Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2004 FBO #1005
SOLICITATION NOTICE

T -- MULTIBEAM SONAR MAPPING

Notice Date
8/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
WC1330-04-RB-0018
 
Response Due
9/14/2004
 
Archive Date
9/29/2004
 
Point of Contact
Jeanie Jennings , Contract Specialist , Phone 816-426-7267, Fax 816-426-7530,
 
E-Mail Address
Jeanie.M.Jennings@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is an Invitation for Bid (IFB) from the National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Services (NMFS) Central Administrative Support Center (CASC) to Conduct Multibeam Sonar Mapping of ?The Edges?, a 240 Nautical Square Mile Area on the West Florida Shelf, as detailed in the Statement of Work (SOW) below. This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with (IAW) the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This announcement constitutes an Invitation for Bid (IFB), written offers are being requested and a written IFB will not be issued. This notice is hereby issued as IFB No. WC1330-04-RB-0018. This IFB and the incorporated provisions and clauses stated below are those in effect through Federal Acquisition Circular (FAC) 01-24. The line item will be provided IAW the SOW listed below. The bid price shall be all inclusive of costs. The FAR clauses incorporated into this IFB shall be: 52.203-3 Gratuities; 52.212-1 Instruction to Offerors Commercial Items; 52.212-2 Evaluation of Commercial Items; 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; 52.232-17 Interest; 52.214-21 Descriptive Literature; 52.252-2 Clauses Incorporated by Reference. FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this solicitation by reference: 1352.201-70 Contracting Officer?s Authority (Mar 2000); 1352.201-71 Contracting Officer?s Technical Representative (COTR)(Mar 2000); 1352.208-70 Printing (Mar 2000); 1352.209-73 Compliance with the Laws (Mar 2000); 1352.215-73 Inquires (Mar 2000); 1352.216-70 Contract Type (Mar 2000); 1352.233-70 Harmless From Liability (Mar 2000) 1352.233-71 Service of Protests (Mar 2000). Full text of these CAR clauses is available upon written request by sending an email to jeanie.m.jennings@noaa.gov. Signed and dated bids must be submitted to the DOC, NOAA/CASC, ATTN: Jennings, Room 1756, 601 East 12th St., Kansas City, MO 64106. Offers must be received on or before 2:00 p.m. CDST, Tuesday, September 14, 2004. Offers may be faxed to 816-426-7530 ATTN: Jennings. In addition to the price, offers must include: (1) A List of three (3) recently completed similar projects and a point of contact, along with a phone number; (2) A completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; (3) Certification of Registration in the Central Contractor Registration (CCR) database. (DOC and CASC requires that all contractors doing business with this office be registered with the CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet (D&B) Number. A D&B number may be acquired free of charge by contacting D&B on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This is a firm fixed price solicitation. Award will be made to the lowest price, responsive, responsible offeror who demonstrates compliance with the requirements of this solicitation. Bids must include all costs required to provide the work and services. The NAICS code for this procurement is 541370. This is a 100% Small Business Set-Aside. Line Item No. 0001 MULTIBEAM SONAR MAPPING (LUMP SUM) ___________________. The contractor shall conduct the Multibeam Sonar Mapping in accordance with the following SOW. C.1 SCOPE: The Contractor shall provide all items necessary (i.e. equipment, tools, supplies, labor, etc) to map a corridor of the west Florida shelf between the Steamboat Lumps gag grouper protection area and the area known as Twin Ridges and along the 74-m isobath (Figure 1) (Figure 1 may be obtained at the following website. www.casc.noaa.gov. On the left side of the home page, click on Acquisition. When CASC Acquisition Home Page opens, click on Solicitations Announcements Link in left column of page. This will bring you to our solicitation documents. Figure 1 will be under IFB No. WC1330-04-RB-0018.) C.2 BACKGROUND To effectively manage and conserve coral reef resources in the Southeastern U.S. (including the U.S. Caribbean), there is a need to first determine how much Coral Reef habitat exists. Uniform mapping provides a means for accomplishing this task. In the southeast, many coral reef areas remain unmapped, including deep reef habitats (deeper than 20m) that are likely to experience heavier fishing pressure as shallow areas become depleted and experience increased stress from coastal populations. Effective habitat characterization also needs detailed topography of reef habitats. Mapped areas are often not sufficiently detailed to address conservation issues. The most useful maps for identifying and studying essential and critical habitat are high resolution multibeam maps. Typical multibeam systems use 110-150 narrowly spaced acoustic beams that record depths of very discrete portions of the ocean floor. The use of multibeam mapping equipment allows precise location of benthic topographic reef features over large areas at relatively high rates of speed. In the Gulf of Mexico, there is a zone of deep-water reefs that extend from the mid and outer shelf of Mississippi, Alabama, Florida panhandle, and along the west Florida shelf. These geological features have been described as reefs, rocky ridges and pinnacles, and are located at shelf depths between 60 m and 180 m of water. The rocky ridges and pinnacles were formed during the last sea level stand down about 15,000 years ago. These features represent important habitat for reef fish. The Gulf of Mexico Fisheries Management Council recognized the importance of geological setting when they established the Madison-Swanson and Steamboat Lumps Gag Grouper Protected Areas in 1999. The Gulf Council is now considering the establishment of additional seasonal closures in the region between Madison-Swanson and Steamboat Lumps. Mapping of this area, known as the Edges, is critical prior to the establishment of closure boundaries. C.3 PERIOD OF PERFORMANCE: The Contractor shall complete the survey described below and provide all data products to (NMFS) project representative by September 20, 2005. The NMFS project representative will be identified at contract award. C.4 SPECIFICATION FOR DATA COLLECTION: a. The Contractor shall conduct the mapping using a multibeam sonar system that will collect high-resolution swath bathymetry and acoustic backscatter of the sea bed. This mapped corridor shall be 4 nautical miles (7.4 km) in width. The total region to be mapped is approximately 240 square nautical miles (60 nautical miles by 4 nautical miles). b. The seafloor depth measurements shall have an accuracy of 15 cm RMS. Depth measurements shall account for tidal changes and reduce the bathymetry to a Mean Sea Level (MSL). c. The positional accuracy be with one (1) Meter. d. The size of the bathymetry grid depends on water depth (due to beam spreading). The required grid spacing shall be 5 m by 5 m in waters greater than 100 m and 50 cm by 50 cm in 10 meters water depth, i.e., about 5% of water depth. C.5 SPECIFICATION FOR DATA PRODUCTS: a. The Contractor shall process data to clean bathymetry, including flagging (i.e., retaining but not displaying) data points that are returns from sea grass, fish, dolphins, whales, and other material in the water. The Contractor shall also clean navigation data and flag any bad data. b. The Contractor shall process the bathymetry data for the backscatter response by removing the effects of NADIR (the strong return below the sonar) and providing a relatively uniform type of backscatter response to provide insight and qualitative information regarding the bottom type (sediment, rock, and biology). c. The Contractor shall provide the data in full resolution xyz ASCII format, as well as a free fledermuas product that allows for 3-D viewing, and an ESRI formatted data file for downloading into ARC VIEW/GIS software. d. The Contractor shall also provide metadata to detail survey and processing information.
 
Place of Performance
Address: West Florida
Country: USA
 
Record
SN00653539-W 20040827/040826074603 (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.