Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2004 FBO #0977
SOLICITATION NOTICE

T -- LiDAR acquisition and creation of bare earth Digital Elevation Model (DEM), North Cascades NPS Complex, Stehekin, Washington

Notice Date
7/28/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
PWR - NOCA North Cascades NPS Complex 7280 Ranger Station Road Marblemount WA 98267
 
ZIP Code
98267
 
Solicitation Number
Q9471041190
 
Response Due
8/19/2004
 
Archive Date
7/28/2005
 
Point of Contact
Sarah J. Welch Contract Specialist 360873459011 Sarah_Welch@nps.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-22. This solicitation is restricted to small businesses, NAICS 541370, Aerial surveying and geospatial mapping services, with a small business size standard of $4.0 million average annual receipts for the past three years. The National Park Service encourages the participation of disadvantaged and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer represents the best value for the Government, price and other factors considered. Refer to the evaluation criteria below. TARGET AREA Stehekin valley floor in Washington state from the head of Lake Chelan to High Bridge (junction of Stehekin and Agnes creeks). Approximate area is 21.39 km2 (13.98km long x 1.53kmwide). See attached map or visit www.nps.gov/noca . TECHNICAL SPECIFICATIONS / INDUSTRY STANDARDS Product will be used to support development of two-dimesional hydraulic models of the Stehekin River and erosion control plans for the river. Specifications generally include a point density of at least 2 points per square meter, although this may vary by vegetation class and leaf condition. Must support a vertical accuracy to 15cm in open areas and a horizontal (x-y) accuracy of 180cm. Horizontal datum NAD83, 1991 adjustment (also known as the HPGN or HARN datum), with coordinates in UTM; vertical datum NAVD88. Specifications generally follow FEMA and Puget Sound LIDAR Consortium and include, but are not limited to the following. For a complete list of specifications refer to the Puget Sound LIDAR Consortium home page (http://rocky2.ess.washington.edu/data/raster/lidar/index.htm) or FEMA regulations: (1) The average cross-track and along-track spacing of laser pulses yielding valid ranges shall be no larger than 2m, where a valid range is considered to be the ground or vegetation, buildings, or other structures on the ground; (2) The along track and across track spacing at the 90% frequency of occurrence of laser pulses yielding valid ranges shall be no greater than 4m; (3) The laser ranging data shall be acquired using a LIDAR system that collects first and last returns, or multiple returns for each laser pulse; (4) Data collection will not be conducted while there is snow cover on the ground nor during inclement weather conditions (high wind, rain, fog, low clouds, etc.) that would significantly diminish the quality of the data; (5) Geodetic base station locations in the Stehekin valley will include at least two control points, including near the Buckner Orchard and near the Stehekin Valley Ranch. Contractor will consult with a local GPS surveyor for support in regards to establishing additional base station control points and field verification procedures. Contractor will provide a report of which base points were used on a particular flight. In the event that there are an insufficient number of control points the contractor may establish horizontal control as necessary adjusted to the HARN utilizing dual frequency receivers with surveys done to at least the Third-order, Class 1 specifications as put forth by the FGCS. Vertical control shall be estimated using differential levels according to third-order Class 1 FGCS specs and tied to NAVD88 datum. (6) The ground surface DEM deliverable shall have a vertical accuracy of < 15cm root mean square error, using the NSSDA definition. Quality control assurance of the LIDAR-derived data demonstrating that the technical specs are met is primarily the responsibility of the contractor. The contractor must field verify the vertical accuracy of the bare ground surface DEM to insure that the RMSE is satisfied for all major ground cover categories. The main categories of ground cover the contractor must evaluate include: -bare earth and low grass -high grass and crops -fully covered by closed canopy coniferous trees (fir, cedar and hemlock) -partially covered by coniferous vegetation (ponderosa pine) -fully covered by deciduous trees -developed areas with dense manmade structures Contractor shall evenly distribute sample points throughout project area for each cover category and not group the sample points in a small area. Contractor shall ensure that the airborne data was acquired for the sample during times of representative PDOP conditions and not limited only to times of best