Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2004 FBO #0891
SOLICITATION NOTICE

B -- LIDAR-based Elevation Data

Notice Date
5/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area National Animal Disease Center, 2300 Dayton Avenue, Ames, IA, 50010
 
ZIP Code
50010
 
Solicitation Number
RFQ3104
 
Response Due
5/17/2004
 
Archive Date
9/30/2004
 
Point of Contact
Marlys Pomranke, Purchasing Agent, Phone 515-663-7415, Fax 515-663-7482,
 
E-Mail Address
mpomrank@nadc.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items identified below, prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: offers are being requested and a written solicitation will not be issued. This solicitation number: RFQ3104, is issued as a Request for Quotation (RFQ). Quoters must quote prices that will remain in effect for 6 months. This procurement shall be solicited under the Simplified Acquisition Procedures (SAP) and is a Small-Business Set-Aside. The North American Industry Classification System Code (NAICS) code is 541360. The USDA, Agricultural Research Service, National Soil Tilth Laboratory has a requirement to purchase LIDAR-based elevation data. Please quote on the following: Airborne LIDAR (Light Detection and Ranging) mapping data of approximately 800 square kilometers of the South Fork Iowa River Watershed, Iowa. Data product deliverables will include ground surface LIDAR Digital Elevation Model (DEM) data, project and product documentation. Provisions: (1) Project boundaries defining data acquisition area are to be supplied by customer before contract authorization; (2) Vendor and customer will agree upon mutually acceptable GPS benchmark(s) that are easily locatable, accessible, and within 50 miles of the area of interest before commencement of data acquisition; (3) Vendor will perform GPS ground surveying for use in accuracy assessment of LIDAR DEM data. Schedule: (1) Data acquisition will take place under post-harvest conditions (estimated Fall 2004) pending acceptable weather conditions and vegetative cover; (2) LIDAR data product delivery to be completed within 90 business days following verified completion of data acquisition. LIDAR-based Digital Elevation Data: (1) Absolute LIDAR DEM accuracy should be approximately 0.15 meters (~0.5 feet) Root Mean Square Error (RMSE) vertical and 0.5 meters (~1.7 feet) RMSE horizontal on unobstructed ground surfaces; (2) LIDAR DEM point sample spacing are to be approximately 3 - 5 meters (~9 - 15 feet). Final ground surface DEM point sample spacing is dependent on land cover type; (3) LIDAR DEM data to be provided in variably-spaced format; (4) Ground surface DEM data to be derived from last return LIDAR data. Approximately 90% of elevation samples associated with vegetation, buildings, and structures are to be removed to produce ground level DEM data using automated and manual editing; (5) All data are to be delivered based upon the UTM coordinate system with NAD83 (horizontal) and NAVD88 (vertical) datum and units are to be in meters; (6) Orthometric height conversions are to be performed using the GEOID99 model on an individual point basis. Deliverables Format: (1) Variably-spaced DEM data are to be delivered in x, y, z ASCII comma-delimited text file format; (2) Data coordinates are to be formatted to two decimal places; (3) Digital map documentation are to be delivered in ESRI Shape file format; including actual flight lines, GPS benchmarks, and GPS ground surveying data used in the accuracy assessment; (4) All text documents are to be delivered in ASCII format; (5) Data are to be delivered on CD-ROM or DVD-ROM media. Project and product documentation are to be provided once for the entire project. Product documents are to be provided with each data delivery. Project documentation will contain the following items: (1) Specifications of LIDAR system used for data acquisition; (2) Map of project area showing planned flight lines; (3) GPS base station survey point description(s); (4) GPS data quality report; (5) Post processed ground survey GPS data used for LIDAR DEM accuracy assessment; (6) DEM accuracy assessment report showing RMSE for select area; (7) LIDAR system calibration report; (8) Name of mapping company; (9) Name of LIDAR system used; (10) Date and time of data acquisition; (11) Date of data delivery; (12) Location of project area; (13) File names contained in delivery; (14) Data file format description and file naming convention; (15) Map coordinate system, vertical and horizontal datum, and units of measurement used. This solicitation incorporates the following FAR clauses, provisions, and addendums: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Item; 52-212-3 Offeror Representations and Certifications-Commercial Items; 52-212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.23-9, 52.225-1, 52.225-13 and 52.232-33. All offerors must include copies of 52.212-3 (representations and certifications). Faxed quotations are acceptable to Marlys Pomranke at fax number 1-515-663-7482 on or before May 17, 2004, Central Standard Time. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offeror?s data. Offerors shall identify where the offered item meets or does not meet each of the Government?s functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar data was provided. The anticipated award date is September 30, 2004. All responsible sources may submit a quotation which shall be considered by the Agency.
 
Place of Performance
Address: USDA-ARS-National Soil Tilth Laboratory, 2150 Pammel Drive, Ames, IA
Zip Code: 50011
Country: USA
 
Record
SN00578614-W 20040505/040503211630 (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.