Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2002 FBO #0059
SOURCES SOUGHT

C -- AERIAL PHOTOGRAPHY

Notice Date
1/28/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), AG/Acquisition Management Division, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
52-DGNC-2-90016
 
Response Due
2/11/2002
 
Archive Date
2/26/2002
 
Point of Contact
Donald Moses, Contract Specialist, Phone 301 713-0823, Fax 301 713-0806, - Prattsie Artis, Contract Specialist, Phone (301) 713-0823, Fax (301) 713-0806,
 
E-Mail Address
Donald.Moses@noaa.gov, prattsie.l.artis@noaa.gov
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI). The National Oceanic and Atmospheric Administration, (NOAA) National Geodetic Survey (NGS) plans to acquire services for AERIAL PHOTOGRAPHY in accordance with the Brook's Architect and Engineering Act and the Federal Acquisition Regulation (FAR) Part 36. The National Oceanic and Atmospheric Administration (NOAA), National Geodetic Survey (NGS) has a requirement for aerial photographic services to support the Aeronautical Survey Program and other programs. Four Indefinite Delivery Indefinite Quantity (IDIQ) contracts are anticipated to be awarded in Fiscal Year (FY) 2002, one in each of four regions within the United States and its possessions. The regions are: Northeast U.S., Southeast U.S., Western U.S., and Alaska. The northeast region includes the states of: ME, NH, VT, MA, CT, RI, NY, PA, NJ, DE, MD, VA, WV, OH, IN, IL, MI, WI, MN, IA, and MO. The southeast region includes the states of: NC, SC, GA, FL, AL, MS, TN, KY, AR, LA, TX, OK, PR, and USVI. The western region includes the states of: ND, SD, NE, KS, MT, WY, CO, NM, AZ, UT, ID, WA, OR, NV, CA, HI, and U.S. possessions in the Pacific. This is a request for information only. Interested firms are requested to furnish the following information: 1. Name, location, and business size in accordance the Small Business Administration size standards (See FAR 19.102); 2. A brief statement (1 page or less) of its capability to perform the requirement; 3. Prospective offerors are requested to clearly state which region, or regions, they wish to be considered. Prospective offerors must have sufficient business presence (aircraft, crews, etc.) located within that region to accomplish the task(s). The Government intends to award four separate contracts (one per region) to four separate firms. It is estimated that each resulting contracts shall consist of a one-year base period with an estimated ceiling amount of $250,000 and two one-year renewal option periods. The National Geodetic Survey cannot guarantee the total amount of work to be assigned under a resulting contract. The amount of work will vary according to NGS needs and available funding. The Contractors selected will be required to perform services at locations within the region for which the firm is selected, but may, for efficiency, be required to extend performance into an adjacent region. Work assignments under a resulting contract may consist of but will not be limited to: (1) project planning, including flight line layout; (2) capturing exposed, near-vertical, metric quality, aerial photography exposed along flight lines over airports, coastline, and/or coastal ports (The required flying height will normally be between 12,000 and 25,000 feet) ; (3) preparing digital index files of the photographs; (4) surveying ground control; (5) providing camera information; (6) conducting exposure test(s) over an airport or a section of coastline similar to the project area before the start of photography; (7) preparing a quality control plan; and (8) writing reports including: e-mail status reports, photographic flight reports, ground control report, and project completion report. Occasionally the aerial photography may also require: (9) tide-coordination; (10) kinematic Global Positioning System (GPS) positioning; (11) inertial orientation; and/or (12) an aircraft with dual-cameras. All work must be performed to NOAA specifications, and the data provided in NOAA specified formats. Prospective offerors are encouraged to review these Internet sites to obtain additional information before responding to this request for information.: http://www.ngs.noaa.gov/Contracting_Opportunities/AerialPhoto.htm (primary type of work), http://www.ngs.noaa.gov/Contracting_Opportunities/CoastalMapping.htm (secondary type of work) A resulting contract will permit a Government Contracting Officer's Technical Representative (COTR) or designated observer to be present at the Contractor's facility during operations. The requested information must be submitted by February 11, 2002. Please submit the requested information to the following e-mail address: Donald.Moses@noaa.gov Those without e-mail capability may submit the information to the address identified in this RFI. Additional information, including the scheduled release date of a Request for Proposal (RFP) will be provided when a formal synopsis is released no later than March 2002.
 
Place of Performance
Address: The regions as described above
 
Record
SN20020130/00019226-020128210134 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.