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