Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2005 FBO #1308
MODIFICATION

R -- ShoreZone Inventory and Mapping of Northern Coast of SE Alaska

Notice Date
6/24/2005
 
Notice Type
Modification
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133F-05-RP-1194
 
Response Due
6/30/2005
 
Archive Date
7/15/2005
 
Description
Amendment No. 2 - Following are questions and answers for informational purposes: 1. Q: What was the cost per KM from past awards? A: Last years contract for imagery, interpretation, and mapping amounted to about $80.00 per kilometer of shoreline. 2. Q: Provide a more detailed description of what kind and how much ground verification and sampling they are requiring. A: Most of the ground verification is based on the previous experience of the geomorphologist and biologists trained in ShoreZone interpretation who have mapped other areas in Alaska and British Columbia. Some verification is done during the imagery when or if there is any question about a particular segment of shoreline. 3. Q: Would stream temperature surveys with a camera system be helpful information? A: At this time, we are not particularly interested in temperature as we are concentrating on the physical and biological components of the shoreline habitat. 4. Q: What kind of samples are wanted? A: No samples are required but technical observations and interpretations from the still and video digital images collected from the helicopter flights. These observations and interpretations are based on professional expertise developed from previously collected samples and field verification. 5. Q: Will agency personal be on flights, to take samples, or observe A: Agency personnel will be on the flights to take digital still photos and to make and record biological observations of the biobands for each Shorezone unit inventoried. NMFS will have at least one biologist on all flights and perhaps two, depending on available seats. 6. Q: Who posts the web video images and how many? A: A new website does not need to be developed, however, for the contractor will need to provide 1 second jpg?s of the video as well as high resolution jpg?s of the still photos. The contractor must also provide shape files of the flightlines and the bioband data. The shape file attributes must include a 6 digit number from the video frames to ensure that the correct flightline point is associated with the right jpg. There also needs to be some device attached to the camera so that the orientation of the video is known. 7. Q: Where can we see what was provided in the past? A: The incumbent contractor, Coastal and Ocean Resources Inc. The website is http://coastalalaska.net ----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 not being requested, and a written solicitation will not be issued. The solicitation number is AB133F-05-RP-1194. The solicitation documents and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular No. 2005-04 dated 6/8/05. The resulting contract will be a firm-fixed price type contract. This procurement action will be competed utilizing full and open competition. The associated North American Industrial Classification System code is 541360. This acquisition will be awarded under simplified acquisition procedures (Part 13). 1.0 INTRODUCTION: The National Marine Fisheries Services (NMFS) requires a contractor to map the biophysical resources of the coastal intertidal and backshore areas mainland and archipelago islands of southeast Alaska. The mapping is needed to support the mandates of the Magnuson-Stevens Fishery Conservation and Management Act requiring Essential Fish Habitat to be mapped and to assist agencies monitoring changes to sensitive habitats. 2.0 OBJECTIVE: Conduct ShoreZone inventory and mapping of specific segments of northern and southern coasts of southeast Alaska. 3.0 STATEMENT OF WORK: In 2005, conduct ShoreZone imagery and mapping of 1,130 km of shoreline along the west coast of Baranof Island from Southern portion of Sitka Sound near Redoubt Bay, north along west side of Baranof and Chichagof Islands to Cape Bingham, including Kruzof Island and Lizianski Inlet. The contractor shall fly the shoreline during the only low tide window from July 19-25, 2005. Conduct ground verification sampling during the flight to map interpretation of the biota and substrate. Collect video imagery and provide interpretations of the data to NMFS for use on the website. In 2006, conduct ShoreZone imagery and mapping of 1,682 km of shoreline from Craig on the west side of Prince of Wales Island south to Cape Muzon, east to Cape Fox on the mainland, north to Behm Canal, west to Grindall Island, and south along the east side of Prince of Wales Island, including Kasaan Bay. The contractor shall fly the shoreline during optimal low tide windows during the summer of 2006. Conduct ground verification sampling during the flight to map interpretation of the biota and substrate. Collect video imagery and provide interpretations of the data to NMFS for use on the website. 