Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2005 FBO #1333
MODIFICATION

C -- GEODETIC LEVELING SURVEYS AND RELATED SUPPORT SERVICES (INCLUDING GLOBAL POSITIONING SYSTEM SURVEYS)

Notice Date
7/19/2005
 
Notice Type
Modification
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
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
Reference-Number-NCNL0000-5-00006
 
Response Due
8/1/2005
 
Archive Date
8/16/2005
 
Point of Contact
Kimberly Davis, Contract Specialist, Phone 301-713-0820 x143, Fax 301-713-0806, - Donald Thompson, Contracting Officer, Phone 301-713-0820 x118, Fax 301-713-0806,
 
E-Mail Address
Kimberly.Davis@noaa.gov, don.thompson@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
1. DESCRIPTION: The National Oceanic and Atmospheric Administration, (NOAA) National Geodetic Survey (NGS) intends to acquire services for Geodetic Leveling in accordance with the Brook's Architect and Engineering Act and the Federal Acquisition Regulation (FAR) Part 36. The National Oceanic and Atmospheric Administration (NOAA), National Geodetic Survey (NGS) has a requirement for geodetic leveling services to support the Height Modernization Program, the National Spatial Reference System, and other surveying and mapping projects in the United States and its possessions. The applicable NAICS Code is 541370. The Size Standard dollar amount is $4.0 million, average annual receipts. This solicitation for "Geodetic Leveling Services" is 100% set aside for small business. In addition eligible concerns must be professionally licensed in the Commonwealth of Puerto Rico and be bonafide members of the Colegio de Ingenieros y Agrimensores. The Department of Commerce, National Oceanic and Atmospheric Administration may issue zero, one, or multiple awards. The total estimated program value over the five year period is a maximum $4.9 million inclusive of all acquisitions, internal program services, and administration . Any resulting contract(s) awarded as a result of this announcement will have a five-year ordering period from the date of award. The National Geodetic Survey cannot guarantee the total amount of work to be assigned under any proposed contract. The amount of work will vary according to NGS needs and available funding. The Contractor(s) selected will be required to perform services at locations as may be assigned anywhere in Puerto Rico and/or nearby areas. Work assignments under the contract may consist of but are not limited to: (1) records research; (2) reconnaissance and mark recovery; (3) mark setting; (4) writing digital recovery notes and mark descriptions; (5) first-order, class II (Double Simultaneous if using optical instruments), double-run leveling; (6) observation of absolute gravity stations; (7) planning GPS surveys; (8) making GPS observations; (9) vector processing; (10) GPS adjustments; (11) visibility diagrams; (12) project sketches; (13) geographic information system (GIS) services; (14) benchmark plots (Project Diagrams); (15) quality control plan; (16) geodetic leveling plan and (17) reports including: e mail status reports, ground control report, and project completion report. All work shall be performed to NOAA specifications, and the data provided in NOAA specified formats. The Statement of Work will contain detailed requirements and project area information. Each assignment will typically be for leveling and/or surveying an area varying from 10 linear kilometers to 100 linear kilometers. Potential contractors are encouraged to review this internet site: http://www.ngs.noaa.gov/ContractingOpportunities/ProspContractorReqs!.htm for additional information before responding to this announcement. The contract will permit a Government Contracting Officer's Representative (COR) or designated observer to be present during operations. The SOW for this solicitation can be found at the following address: http://www.ngs.noaa.gov/ContractingOpportunities/ReferencedLinks!.htm 2. SELECTION CRITERIA: The firm must provide sufficient leveling and GPS data collection and equipment, data processing equipment and sufficient technical, supervisory, administrative, and quality review personnel to ensure expeditious completion 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, personnel with at least three years of experience in the technology to be used on this contract (including both data collection and data processing). The firms must also show the availability of: data acquisition and processing systems including, but not limited to: geodetic surveying equipment for establishing horizontal and vertical control (minimum of First Order Class II). The evaluation criteria are listed in descending order of importance, with #1 and #2 being equal, #3, #4 and #5 are equal, but lower than #1 and #2, and #6, #7, and #8 are equal, but are lower than #3, #4, and #5. The Evaluation criteria are as follows: (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 (management, personnel and equipment); (4) Past performance on contracts with Government agencies and private industry relating to cost control, quality of work, and compliance with performance schedules; (5) Quality Assurance/Quality Control (Adequacy of in house QA/QC procedures to deliver very high quality data); (6) Location in the general geographical area of the project and knowledge of the locality of the project. The firm must have local knowledge of property surveying and platting procedures within the Commonwealth of Puerto Rico. Specific abilities and disciplines required on this contract include, but are not limited to: Project Manager, Mark Setters (persons skilled in the NGS methods of setting rod, concrete, and other types of marks), Geodesists, Surveyors, Tides/Water Level Specialist, GIS Specialist, Geographer/Cartographer, Geospatial Data Analyst, Data Processors, and Field Personnel; (7) Priority that firms give to new task orders under this contract. Firms should indicate in the SF 330 their experience: (a) in geodetic leveling and geodetic mark setting, (b) collecting high-accuracy static GPS data (c) using data processing software with antenna modeling, (d) processing GPS data with the National Continuous Operating Reference Station (CORS) data, (e) using NGS adjustment software, (f) submitting survey data projects following NGS? ?Input Formats and Specifications of the National Geodetic Survey Data Base?, known as Blue Book formats (Volumes I & II); see http://www.ngs.noaa.gov/FGCS/BlueBook/(g) using FGCS Specifications and Procedures to Incorporate Digital/Bar-code Leveling Systems; see http://www.ngs.noaa.gov/FGCS/tech_pub/Fgcsvert.v41.specs.pdf (h) other work as described above, and (i) an outline of how the Prime Contractor will manage their team to ensure that quality and timely products are delivered to NOAA. (8) Geographic location of firm to worksite: Location of the firm relative to the worksite (considered the Commonwealth of Puerto Rico) will be a strong consideration. Mobilization/demobilization costs from the United States to Puerto Rico will not be paid. For evaluation factor #3 Capacity, provide a list of key personnel demonstrating their availability based on other commitments, and also major equipment availability and the applicable calibration reports. 3. All responsible sources may submit a response for consideration by NOAA. Respondents shall submit an original plus three bound copies of their statement of qualifications. The original should be marked ?Original? on the front cover. Prime contractors shall respond to this announcement for their teams. A completed SF-330 is required from all respondents. Prime contractors shall submit SF 330 section E for each team member and subcontractor, plus an SF-330 section F for the entire team. The SF 330 section Es should reflect the overall capacity of each member of the team, whereas the SF 330 section F should reflect only those resources available for this effort. Firms should submit an original and the three copies of SF-330. The first five evaluation factors must be addressed in section F of the SF 330. Facsimile responses are not authorized. Responses (SF 330) are due to the following address no later than 1:00 pm Eastern Standard Time, August 1, 2005. U.S. Department of Commerce, National Oceanic and Atmospheric Administration, NOS/NMFS/OAR Acquisition Management Division, OFA65, 1305 East West Highway, SSMC4, Station 7610, Silver Spring, Maryland 20910 3281. All hand carried deliveries to SSMC4 shall be coordinated with Kimberly Davis at 301-713-0820 extension 143 or Don Thompson at 301-713-0820 extension 118. See Numbered Notes 1, 24, and 26.
 
Place of Performance
Address: US Department of Commerce, National Oceanic and Atmospheric Administration, OFA/AGFS/AMD ? OFA65, 1305 East-West Highway, Silver Spring, MD
Zip Code: 20910
Country: USA
 
Record
SN00849818-W 20050721/050719211733 (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.