Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2007 FBO #1991
SOLICITATION NOTICE

67 -- Mapping Grade Digital Aerial Imaging System

Notice Date
5/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NCNL3000-7-06960
 
Response Due
5/23/2007
 
Archive Date
6/7/2007
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number NCNL3000-7-06960 is issued as a request for quotation. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Geodetic Survey (NGS) has a requirement to acquire a digital aerial imaging system to support the Coastal Mapping Program (CMP), the Aeronautical Survey Program (ASP), research and development projects, emergency response activities related to natural and man-made disasters and the subsequent damage assessment, and other special projects in the United States and its possessions. The applicable NAICS Code is 333315 - Photographic and Photocopying Equipment Manufacturing. The Size Standard number of employees is 500. This solicitation for aerial surveying equipment is fully open to all qualified vendors. The Department of Commerce, National Oceanic and Atmospheric Administration may issue zero or one award. The National Geodetic Survey may require maintenance service following the expiration of the warranty period for these products. Awards under this contract may consist of but are not limited to: (1) Aerial Imaging Sensor System; (2) Required Inertial Measurement Unit (IMU); (3) Required Sensor Mount; (4) Personnel Training; (5) Calibration and Maintenance service; (6) System Installation; (7) Image Storage and Serving system, and (8) Optional maintenance service. Please review the SOW attached to this synopsis for further details. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach- The likelihood of effectively meeting the requirements; 2) Past Performance- The relevance and quality of prior performance; and 3) Price- The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O)- Conspicuously striking in eminence; Good (G)- Beneficial and worthwhile; sound and valid; Adequate (A)- Reasonably sufficient and suitable; Marginal (M)- Minimally suitable at the lower limit. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-16. The provisions and clauses may be downloaded at http://acquisition.gov/far. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. The Government shall award a firm fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Digital Aerial Imaging System shall be delivered within sixty days of award notification. SUBMISSION: The firm must provide sufficient documentation showing a proven track-record of manufacturing, delivering, calibrating, and maintaining large-format digital aerial imaging systems. The firm must possess sufficient technical, supervisory, administrative, and QA personnel to ensure timely delivery of the required instrumentation. Firms should indicate in proposal their experience: (a) the number of units sold to date, (b) average system age and (c) relevant service data. The service data shall include at a minimum the (a) number of un-scheduled maintenance calls, (b) average time (in days) to completely resolve un-scheduled maintenance calls, (c) frequency of scheduled maintenance, (d) average time required for scheduled maintenance, and (e) warranty information. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and three (3) copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 8 1/2 -inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The offer, including the letter of transmittal, shall be limited to twenty (20) single sided pages. Submit offers arranged in three sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III - Price, firm fixed price for the following line items: (1) Aerial Imaging Sensor System; (2) Required Inertial Measurement Unit (IMU); (3) Required Sensor Mount; (4) Personnel Training; (5) Calibration and Maintenance service; (6) System Installation; (7) Image Storage and Serving system, and (8) Optional Maintenance Service. Each firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the firm fixed price. The Government shall not be liable for any costs incurred in response to this request. Interested contractors are invited to review the attached Statement of Work and provide a written and electronic response. Responses must be received by 12:00 Noon, May 23, 2007. Responses are to be emailed to kristen.s.evangelista@noaa.gov and mailed to Kristen S. Evangelista, DOC/NOAA/AGO, 1305 East West Highway, Sta. 7610, Silver Spring, MD 20910. Any hand carried deliveries to SSMC4 shall be coordinated with Shirley Johnson at 301-713-0820, extension 184. See Numbered Notes 1 and 24
 
Place of Performance
Address: 1315 East-West Highway, SSMC-3, Silver Spring, MD 20910
Zip Code: 20910
Country: UNITED STATES
 
Record
SN01289463-W 20070510/070508220247 (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.