PDOP conditions. NPS will provide the following base materials to the successful contractor after award: (1) Maps showing study area boundaries at the 1:24,000 scale. (2) Data sheets documenting vertical and horizontal accuracy of selected GPS base points within Stehekin valley. (3) GIS map of ground cover types in Stehekin valley. DELIVERABLES Contractor shall produce bare-earth topography Digital Elevation Model (DEM); reflections from trees, structures, and vehicles must identified and discarded from the final topographic model, but if possible a data layer for structures will be maintained as a separate data file. All data will become public domain. (1) For all acquired laser returns a data record that includes: (a) time stamp (b) xyz location (see datums above) (c) scan angle from the laser shot (d) laser shot return number (e) return type (2) Primary deliverable is a DEM of the Stehekin valley floor with these specific formats: (a) Three CD ROM discs with DEM data in ArcInfo-compatible format. Includes DEM gridded at 6ft easting and northing posting of the orthometric elevations for all returns identified as being from the ground, derived using gridprocessing. Also a DEM gridded at 6 ft easting and northing of the orthometric elevations for all returns from the uppermost surface, using gridprocessing and datusm described above. (b) Four hardcopy maps printed at 1:12,00 scale in shaded relief rendition. (c) Time-stamped GPS aircraft x,y,z trajectory, using the same time stamp as noted in B(1). (d) Polygon shape files for structures. (e) Final report documenting system calibration, instrument acquisition parameters, GPS ground control, data processing procedures, and validation of data quality. SCHEDULE September, 2004 = NPS provides base materials to contractor October/November, 2004 = contractor acquires raw LIDAR data with fixed wing flight December, 2004 / January, 2005 = LIDAR data reduced by contractor February 1, 2005 = Draft DEM delivered to NPS March 1, 2005 = Final bare earth DEM delivered to NPS. PROPOSAL SUBMITTALS Offeror shall provide a written proposal with enough detail to allow adequate evaluation. Offeror shall also provide, as references, three customers that have purchased LiDAR and DEM services. References shall include company name, contact person, phone number, e-mail address, and physical address. References must be available for contact by NPS. Proposals may be considered non-responsive if NPS is not able to readily contact references. Offers must include FAR 52.212-3 (see below). PRICE SCHEDULE Pricing shall be FOB destination. Delivery shall be to North Cascades NPS Complex, 7280 Ranger Station Road, Marblemount, WA 98267. Item 1 - LiDAR acquisition of target area, 1 job @ $_________________ Item 2 - Creation of bare earth DEM, 1 job @ $_______________ Total for all items: $_________________________ DETAILS Offerors must review and comply with the FAR provisions/clauses listed below. This information is available on the Internet at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items (The following factors, listed in descending order of importance, will be used to evaluate offers: (1) Technical merit; (2) Price; and (3) Offeror's past performance/experience for this type of work, as supported by documentation and references. Factors 1 and 3, when combined, are approximately equal to price.); FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by number 1, 14, 15, 16, 17, 18, 19, 20, 21, 22, and 30. In addition, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be completed and submitted with your offer. The deadline for receipt of quotes is August 19, 2004, at 4:30 pm. Plan ahead - Federal Express does not deliver to our office. Offers shall be signed by an official authorized to bind your organization. Offers may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum, unit price for each item, extended price, proposal submittals as detailed above, prompt payment and warranty terms, contract remittance address, DUNS number, federal tax identification number, name, phone number, and address of your point of contact, a completed copy of FAR 52.212-3, and the proposal submittals described above. Submit two (2) proposals to: U.S. Department of Interior, North Cascades NPS Complex, Attn: Sarah Welch, 7280 Ranger Station Road, Marblemount WA 98267. The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov In order to download the solicitation, vendors must register at http://www.ccr.gov and at http://ideasec.nbc.gov. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the right to cancel this solicitation.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1498347)
 
Place of Performance
Address: Stehekin, WA
Zip Code: 98852
Country: USA
 
Record
SN00632300-W 20040730/040728212702 (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.