey and control, including ground-based and airborne Global Positioning System (GPS); photo and image manipulation, analysis, and interpretation; raster and vector map digitizing; data manipulations, e.g., transformations, conversions, generalization, integration and conflation; primary and ancillary data acquisition, e.g., aerial photography, satellite imagery, multi-spectral data, multi-temporal data, and hyper-spectral data; image scanning and processing; metadata production, revision and creation. Work shall be performed within a quality system that complies with ANSI/ISO/ASQC Q9002-1994. Products required as deliverables under task orders shall meet quality standards based upon defined specifications and formal and informal standards. Mapping products may include but are not limited to Digital Line Graphs (DLGs), Digital Elevation Models (DEMs), Digital Orthophoto Quadrangles (DOQs), Digital Raster Graphics (DRGs), aerial photography, graphics, land characterization datasets, standard, non?standard and custom graphic and digital products, and products supporting the Federal Geographic Data Committee (FGDC) standards and Framework concepts. Some tasks may require the use of a classified facility (not mandatory). The contractor(s) shall have capability to submit work via electronic network and on CD-ROM in digital data format(s) to be specified in the task order including but not limited to USGS, e.g. DEM, DLG-O, DRG, DOQ-single file, BIP; ARC/INFO; ERDAS; Microstation; and Spatial Data Transfer Standard (SDTS). Product deliveries shall meet defined schedules. SELECTION CRITERIA: See Note 24 for general selection process The selection criteria are listed in descending order of importance, with factors A and B being equal and factors D and E being equal, and within factor B, subfactors 1, 2, and 3 significantly outweigh subfactors 4 and 5. A. Past performance on prior contracts for the USGS, and other Federal and State agencies, relating to the performance of work on similar projects as described in this announcement. B. Specialized Experience and Technological Competence: (1) Capability of photogrammetric mapping and product generation for new or revised graphic publication stable-base separates and digital products meeting USGS and other specifications. (2) Photogrammetric equipment, including owning or leasing airworthy aircraft with airborne GPS capability for navigation and photo control, currently certified precision aerial mapping camera, photographic lab for producing aerial photographic and mapping products, hardware and software to perform full analytical aerotriangulation, and first-order analytical stereoplotter instrumentation interfaced for digital data collection of planimetric and topographic features, including elevation data. State-of-the-art hardware and software to perform high resolution black & white and color scanning of hardcopy and imagery sources, editing and manipulating digital data, and the ability to provide hardcopy, digital aerial photography, and orthophoto products. "High resolution scanning" means scanning up to 1000 dots-per-inch for hardcopy map separates ranging up to 30 inches by 48 inches in size, and down to 15 micron aperture size for scanning imagery. (3) The capability to acquire remotely sensed data and perform image interpretation and change analysis using digital softcopy techniques, and the ability to assimilate hardcopy map information into existing mapping databases, both for the purposes of generating thematic maps and land characterization products. (4) Equipment and expertise to provide control surveys, both GPS and conventional. (5) Capability to collect and properly format digital data (2D and 3D) on appropriate media. C. Professional Qualifications: Certified photogrammetrist(s), or registered/licensed professional engineer(s) as permanent staff of the prime contractor. The evaluation will consider certifications, education, training, registration, overall and relevant experience, ability to keep pace with evolving technology and product specifications, longevity with the firm, and personnel strength. D. Quality Assurance and Quality Control: Adequacy of in-house quality control procedures to successfully complete all services required by this contract. Demonstrate ability to work within a quality system that complies with ANSI/ISO/ASQC Q9002-1994 provisions. Additionally, the firm shall provide information on quality certification and awards. E. Project Management, Capacity, and Coordination: Availability of, and ability to mobilize additional contractor personnel or consultants to support expansion or project acceleration. Demonstrate project coordination, management skills, and experience in working together as a team, and to maintain delivery of a quality product on a timely schedule. F. Small Business Participation: Extent of participation of SB, SDB, WOSB and HUBZone small businesses in the proposed contract team, measured as a percentage of the total estimated effort and estimated subcontracted amount. SUBMISSION REQUIREMENTS: Firms having capabilities to perform this work and desiring to be considered shall submit four packages, each consisting of one completed SF-255 (11/92 edition) for the project, and one completed SF-254 (11/92 edition) for the prime firm and each subcontractor and consultant, to the above address not later than the close of business June 12, 2000. Only firms that respond to this synopsis by filling a current SF-254 and SF-255 will be considered. No work will be performed under this contract by a subcontractor unless that subcontractor's qualifications have been submitted on a SF 254 in conjunction with this announcement and documented on the SF-255. Include the business size and estimated percentage of involvement of each firm (prime and subs) on the proposed team in SF 255 Block 3b. Submittals from consortiums are permitted, but only one submittal by any one member of that consortium as prime will be considered. In SF-255 Block 10, describe the leased or owned equipment that will be used to perform this contract. Prior to award, the slated firms may be required to demonstrate at their facility the capability to perform the services required by this contract. No Pre-Submittal Conference is planned for this award. Interested parties should fax or email any questions concerning this announcement to Lynda Dach at (303)-236-2710, ldach@usgs.gov. 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. See Note 24. Posted 05/09/00 (W-SN453188). (0130)

Loren Data Corp. http://www.ld.com (SYN# 0019 20000511\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page