Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2007 FBO #1963
SPECIAL NOTICE

T -- Intent to Award Sole-Source

Notice Date
4/10/2007
 
Notice Type
Special Notice
 
NAICS
812921 — Photofinishing Laboratories (except One-Hour)
 
Contracting Office
Department of Agriculture, Forest Service, R-2/RMRS Central Administrative Zone, 240 West Prospect Road, Fort Collins, CO, 80526, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-82FT-S-07-0011
 
Response Due
4/20/2007
 
Archive Date
4/25/2007
 
Description
This is Notice of Proposed Contract Action Synopsis. There is no solicitation available at this time. Requests for a solicitation will receive no response. This Proposed Contract Action is published to notify potential sources that The Rocky Mountain Research Center intends to award a sole source Indefinite Quantity, Indefinite Delivery order contract, on behalf of the USDA Forest Service, Ogden Forestry Inventory and Analysis, to the USDA FSA Aerial Photography Field Office for archival photo imagery orders. The contract performance period is for a one year base period plus four option periods. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Date posted to FedBizOpps: 10 April 2007 Date posting will close: 20 April 2007 The total contract value and cumulative delivery order issuances will not exceed $175,000.00. The procurement shall consist of services including procurement of archival photo imagery for resource applications including but not limited to tree mortality studies, natural resource inventories and other resource applications. States for which photo imagery is commonly requested include Arizona, Colorado, Idaho, Montana, New Mexico, Nevada, Utah, and Wyoming. The imagery shall be available for online viewing and digital imagery shall be available for purchase on CD. Individual requested requirements include: 1) Black and white, 10? x 10? paper print photography; 1:20,000 fractional scale; 1667 feet per inch; one side of photo: 2.84 miles. 2) Color infrared positive photo (CIR), 10? x 10? paper print photography; 1:20,000 fractional scale; 1667 feet per inch; one side of photo: 2.84 miles. 3) Color negative paper, 10? x 10? paper print photography; 1:20,000 fractional scale; 1667 feet per inch; one side of photo: 2.84 miles. 4) Line indexes for NAPP and FS photography. 5) Digital indices and products. 6) National Aerial Photography Program (NAPP) photography. 7) Archival imagery. 8) National Agricultural Inventory program (NAIP) imagery. The North American Industry Classification System (NAICS) Code is 812921. The Size Standard is $6,500,000. The estimated value of this procurement is $175,000. The desired period of performance for the services described herein is anticipated to be 01 days after date of contract award and shall last for a period of 12 consecutive months. The North American Industry Classification System (NAICS) code for this requirement is 812921 "Film developing and printing/photo-finishing services". The responses to this synopsis will be used to confirm that this is a sole source requirement. This notice is not a Request for Proposals (RFP); it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to awarding a contract. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice of proposed contract action. Contractors who believe they possess the expertise and experience shall submit technical capabilities in writing to Tanya Bealmer, RMRS Acquisition Management, USDA Forest Service Central Administrative Zone, 240 West Prospect Road, Fort Collins, CO 80526, or electronically to: TBealmer@fs.fed.us. Voice communications will not be entertained. Responses must be received not later than 4:00 p.m. MST 19 April 2007. All documentation shall become the property of the Government. Firms responding must indicate the following information: Eligibility to the 8(a) program. Indicate the business size: small business or small disadvantaged business, veteran owned small business or HUB Zone certified, and indicate the appropriate NAICS code. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research.
 
Place of Performance
Address: RMRS Acquisition Management, USDA Forest Service, Central Administrative Zone, 240 West Prospect Road, Fort Collins, CO
Zip Code: 80526
Country: UNITED STATES
 
Record
SN01269776-W 20070412/070410220252 (fbodaily.com)
 
Source
FedBizOpps 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.