4.0 SCHEDULE: Contract Line Item No. 0001: Furnish and delivery 2005 imagery and mapping of 1,130 KM of shoreline along west coast of Baranof Island from Southern portion of Sitka Sound near Redoubt Bay, north along west side of Baranof and Chichagof Islands to Cape Bingham, including Kruzof Island and Lizianski Inlet, in accordance with the specifications below. Quantity: 1 Job = Total Price $____________; Contract Line Item No. 0002: Furnish and deliver 2006 imagery and ampping of 1,682 KM of shoreline of southern southeast Alaska from Craig on the west side of Prince of Wales Island to Cape Muzon, east to Cape Fox on the mainland, north to Behm Canal, west to Grindall Island, and south along the east side of Prince of Wales Island, including Kasaan Bay, in accordance with the specifications below. Quantity: 1 Job = Total Price $____________. Grand Total of items 0001 and 0002 = $___________. Offerors must submit pricing for both line items. Failure to offer on both lines may result in offer rejection. 5.0 DELIVERABLES: Line Item 0001: The following deliverables for the 2005 season are due by 6/30/06. 1) An aerial video imaging manual showing flight line tracks and tape locations; 2) one set of the mini DV master copy and one set of DVDs of the aerial imagery; 3) Web posting of 1-sec Video image captures; 4) Electronic files with GPS trackline data; 5) Databases of all field data including photography; 6) Summary of recommended bio-bans for use with the aerial interpretation; 7) Segmented ArcInfo compatible shoreline with polygon, point, and linear coverage; 8) An Access 97 database and data dictionary; 9) Full FGDC content standards metadata files for all electronic data products; 10) Summary reports on key resource distributions; 11) User manual that provides a simplified description of data and its uses; and 12) a training module. Line Item 0002: The following deliverables for the 2006 season are due by 6/30/07. 1) An aerial video imaging manual showing flight line tracks and tape locations; 2) one set of the mini DV master copy and one set of DVDs of the aerial imagery; 3) Web posting of 1-sec Video image captures; 4) Electronic files with GPS trackline data; 5) Databases of all field data including photography; 6) Summary of recommended bio-bans for use with the aerial interpretation; 7) Segmented ArcInfo compatible shoreline with polygon, point, and linear coverage; 8) An Access 97 database and data dictionary; 9) Full FGDC content standards metadata files for all electronic data products; 10) Summary reports on key resource distributions; 11) User manual that provides a simplified description of data and its uses; and 12) a training module. 6.0 PERIOD OF PERFORMANCE - The period of performance will be from date of contract award through June 30, 2007. 7.0 EVALUATION CRITERIA AND AWARD - Evaluation of offers will be in accordance with FAR Subpart 13.106 and FAR 52.212-2, Evaluation-Commercial Items. Technical and past performance, when combined, are substantially more important than price. Award will be made to the responsible offeror whose offer conforms to the synopsis/solicitation requirements, and whose price and past performance represents the best value to the Government in accordance with FAR 13.10. The initial proposal should represent your best approach and pricing. The Government anticipates award based on initial offers. As proposals become more equal in their merit, the total price becomes more important. Price proposals that are considered too low or too high may not be considered for award. 8.0 PROPOSAL SUBMISSION - Offers must include with their offer: (1) a brief narrative clearly and concisely describing technical approach and/or method of accomplishing the work requires and providing deliverables (simply repeating the Statement of Work/deliverables without sufficient detail will not be acceptable) and a narrative addressing each of the evaluation factors, (2) applicable SF-1449, Solicitation/ Contract/Order for Commercial Items form (original signature required), (3) a Schedule, (4) the Offerors Representations and Certifications Commercial Items (per FAR 52.212-3), and (5) Past Performance Form. Items 2 through 5 may be requested from Sharon.S.Kent@noaa.gov . Facsimile or e mail offers are not acceptable. 9.0 APPLICABLE FAR/CAR CLAUSES AND PROVISIONS: Full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov/far; and Commerce Acquisition Regulation (CAR) clauses can be accessed in full text on the Internet at http://oamweb.osec.doc.gov/CAPPS_car.html, under ?local clauses? noted. The following FAR provisions and clauses apply to this acquisition: 52.212 1, Instructions to Offerors Commercial and the following Addenda: FAR 52.212 2, Evaluation Commercial Items, 52.212 4, Contract Terms and Conditions Commercial items and the following: 52.222-39, 52.232.33, 52.233 3, 52.233-4, CAR clauses 1352.201-70, 1352.201-71, 1352.233-71, 1352.239-73 and 1352.239-74. Agency level protest procedures can be found in full text at http://oamweb.osec.doc.gov/docs/car13.htm#CAR_1333. FAR 52-204-7, Central Contractor Registration (CCR) is applicable; therefore, all vendors wishing to do business with any Federal Government Agency must be registered in CCR. FAR 52.212-5, Contract Terms and Conditions required to Implement Statues or Executive Orders Commercial Items and the following Addenda: 52.203-6, 52.219-4, 52.219-8, 52.219 23, 52.222 3, 52.222-19, 52.222 21, 52.222 26, 52.222 35, 52.222 36, 52.222 37, 52.225 13, 52.225 16. 10.0 RESPONSE DATE AND TIME - Offers are due in the office of NOAA?s Western Region Acquisition Division, address noted above, by 2:00 PM (local time) on June 30, 2005. All offers received by the due date will be considered by the Government.
 
Place of Performance
Address: Southeast Alaska
 
Record
SN00835999-W 20050626/050624211757 (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.