Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2002 FBO #0341
SOLICITATION NOTICE

C -- Hydrographic Surveying Services in Support of Nautical Charting Project

Notice Date
11/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
Reference-Number-NC-NJ3000-3-00004
 
Archive Date
12/18/2002
 
Point of Contact
Linda Brainard, Contracting Officer, Phone 301-713-0820, Fax 301-713-0806,
 
E-Mail Address
Linda.D.Brainard@noaa.gov
 
Description
NOTE: REFERENCE NUMBER NC-NJ3000-3-00010 HAS BEEN CANCELLED AND SUPERCEDED BY THIS NOTICE WHICH CHANGES THE REFERENCE NUMBER AND ESTABLISHES A CUT-OFF FOR RECEIPT OF QUESTIONS. ALL QUESTIONS REGARDING THE REQUIREMENTS LISTED BELOW MUST BE RECEIVED BY 4:00 P.M. ON NOVEMBER 22, 2002. 1. The Project: NOAA is acquiring a U.S. purpose-built, U.S. flagged hydrographic vessel via a time-charter through Military Sealift Command. NOAA has a requirement for hydrographic surveying services to support nautical charting efforts aboard this vessel. A single contract will be awarded for one base year plus four option years in FY 2003 with performance commencing in late winter/early spring 2003. Under this contract the A-E firm will provide: 1) all survey equipment (with the exception of the shallow water multibeam sonar system), computers, and software necessary to navigate, perform data acquisition and processing, and manage the data on-board the vessel; 2) one person to supervise and manage the contractor's personnel and to serve as interface with the NOAA hydrographer-in-charge;3) about six persons to operate the data acquisition suite of equipment (two operators on each of three watches); and 4) about three persons (one person on each of three watches) to perform initial processing of the data, including applying water level, vessel motion, and velocity of sound correctors to determine the true depths, correlating sonar targets, and perform quality control. The data acquisition suite shall consist of, but not limited to: 1) High speed, high-resolution digital side scan sonar (Klein K5500), 2) GPS aided inertial navigation system with RTK input for attitude/positioning (e.g. SeaPath 200), Sound speed profiling system (direct measure or conductivity / temperature / depth), 3) shallow water multibeam data acquisition software (e.g. Coastal Oceanographic HYPACK MAX), 4) GPS / RTK positioning system (e.g. Trimble MS750), 5) Windows NT or Windows 2000 based sonar data processing hardware, 6) Sonar data processing software (e.g. CARIS HIPS / SIPS), 7) Minimum of five work stations, on a common LAN, for data processing with one of the five workstations available for use by Government personnel at all times, 8) Data management and protection solution (LTO tape / RAID5 drive arrays, NAS drive), 9) Bottom sampling equipment (grab sampler), and 10) helmsman navigation display. The Government's vessel will be outfitted with one of the following multibeam systems: Reson 8111, Simrad EM 1002, or SeaBeam 1050 D). The contractor will be responsible for installing its equipment aboard the vessel and integrating it with the Government provided multibeam system. The Manager/Supervisor in 2)above shall be an effective team leader and have at least two years experience as the senior contractor's representative on-site. Experience as lead or senior hydrographer is preferred. The Equipment Operators in 3) above shall have at least one year experience using the contractor-provided hydrographic data acquisition suite of software and hardware, including the use of shallow-water multibeam systems and side scan sonar. The Data Processors in 4) above shall have at least two years experience processing hydrographic data using the actor-provided suite, including the interpretation of multibeam and side scan sonar data. All survey work shall be performed to NOAA specifications under the direction of the NOAA hydrographer. See http://chartmaker.ncd.noaa.gov/hsd/specs/specs.htm for typical technical specifications. Potential vendors are encouraged to review the technical specifications before responding to this announcement. 2. Selection Criteria: Firm must provide sufficient equipment and sufficient technical, and supervisory personnel to ensure expeditious prosecution of work assignments. Participation by firms qualifying as small, small disadvantaged, women-owned, HUBZone, veteran-owned, or service disabled veteran-owned small businesses will be one of the factors of consideration in the selection process. To be considered for selection, a firm must demonstrate surveying experience in the types of surveys stated above. The data acquisition equipment operators must each have a minimum of one year experience using the equipment suite proposed. The data processing personnel must have a minimum of two years experience processing multibeam and side scan sonar data. Firms must show the availability of data acquisition and processing systems; side scan sonar system(including winch and cable) that can detect a 1m x 1m x 1m target and with the capability to record data digitally; GPS surveying equipment for establishing horizontal control; differential GPS equipment for vessel positioning; and equipment for determining velocity of sound in the water column. Evaluation criteria are: (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 (personnel and equipment); (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of work in the Gulf of Mexico and Alaska; and (6) Proposed plans to provide meaningful subcontracting opportunities on this project to small, small-disadvantaged, women-owned, HUBZone, veteran-owned, or service disabled veteran-owned small business concerns. Evaluation criteria #6 will not apply to small business firms because subcontracting plans are not required from those concerns pursuant to FAR 19.702(b). Responding firms are requested to state whether they are small, small disadvantaged business, women-owned, HUBZone, veteran-owned, or service disabled veteran-owned small business in block 5 of the SF255. Responding firms are encouraged to use small business concerns in a meaningful manner in the execution of this project. Large business firms should demonstrate their commitment and discuss proposed plans to provide subcontracting opportunities to the small business community in the performance of this project. Firms should indicate in Block 10 of their SF255 their experience using a shallow water multibeam survey system and an outline of how the Prime contractor will manage their team to ensure that quality products are delivered to NOAA. For evaluation factor (3) Capacity, a list of key personnel demonstrating their availability for the project considering other commitments and major equipment available for project assignment must be provided along with other pertinent data. 3. 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 evaluation factors must be addressed in block 10 of the SF-255. Facsimile responses are not authorized. Responses (SF254/255's) are due to the following address no later than 4:00 pm eastern standard time, December 3, 2002: Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, ATTN: Linda Brainard, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring,MD, 20910. See Numbered Notes 12, 24, and 26.*****
 
Record
SN00200663-W 20021108/021106213215 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.