Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2007 FBO #2054
SOLICITATION NOTICE

C -- HYDROGRAPHIC SURVEYING AND RELATED SUPPORT SERVICES

Notice Date
10/7/2004
 
Notice Type
Solicitation Notice
 
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-NC-NJ3000-5-00001
 
Response Due
11/8/2004
 
Point of Contact
Linda Brainard, Contracting Officer, Phone 301-713-0820, Fax 301-713-0806, - Pauline Jaffee, Contract Specialist, Phone 301-713-0839, Fax 301-713-0809,
 
E-Mail Address
Linda.D.Brainard@noaa.gov, Pauline.Jaffee@noaa.gov
 
Description
Description: 1. The Projects: NOAA has a requirement for hydrographic surveying services to support its nautical charting mission. It is contemplated that two or more contracts will be awarded. Although each contract will have a nationwide scope, vendors are particularly sought with specific capability to satisfy NOAA’s hydrographic survey needs in three distinct geographic areas: (1) the navigable waters of Alaska, including remote areas, bays, and harbors, (2) the Gulf of Mexico, and (3) all other navigable waters of the U.S., including the east coast, Pacific, the Great Lakes and U.S. territories. Each indefinite delivery/indefinite quantity contract will have a five year term. Task orders will be issued against the resulting contracts based on available funding. The cumulative value of the task orders issued against the resulting contract(s) will not exceed $50 million. Task orders under the resulting contracts may consist of but are not limited to: 1) acquiring shallow water multibeam sounding data; 2) acquiring side scan sonar data; 3) acquiring vertical beam echosounder data; 4) determining positions and least depths on hazards to navigation; 5) installing, operating, and removing water level (tide) stations; 6) acquiring related supporting data (e.g. water level correctors, velocity of sound in the water column, vessel motion correctors, bottom sediment samples, etc.); 7) processing the data, including tidal tabulation, computation of tidal datums, tidal zoning determination, applying water level, vessel motion, and velocity of sound correctors to determine the true depths, correlating sonar targets, and compiling reports, final smooth sheets, and digital data; and 8) performing quality control during data acquisition and processing; and 9) 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 project instructions will tailor these specifications for each task order issued. A quality control plan will be a contract requirement. Firms responding are encouraged to review the technical specifications and the description of deliverables before responding to this announcement. The resulting contracts will permit a Government COTR or observer to be present during shipboard operations. If the contractor conducts vessel operations overnight, the contractor will be required to provide meals and accommodations to the Government COTR or observer. 2. Selection Criteria: Firms must provide sufficient surveying vessel(s) and equipment and sufficient technical, supervisory, and administrative personnel to ensure expeditious execution of work assignments. Utilization of small, small disadvantaged, women-owned, HUBZone, veteran-owned, or service disabled veteran-owned small businesses will be one of the evaluation factors 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 hydrographic surveying and demonstrated experience in surveying using shallow water multibeam sonar system, vertical beam echosounder, side scan sonar system 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 survey vessel(s) that complies with applicable U.S. Coast Guard, EPA, OSHA, and other federal regulations; data acquisition and processing systems; vertical beam echosounder system(s); shallow water multibeam sonar system(s) capable of detecting contacts measuring 2m x 2m x 1m high; side scan sonar system(s) that can detect a 1m x 1m x 1m target and with the capability to record data digitally; GPS surveying equipment for establishing horizontal control; differential GPS equipment for vessel positioning; water level measurement gauges; and equipment for determining velocity of sound in the water column. Evaluation factors, 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 in the general geographical area of the project and knowledge of work in diverse types of localities in the U.S.; (6) Proposed plans and goals to provide meaningful subcontracting opportunities on this project to small, small-disadvantaged, women-owned, HUBZone, veteran-owned, or service disabled veteran-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). An adjectival method will be used to rate each factor: Exceptional: The submission exceeded evaluation standards; has no significant weaknesses; reflects a high probability of satisfying the requirements. Acceptable: The submission met evaluation standards; any weakness can be readily corrected; reflects a good probability of satisfying the requirements. Marginal: The submission failed to meet minimum evaluation standards; has significant, but correctable deficiencies; reflects a low probability of satisfying the requirements. Unacceptable: The submission failed to meet the minimum standards; has a low probability of satisfying the requirements; reflects significant performance risk. Subsequent to the initial evaluation, those firms that are considered most highly qualified may be scheduled for interviews. Responding firms are required to state whether they are 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 include (but are not limited to): Project Manager, Hydrographer, Tides/Water Level Specialist, Land Surveyor, and GIS Specialist (Geographers/Cartographer/Geospatial Data Analyst). Firms should indicate their experience using a shallow water multibeam survey system and 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. 3. Submission: 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 one 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. Copies of the SF330, instructions for completing the SF330, and continuation pages can be obtained through the General Services Administration’s forms directory at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do Each original submission and copy shall be bound (e.g. 3-ring binder, GBC comb binding, etc.). Carefully read and follow the instructions printed on the SF330. The team’s qualifications for this project should be presented in Part I of the form. Responding firms must submit a separate Part II – General Qualifications of the SF330 for each firm that will be part of the team proposed for this contract. Evaluation criteria (3) Capacity, (5) Locality, and (6) Subcontracting as defined above should be addressed in Part I, Section H, Block 30 of the SF330. Responses (SF330s) are due to the following address no later than 2:00 pm eastern daylight savings time, November 8, 2004: U.S. Department of Commerce/NOAA, NOS/NMFS/OAR Acquisition Management Division (OFA65), Attn: Linda Brainard, 1305 East-West Hwy., SSMC#4 Station 7607, Silver Spring, Maryland 20910-3282. Any deliveries to SSMC4 shall be coordinated with Linda Brainard at 301-713-0820, extension 131 or Pauline Jaffe at 301-713-0823 extension 207. See Numbered Notes 12, 24, and 26.***** NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-OCT-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 10-JUL-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NOAA/AGAMD/Reference-Number-NC-NJ3000-5-00001/listing.html)
 
Record
SN01338808-F 20070712/070710223148 (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.