Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 17,2000 PSA#2602

U.S. Army Engineer District, Detroit, 477 Michigan Ave, Detroit, MI 48226

T -- PHOTOGRAPHIC MAPPING AND GEOGRAPHIC INFORMATION SYSTEM SERVICES POC Bill Bruss (313) 226-3648 1. CONTRACT INFORMATION: Services of qualified A-E firms, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are sought to provide Photogrammetric Mapping, Remote Sensing, and GIS services for the Great Lakes and Ohio River Division, U.S. Army Corps of Engineers (USACE). Two indefinite delivery contracts will be negotiated and awarded to two separate firms. The solicitation does not supersede contracts previously awarded for similar work by other Corps Districts. Each contract will have a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period will not exceed $750,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm fixed price task orders not to exceed the annual contract amount. Criteria to be used in allocating task orders will consider performance and quality of deliverables under the current contract, current capacity to accomplish the task order in the required time, uniquely specialized experience, equitable distribution of work among the contractors, and other relevant factors. The first contract will be awarded within 6 months after the CBD release and the second contract will be awarded approximately 6 months thereafter. The announcement is open to all businesses regardless of size. If a large business is selected for these contracts, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The sub-contracting goals for each contract are that a minimum of 25% of the Contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB), 5% be placed with SBD, 5% with woman-owned small business (WOSB) and 1% with HUB Zone small businesses. The plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: Services required include: (a) aerial and satellite data collection, (conventional and digital photography and other remote sensing systems, including multispectral scanners, laser profilometers, etc.); (b) surveys including conventional and Global Positioning System (GPS) ground control, airborne GPS, and quality control field studies; (c) photogrammetric mapping, including aerotriangulation, digital orthophotography production, stereo compilation, planimetric and topographic mapping, image registration, image enhancement and classification, and interpretation services (both aerial photography and remote sensing for land use/cover and wetland compilations); (d) GIS development, database design, attribution, population, encoding, (scanning, and digitizing), and analytic modeling; (e) product output, including generation of hard copy (photos, plots,reports, etc.) and digital files in specified formats including USGS specifications for Digital Elevation Models (DEMs), Digital Orthophoto Quadrangles (DOQs) and Digital Line Graphs (DLGs); and, (f) training and technical on-site support at locations determined by the government. Work will performed for the Detroit District, USACE, other Corps offices, and for other federal, state, local, or Native American agencies. The services will be for areas throughout the Great Lakes and Ohio River Division of the USACE 3. SELECTION CRITERIA: See Note 24 for general A/E selection process. Qualifications outlined in the contractor's submittals will be judged against the selection criteria listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e is primary. Criteria f-h is secondary and will only be used as "tie-breakers," if necessary, in ranking the most highly qualified firms. (a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (1) Experience in photogrammetry, remote sensing and GIS, specifically: i) acquiring, processing and delivering aerial photography via conventional film formats and/or digital cameras; ii) acquiring airborne and satellite-based remotely sensed data (i.e., LIDAR, IFSAR, hyperspectral and multispectral data, and thermal sensors); iii) image processing and image interpretation of both airborne and satellite remote sensing; iv) planning, collecting, and processing survey control using conventional systems and GPS; v) map compilation using analytic or softcopy photogrammetric techniques; vi) developing planimetric, topographic, land cover/use themes; vii) processing both bathymetric and topographic elevation data; viii) GIS database design, attribution, population, encoding, and spatial modeling; ix) data translation between GIS formats and coordinate systems; x) production of project metadata; xi) production of USGS DEMs, DOQs, and DLGs. (2) Experience in providing technical training, technical on-site support and implementing quality control procedures. (3) Experience in using specialized equipment including: owned or leased airworthy aircraft; airborne GPS instrumentation; certified precision aerial mapping cameras, scanners, profilers, etc.; photographic laboratory equipment; and, computers dedicated to analytic and/or softcopy photogrammetric mapping, image processing, digital orthophotography production, and digital data editing. (4) Ability to deliver digital data on CDROM, optical rewritable disks, 8mm tapes, and/or 3.5" floppy disks; in 2D and 3D formats; in U.S. Geological Survey DLG format; and in any or all of the following standard industry formats: AutoCAD, Bentley Microstation, Intergraph, ESRI, ERDAS, and Microsoft Office formats. (b) CAPACITY TO ACCOMPLISH THE WORK: Capacity to furnish equipment and personnel to perform approximately $750,000 of the required type of work in a one-year period. The evaluation will consider the extent of: (1) specialized equipment including aircraft, airborne GPS, aerial mapping cameras, scanners, and/or profilers, photographic laboratory equipment, and computers dedicated to analytic and/or softcopy photogrammetric mapping, image processing, digital orthophotography production, and digital data editing; (2) the number of personnel in key disciplines including photogrammetrists, land surveyors, stereoplotter operators, GIS specialists; and, (3) the amount of work that can be accomplished by the prime contractor versus subcontracted to others. (c) PROFESSIONAL QUALIFICATIONS: The evaluation is to consider education, training, registration, certification, and length of work experience for key personnel, including each of the following: (1) Certified Photogrammetrist; (2) Land Surveyor (registered in either Michigan, Wisconsin, Minnesota, or Indiana); (3) Stereoplotter Operator; and, (4) GIS or Mapping Specialist. (d) PAST PERFORMANCE: Past performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules. (e) KNOWLEDGE OF THE LOCALITY: This evaluation is to consider demonstrated expertise in geospatial data collection and analysis within the geography of the Great Lakes basin or the Ohio River basin. (f) SB AND SDB PARTICIPATION: Extent of participation of SB (including WOSB), SDB, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (g) VOLUME OF DOD CONTRACT AWARDS: Volume of DOD contracts awarded in the last 12 months as described in Note 24. (h) GEOGRAPHICAL PROXIMITY: Location of the firm in the general geographical area of the Detroit District. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition), and two copies of SF 254 (11/92 edition) for the prime firm and all subcontractors, to the above address not later than the close of business on the 30th day after the publish date. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call (503) 326-3459. In SF 255, Block 10, describe owned or leased equipment that will be used to perform this contract, as well as all related capabilities to meet the project requirements as outlined above. Solicitation packages are not provided. This is not a request for proposal. Posted 05/15/00 (W-SN454886). (0136)

Loren Data Corp. http://www.ld.com (SYN# 0089 20000517\T-0002.SOL)


T - Photographic, Mapping, Printing and Publication Services Index Page