Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2003 FBO #0461
MODIFICATION

C -- HYDROGRAPHIC SURVEYING SERVICES TO SUPPORT NAUTICAL CHARTING IN ALASKA

Notice Date
3/6/2003
 
Notice Type
Modification
 
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
NCNJ-3000-3-00006-00
 
Response Due
3/21/2003
 
Archive Date
4/5/2003
 
Point of Contact
Linda Brainard, Contracting Officer, Phone 301-713-0820, Fax 301-713-0806,
 
E-Mail Address
Linda.D.Brainard@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
NOTE: THE DUE DATE FOR RECEIPT OF RESPONSES IS HEREBY EXTENDED TO 3/21/03. This procurement is being conducted as a Small Business Set-Aside; the standard for which is based on average annual receipts over the past three fiscal years of $4.0 million or less. 1. THE PROJECT: NOAA has a requirement for hydrographic surveying services to suppport nautical charting in the navigable waters of Alaska, including bays and harbors. One five-year indefinite delivery contract is scheduled for award in FY 2003 with performance of the first work order commencing in Summer 2003. Work orders under this contract will consist of but are not limited to: 1) acquiring shallow water multibeam sounding data; 2) acquiring side scan sonar data; 3) acquiring vertical beam echosounder data; 4) determining positions and least depths on hazards to navigation; 5) installing, operating, and removing water level (tide) stations; 6) acquiring related supporting data (e.g. water level correctors, velocity of sound in the water column, vessel motion correctors, bottom sediment samples, etc.); 7) processing the data, including tidal tabulation, computation of tidal datums, tidal zoning determination, applying water level, vessel motion, and velocity of sound correctors to determine the true depths, correlating sonar targets, and compiling reports, final smooth sheets, and digital data; and 8) performing quality control during data acquisition and processing; and 9) the delivery of the data, reports, and sheets to NOAA for archival and application to the nautical charts and associated nautical products. All work shall be performed to NOAA specifications and the data provided in NOAA specified formats. See http://chartmaker.ncd.noaa.gov/hsd/specs/specs.htm for typical technical specifications and a description of the deliverables. The final statement of work will tailor these specifications for each work order issued. A quality control plan will be a contract requirement. Potential vendors are encouraged to review the technical specifications and a description of the deliverables before responding to this announcement. This contract will permit that a Government COTR or observer be present during shipboard operations. If the contractor conducts vessel operations overnight, the contractor will be required to provide meals and accommodations to the Government COTR or observer. 2. SELECTION CRITERIA: Firm must provide sufficient surveying vessel(s) and equipment and sufficient technical, supervisory, and administrative personnel to ensure expeditious prosecution of work assignments. To be considered for selection, a firm must demonstrate surveying experience in the types of surveys stated above and have on payroll at least two hydrographers and a tides/water level specialist. The two hydrographers must each have a minimum of three years experience in hydrographic surveying and demonstrated experience in surveying using shallow water multibeam sonar system, vertical beam echosounder, side scan sonar system and interpreting the data. The tides/water level specialist must have demonstrated experience in measurement of tides and water levels, tidal datums, and tidal zoning and their application to hydrographic surveying. Firms must show the availability of a suitable survey vessel(s) that complies with applicable U.S. Coast Guard, EPA, OSHA, and other federal regulations; data acquisition and processing systems; vertical beam echosounder system(s); shallow water multibeam sonar system(s) capable of detecting contacts measuring 2m x 2m x1m high; side scan sonar system(s) 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; water level measurement gauges; and equipment for determining velocity of sound in the water column. EVALUATION CRITERIA, in descending order of importance, 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; and (5) Location in the general geographical area of the project and knowledge of the locality of the project. Responding firms are requested to state whether they are small, small disadvantaged business and/or women-owned small business in block 5 of the SF255. Specific abilities and disciplines required on this contract include (but are not limited to): Project Manager, Hydrographer, Tides/Water Level Specialist, Land Surveyor, and GIS Specialist (Geographers/Cartographer/Geospatial Data Analyst). Firms should indicate in Block 10 of their SF-255 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. The operating specifications of the shallow water multibeam system must be included. 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 (SF-254/SF-255's) are due to the following address no later than 4:00 p.m. eastern standard time, on March 12, 2003: U.S. 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.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NOAA/AGAMD/NCNJ-3000-3-00006-00/listing.html)
 
Place of Performance
Zip Code: ALASKA
Country: USA
 
Record
SN00273334-F 20030308/030306221221 (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  © 1994-2020, Loren Data Corp.