Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
MODIFICATION

C -- LIDAR HYDROGRAPHIC SURVEYING AND RELATED SUPPORT SERVICES ANYWHERE IN THE U.S.

Notice Date
8/3/2005
 
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-NCNJ3000-5-00009
 
Response Due
8/18/2005
 
Archive Date
9/2/2005
 
Point of Contact
Donald Thompson, Contracting Officer, Phone 301-713-0820 x118, Fax 301-713-0806, - Donald Thompson, Contracting Officer, Phone 301-713-0820 x118, Fax 301-713-0806,
 
E-Mail Address
don.thompson@noaa.gov, don.thompson@noaa.gov
 
Description
This amendment changes the contemplated number of awarded contracts from "one" to "one or more"; extends the response date ten days, from August 8, 2005 to August 18, 2005; and changes the delivery location to the Contracting Officer. All other terms and conditions remain unchanged. 1. The Project: NOAA has a requirement for LIDAR hydrographic surveying services to support nautical charting and related products for the coastal and adjacent ocean areas of the United States (including possessions and territories), the Great Lakes and other inland navigable waters. One or more three-year indefinite delivery contract, at an estimated $10 million per year, is scheduled for award in FY 2006 with performance of first work order commencing in 2006. Work orders under this contract will consist of but are not limited to: 1) acquiring shallow water airborne hydrographic LIDAR sounding data; 2) acquiring shoreline and coastal topographic LIDAR; 3) installing, operating, and removing water level (tide) stations; 4) acquiring related supporting data (e.g. water level correctors, secchi depth readings, etc.); 5) processing the data, including tidal tabulation, computation of tidal datums, tidal zoning determination, applying water level correctors to determine the true depths, and compiling reports, final smooth sheets, and digital data; and 6) performing quality control during data acquisition and processing; and 7) the delivery of the data, reports, and sheets to NOAA for archival and application to the nautical charts and associated nautical products. All work shall be performed to NOAA specifications and the data provided in NOAA specified formats. See http://chartmaker.ncd.noaa.gov/hsd/specs/specs.htm for typical technical specifications and a description of the deliverables. The final statement of work will tailor these specifications for each work order issued. A quality control plan will be a contract requirement. Potential vendors are encouraged to review the technical specifications and a description of the deliverables before responding to this announcement. This contract will permit that a Government COTR or observer be present during aircraft operations. 2. Selection Criteria: Firm must provide sufficient surveying equipment and sufficient technical, supervisory, and administrative personnel to ensure expeditious prosecution of work assignments. Participation by firms qualifying as small, small disadvantaged, and/or women-owned small businesses will be one of the factors of consideration in the selection process. To be considered for selection, a firm must demonstrate surveying experience in the types of surveys stated above and have on payroll at least two hydrographers and a tides/water level specialist. The two hydrographers must each have a minimum of three years experience in surveying using shallow water airborne hydrographic LIDAR systems and interpreting the data. The tides/water level specialist must have demonstrated experience in measurement of tides and water levels, tidal datums, and tidal zoning and their application to hydrographic surveying. Firms must show the availability of a suitable aircraft that complies with applicable FAA, ICAO, and other applicable state and federal regulations; data acquisition and processing systems; shallow water airborne hydrographic LIDAR system capable of detecting contacts measuring 2m x 2m x 1m high and capable of measuring water depths to 50 meters; GPS surveying equipment for establishing horizontal control; differential GPS equipment for aircraft positioning; water level measurement gauges; topographic lidar system. Evaluation criteria, in descending order of importance, are: (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 (personnel and equipment); (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules; (5) Location and knowledge: capability to work in diverse types of localities in the U.S., especially in Alaska; and (6) Proposed plans to provide meaningful subcontracting opportunities on this project to small, small-disadvantaged, and/or women-owned small business concerns. Evaluation criteria #6 will not apply to small business firms because subcontracting plans are not required from those concerns pursuant to FAR 19.702(b). Responding firms are requested to state whether they are a small, small disadvantaged business, women-owned, HUBZone, veteran owned, or service disabled veteran-owned small business. Responding firms are encouraged to use small business concerns in a meaningful manner in the execution of this project. Large business firms should demonstrate their commitment and discuss proposed plans to provide subcontracting opportunities to the small business community in the performance of this project. Specific abilities and disciplines required on this contract include (but are not limited to): Project Manager, Hydrographer experienced with lidar systems, Tides/Water Level Specialist, Land Surveyor, and GIS Specialist (Geographers/Cartographer/Geospatial Data Analyst). Firms should indicate their experience using a shallow water airborne hydrographic LIDAR system and provide an outline of how the Prime contractor will manage their team to ensure that quality products are delivered to NOAA. For evaluation factor (3) Capacity, a list of key personnel demonstrating their availability for the project considering other commitments and major equipment available for project assignment must be provided along with other pertinent data. The operating specifications of the shallow water airborne hydrographic LIDAR system and the topographic LIDAR system must be included. 3. Submission: All responsible sources may submit a response for consideration by NOAA. Prime contractors shall respond to this announcement for their teams. The prime contractor shall submit on original plus three copies of its team?s response to this synopsis. The response shall consist of Standard Form 330 (SF330) and other material not to exceed 100 pages in total. Each original and copy shall be bound (e.g. 3-ring binder, GBC comb binding, etc.). Facsimile responses are not authorized. Carefully read and follow the instructions printed on SF330. Present the team?s qualifications for this project in Part I. Submit a separate Part II for each firm that will be part of the team proposed for this contract. Use Part I, Section H, Block 30 to address: Capacity, Knowledge of the proposed project areas, and if not a small business, plans to use small business concerns in a meaningful role. Responses (SF330's) are due to the following address no later than 4:00 pm eastern standard time, August 18, 2005: U.S. Department of Commerce/NOAA, National Ocean Service (N/CS35), Attn: Donald Thompson, 1305 East-West Hwy., SSMC#4 Station 7166, Silver Spring, Maryland 20910. See Numbered Notes 24 and 26. Point of Contact: Crescent Moegling, Contract Specialist, 301-713-0833, x185, Email Crescent.Moegling@noaa.gov or Donald Thompson, Contract Officer, 301-713-0820, x118, Email Don.Thompson@noaa.gov
 
Place of Performance
Address: U.S. Department of Commerce/NOAA, National Ocean Service (N/CS35), 1315 East-West Hwy., SSMC#3 Station 6813, Silver Spring, Maryland 20910-3282
Zip Code: 20910-3282
Country: USA
 
Record
SN00861171-W 20050805/050803211827 (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.