Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SOLICITATION NOTICE

T -- Leafy Green Aerial Photography

Notice Date
7/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
541922 — Commercial Photography
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, MD, 20857-0001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-Req1033014
 
Response Due
7/26/2007
 
Archive Date
8/10/2007
 
Small Business Set-Aside
Total Small Business
 
Description
REQ1033014 Leafy Greens Aerial Photography This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 541922, identified as REQ1033014, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procedures. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the FedBizOpps website for the release of any amendments to this solicitation. Hard copies will only be provided to individuals eligible under the Americans with Disabilities Act and Rehabilitation Act upon request. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. BACKGROUND In numerous produce/leafy green outbreaks, four consistent risk factors have been identified. These include: ? Fecally contaminated water used for irrigation (wells, reservoirs, surface water), through mixing with water used to dilute pesticides, or through unintentional contact via flooding ? Inappropriately composted manure used as fertilizer on growing fields ? Direct fecal contamination of product in fields from domestic or wild animals or from runoff from domestic or wild animals proximate to growing fields ? Fecal contamination from workers harvesting product However, regulators and industry members have not had objective data to begin to assess the prevalence and relative magnitude of the risks identified above. A review of existing data along with two proposed projects could provide regulators and industry members with some objective estimates of the prevalence and relative magnitude of two of the above risk factors. STATEMENT OF WORK The contractor shall work closely with the project officer throughout this project. The contractor shall: 1. Survey Animal Population: ? To estimate the prevalence of contamination occurring through proximity to domestic or wild animals such as dairy cattle, beef cattle, or feral pigs, we are proposing an aerial survey of x square miles (to be determined) in two different geographic areas of California that grow leafy greens. ? Past experience has shown that satellite imagery is not of sufficient resolution, too expensive, not current, and not always available in various combinations. Given the short time line here we do not feel that we can overcome these satellite problems in time for this seasons? effort. ? These intensive assessments would review the likelihood of contamination of the leafy green fields by direct contact with livestock or wild animals and from runoff from fecally contaminated water from domestic or wild animals. 2. Survey Water: ? A second proposed project would be a systematic scientific evaluation of x agricultural wells (could also do reservoirs/holding ponds or do reservoirs/holding ponds instead of ag wells ? reservoirs and holding ponds could also be identified from the aerial surveys above) in two leafy green growing regions in California. ? Two to ten square mile (to be determined) areas would be identified and randomly selected blocks of land would be identified from these areas. ? Protocols would provide investigators with information on where to begin the visual search for ag wells/reservoirs/holding ponds in this selected block. ? Investigators would complete sanitary surveys of ag wells and collect water samples from the first ag well/holding pond/reservoir identified in this randomly selected block. ? Additional water samples from the selected ag wells/reservoir/holding ponds would be collected (monthly, every other month, quarterly). SERVICES REQUIRED 1) Provide aerial photography/survey (fixed wing or rotor) of locations (leafy green producing fields and surrounding environment) as designated by FDA/CFSAN (or designee). Number and duration of flights to be determined. Specific locations (2-4 areas of a few square miles) will be determined prior to each flight, but will be within the central California area, as defined as all areas between a line North of Los Angeles east to the Nevada/Arizona border, and a line south of San Francisco east to the Nevada border (most likely Salinas Valley, San Bonito Valley and/or Central Valley agricultural areas.) 2) Schedule (actual flight times and duration) of aerial photography survey will be determined as the project progresses, and by arrangement with the vendor, to be occasionally made within 24 hours of notification, but normally within 5 working days. 3) Allow an FDA employee to ?fly-along? as passenger to direct the location of the photo survey or outbreak, and to point out any areas of special interest that may need further photographing. 4) Provide digital images (number determined during flight) of the location as designated by FDA. All images provided to FDA will be as digital files sized at a minimum of 8? x 12? at 300 dpi minimum All images will be made using a stabilized (gyro or stabilized lens) digital camera, with very high resolution imagery (minimum of 10 megapixels.) 5) All digital images will be delivered to FDA by electronic delivery, as agreed to by FDA. Acceptable delivery methods may include CDRom, DVD, Web access or FTP access, or other means as agreed. Raw images will be delivered within 24 hours of flight. Processed images will be delivered within a mutual accepted timeframe, but no later than 5 working days of flight. 6) Aerial photography may include vertical (straight down) imagery that can be orthorectified for measurement purposes. 7) Aerial photography will include low altitude, oblique (angled) views for close-up imagery of subjects 8) All images will be required to include GPS coordinates (Geo location synchronization) to be contained (imbedded as stored data) as EXIF information in each image file, as well as date and time stamp of the photo. 9) As designated by the FDA, selected images will be processed to be overlayed using Google Earth. Vendor will deliver to FDA appropriate Google Earth ?KMZ? data file with processed images. 10) All images (both raw and processed) obtained during the flight become the property of the US Government, and the Food and Drug Administration. Vendor agrees not to copyright or make available to any source without written authorization from the FDA DELIVERABLES The contractor shall: 1) As scheduled; perform aerial photography surveys of areas (to be determined) within 5 workdays of notification. Occasional flights may need to be made within 24 hours of notification. 2) As determined by FDA, 8? x 12? at 300 dpi (minimum) digital camera high resolution images (minimum of 10 megapixels) using gyro or stabilized camera/lens. 3) Electronic delivery of all raw images (Geo-coded) taken during each flight, within 24 hours of flight by CDrom, DVD, internet web access, FTP access or other agreed delivery method. 4) Electronic delivery of all processed images, within 5 working days of flight by CDrom, DVD, internet web access, FTP access or other agreed delivery method. 5) As determined by FDA, designated images processed as needed and ?KMZ? data file to overlay on Google Earth. PAYMENT SCHEDULE Monthly upon inspection and acceptance of deliverables by FDA Project Officer. PERIOD OF PERFORMANCE The period of performance will be from the award of the contract, not to exceed September 30, 2008. PLACE OF PERFORMANCE Number and duration of flights to be determined. Specific locations (2-4 areas of a few square miles) will be determined prior to each flight, but will be within the central California area, as defined as all areas between a line North of Los Angeles east to the Nevada/Arizona border, and a line south of San Francisco east to the Nevada border (most likely Salinas Valley, San Bonito Valley and/or Central Valley agricultural areas.) EVALUATION OF VENDORS The evaluation shall be based upon the completeness and thoroughness of the quotation for the services, as based on evidenced of meeting each of the items listed under ?Services Required?. Qualifications: PAST EXPERIENCE: The contractor must be able to demonstrate past experience directly relevant to the types of work needed. Such experience includes projects performed in the past five years similar in scope to the requirements of this Statement of Work. Interested parties may identify their interest by responding to this requirement within 5 calendar days after the date of publication of this notice. Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your DUN and Bradstreet number and banking information. The anticipated award date is07/25/2007. The following FAR clauses apply to this combined synopsis/solicitation. 52.212-1 Instructions to Offers-Commercial Items, 52.212-3 Offer Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items,52.217-8 Option to Extend Services (Nov 1999), All information received by 2:00pm EST on July 24, 2007 will be considered by the Government. All questions must be emailed no later than July 24, 2007 to roberta.richardson@fda.hhs.gov .
 
Place of Performance
Address: Central California, (most likely Salinas Valley, San Bonito Valley and/or Central Valley, Salinas, CA
Zip Code: 93901
Country: UNITED STATES
 
Record
SN01346645-W 20070721/070720001024 (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.