Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 18, 2001 PSA #2959
SOLICITATIONS

C -- INDEFINITE DELIVERY A-E CONTRACTS FOR PHOTOGRAMMETRIC MAPPING AND AERIAL PHOTOGRAPHY

Notice Date
October 16, 2001
Contracting Office
US Army Engineer District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
ZIP Code
61204-2004
Solicitation Number
DACW25-N/A
Response Due
December 4, 2001
Point of Contact
A. Conrad Baker, 309-794-5733, FAX 309-794-5172
E-Mail Address
US Army Engineer District, Rock Island (conrad.baker@usace.army.mil)
Description
C INDEFINITE DELIVERY A-E CONTRACTS FOR PHOTOGRAMMETRIC MAPPING AND AERIAL PHOTOGRAPHY. POC Cynthia Pleasant, 309-794-5239 or Conrad Baker, 309-794-5733.I. CONTRACT INFORMATION: Services of qualified A-E firms are sought to provide Aerial Photography, Remote Sensing, Aerotriangulation, Large- and Small Scale Topograp hic Maps, and Landuse/Landcover Mapping for the Rock Island District, U.S. Army Corps of Engineers. Two Indefinite Delivery contracts may be negotiated and awarded. The solicitation does not supersede contracts previously awarded for similar work by othe r Corps Districts. Contract will consist of individually negotiated task orders with an individual or cumulative total not to exceed $500,000 during a oneyear period, with an option to extend for two additional years. Contractor is guaranteed no less tha n $10,000 the first year and $5,000 for each option year, if extended. If concurrent multiple contracts are made, work orders will be allocated based upon the Contracting Officer s determination of the special qualifications of the firm, the nature of the work involved in the delivery order, the immediacy of the work, and availability of the firm. Distribution of the work will be a secondary consideration. None of the projects have been authorized for design and funds are not presently available for any contract (see FAR 52.232-18). The first contract is anticipated to be awarded in February 2002, with the remaining contract to be awarded approximately one (1) year thereafter. An option period may be exercised early when the contract amount for the curr ent year is exhausted. II. PROJECT INFORMATION: Services are to be mapping and aerial photography primarily for civil works projects, but may also include military support projects. While services will primarily be for areas within the geographical boun dary of the Rock Island District (IA, IL, WI, MN, and MO), they may also be required for selected areas throughout the United States. Photogrammetric requirements will consist of aerial photography, analytical aerotriangulation, TIN/DTN compilation, stereo mapping compilation, and orthophotography. III. SELECTION CRITERIA: The selection criteria are listed in descending order of importance (first by major criterion and then by sub-criterion). Criteria A through D are primary. Criteria E and F are secon dary and will only be used as a tie-breaker, if necessary, in ranking the most highly-qualified firms. A. Specialized Experience and Technical Competence: (1) experience in photogrammetric production; (2) photogrammetric equipment including the owning o r leasing of airworthy aircraft, currently certified precision aerial mapping cameras, photographic lab for reproducing aerial photographic and mapping products, hardware and software to perform fully analytical aerotriangulation, analytical stereoplotter instrumentation interfaced for digital data collection of planimetric and topographic features, DTM, DEM data collection and manipulation of terrain data, digital data editing facilities, ability to provide orthophoto products (hardcopy and digital), and a irborne GPS capabilities for aircraft navigation and photo control; (3) technical production expertise consistent with utilization of Photogrammetric equipment; (4) capability to collect and deliver digital data (2D and 3D) properly formatted on appropriat e media; (5) ability to acquire and utilize remotely-sensed data to incorporate into existing mapping databases and/or generate thematic maps; (6) facilities and capability to gather historical photos from hardcopy and/or digital sources and perform photo image interpretation to detect landuse and change analysis utilizing digital softcopy techniques and/or manually by hardcopy; (7) contractor facilities must have capability to deliver digital data on CD-ROM optical rewritable disks, and 3.5 (1 MB) micro d isks (floppies). Digital data must be readable and fully operational with AutoCAD, ARCInfo ( GIS), ERDAS, MIPS, GRASS, and Intergraph system formats. B. Capacity to Accomplish Work: (1) capacity of the firm to furnish equipment and personnel to accomplish the work as required to maintain delivery of a quality product on a timely schedule; (2) ability to provide necessary survey equipment (GPS and conventional) and personnel to accomplish airborne global positioning system (ABGPS) controlled photogrammetry on a timely schedule. C. Professional Qualifications: The evaluation is to consider edu cation, training, registration, overall, and relevant experience, longevity with the firm, and personnel strength. D. Past Performance: Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with perfor mance schedules. E. Volume of DOD Contract Awards: Volume of DOD contracts awarded within the last 12 months. IV. SUBMISSION REQUIREMENTS: Qualified firms desiring consideration shall submit four (4) copies of the SF 255(11-92 Edition), including org anizational chart of key personnel to be assigned to this project, a current SF 254 (11-92 Edition),and any subcontractor s 254 to this office, within 30 calendar days from this announcement. The firm s ACASS No. is to be shown on the SF 255, Block 22b. (Call ACASS Center 503-808-4591 for the number.) The dollar value of all work for DOD and Corps of Engineers for the past year must be clearly stated in Block 9 of SF 255. Responding firms are required to clearly identify tasks to be performed in-house a nd those to be subcontracted. Firms must submit the names and supporting qualifications data of all subcontractors. Firms which do not comply with the requirements will be considered non-responsive. No other general notification to firms under considera tion for this contract will be made and no further action is required. The proposed contract is 100% set aside for small business concerns. This NAICS code is 541370, size standard is $4.0 million. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. Personal visits for this solicitation will not be scheduled. To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via th e CCR internet site at http://www.ccr.gov or by contacting the CCR Assistance Center at (888) 227-2423.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011018/CSOL001.HTM (D-289 SN5107S0)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on October 16, 2001 by Loren Data Corp. -- info@ld.com