Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 23, 2001 PSA #2857
SOLICITATIONS

C -- HEIGHT MODERNIZATION SURVEYS

Notice Date
May 21, 2001
Contracting Office
U.S. Department of Commerce/National Oceanic and Atmospheric Administration/OFA/AGFS/AMD -- OFA51, 1305 East West Highway -- Station 7604, Silver Spring, Maryland 20910
ZIP Code
20910
Solicitation Number
50-DGNC-1-90026
Response Due
June 26, 2000
Point of Contact
Contract Specialist -- Jean E. Greene, Contracting Officer -- John O. Thompson
Description
A. DESCRIPTION -- The National Oceanic and Atmospheric Administration, (NOAA) National Geodetic Survey (DGS) will acquire services for Height Modernization surveys in accordance with the Brook's Architect and Engineering Act and the Federal Acquisition FAR Part 36. Height Modernization is a series of activities designed to advance and promote the determination of elevation using the Global Positioning System (GPS). A contract estimated in the amount of $6 million dollars is scheduled to be awarded in Fiscal Year (FY) 2001. The contract is for a one-year base period with two one-year renewal option periods. The National Geodetic Survey cannot guarantee the total amount of work to be assigned under this proposed contract. The amount of work will vary according to NGS needs and available funding. The Contractor selected will be required to perform services in all states of the United States at locations as may be assigned. Work assignments under the contract may consist of but are not limited to: (1) reconnaissance and mark recovery; (2) mark setting; (3) writing digital recovery notes and mark descriptions; (4) visibility diagrams; (5) planning GPS surveys; (6) making GPS observations; (7) vector processing; (8) GPS adjustments; (9) project sketches; (10) quality control plan; (11) reports including: e-mail status reports, reconnaissance report, observation plan, and project completion report. control report. All work shall be performed to NOAA specifications, and the data provided in NOAA specified formats. The Statement of Work will contain detailed requirements and project area information. Each assignment will typically be for survey project composed of approximately 25 to 40 survey marks. The contract will permit a Government Contracting Officer's Technical Representative or observer to be present during all phases of field and office operations. Potential contractors are encouraged to review these internet sites: for additional information before responding to this announcement. http://.ngs.noaa.gov/Contracting Opportunities/Contractedprojects.shtml http://www.ngs.noaa.gov/Slides/HTML Ht Mod/ sld001.html http://ngs.noaa.gov/PUBS LIB/NGS-58.html B. SELCETION CRITERIA: The firm must provide sufficient GPS equipment meeting the following : the receiver model must have been evaluated against the Federal Geodetic Control Subcommittee (FGCS) test network, must be a state-of-the art dual-frequency receiver with high quality C/A code or P code psuedo-ranges, must be capable of measuring full wavelength L2 carrier phase, must function acceptably in an Anti-Spoofing environment, and must have a geodetic antenna model that has been calibrated by NGS. GPS data processing knowledge and experience and sufficient technical, supervisory, administrative, and quality review personnel are required to ensure expeditious accomplishment of work assignments. To be considered for selection, a firm must demonstrate GPS surveying experience in occupying at least four GPS stations for simultaneous observations, with equipment meeting the above specifications. In addition, personnel must have at least three years of experience in static, carrier phase GPS surveying (including both data collection and data processing). The firms must also show the availability of a suitable survey equipment that complies with the following applicable requirements: Environmental Protection Agency (EPA) http://www.epa.gov/epahome/lawreg.htm; Occupational Safety & Health Administration (OSHA) http://www.osha.gov/comp-links.html. The firms must also show the availability of data acquisition and processing systems including, but not limited to geodetic surveying equipment for establishing static GPS horizontal and vertical control. The evaluation criteria are listed in descending order of importance, with #1 and # 2 being equal; #3, #4, and #5 are of equal importance, but lower than #1 and #2; #6 is lower than #3, #4, and #5. The Evaluation criteria are as follows: (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 (management, personnel and equipment);(4)Past performance on contracts with Government agencies and private industry relating to cost control, quality of work, and compliance with performance schedules; (5)Quality Assurance/Quality Control -- Adequacy of in-house QA/QC procedures to deliver very high quality data; (6)Location in the general geographical area of the project and knowledge of the locality of the project; and Specific abilities and disciplines required on this contract include, but are not limited to: Project Manager, Mark Setters, Surveyors, Geodesists, Data Processors and Field Personnel. Firms should indicate in Block 10 of the SF-255 their experience (a) collecting high-accuracy static GPS data, (b) using data processing software with antenna modeling, (c) processing GPS data with National Continuos Operating Reference Station (CORS ) data, (d) using NGS adjustment software, (e) submitting GPS survey data projects following NGS' "Input Formats and Specifications of the National Geodetic Survey Data Base", known as the Blue Book formats; See: (Http://www.ngs.noaa.gov/FGCS/BlueBook). For evaluation factor #3 Capacity, provide a list of key personnel demonstrating their availability based on other commitments; also major equipment available for the project assignment must be provided in report(s), in addition with other pertinent data. C. SUBMISSION: All responsible sources may submit a response for consideration by NOAA. Prime contractors shall respond to this announcement for their teams. Prime contractors shall submit SF-254s for each team member and subcontractor, plus a consolidated SF-255 for the entire team. The SF-254s should reflect the overall capacity of each member of the team, whereas the SF-255 should reflect only those resources available for this effort. Firms should submit three copies each of SF-254 and SF-255. The first five evaluation factors must be addressed in Block 10 of the SF-255. Facsimile responses are not authorized. Responses (SF-254/SF-255s) are due to the following address no later than 4:00 pm Eastern Daylight Saving Time, June 26, 2001. U.S. Department of Commerce, National Oceanic and Atmospheric Administration, Acquisition Management Division, General Contracts Branch, OFA512, 1305 East-West Highway, SSMC4, Station 7604, Silver Spring, Maryland 20910-3281. See Numbered Notes #1, #24 and #26.
Record
Loren Data Corp. 20010523/CSOL001.HTM (W-141 SN50M6F2)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on May 21, 2001 by Loren Data Corp. -- info@ld.com