Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2008 FBO #2312
SOLICITATION NOTICE

C -- Aerial Photography - Reclamation-wide

Notice Date
3/24/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
BUREAU OF RECLAMATION - SLC 125 South State Street Room 6107 Salt Lake City UT 84138
 
ZIP Code
84138
 
Solicitation Number
08SP408221
 
Response Due
5/6/2008
 
Archive Date
3/24/2009
 
Point of Contact
Leslie Corpening Contract Specialist 8015243613 lcorpening@uc.usbr.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Bureau of Reclamation (Reclamation) is issuing a solicitation requesting the submission of SF-330's for the purpose of providing Land Surveying, Photogrammetry, LiDAR, Imagery and related services needed to further the planning, design, construction, and operation and maintenance (O&M) studies of scheduled projects. The majority of work to be performed will be in support of Reclamation's activities in the 17 western states (all contiguous states west of the Mississippi River). Reclamation reserves the right to request work to be performed in other geographic areas within the United States, such as Alaska and the states east of the Mississippi River, if a Reclamation need exists in that area. The list below provides a general description of the type of work to be covered under the contract. The majority of the work is anticipated to fall under Item Nos. a, d, e, h, and n (a) Control Data. Primary and Secondary horizontal and vertical control data. (b) Negatives/Contact Prints B&W. Original 10"x10" vertical aerial photographic negatives (panchromatic film) and contact prints thereof. (c) Negatives/Contact Prints Color or Color Infrared. Original 10"x10" vertical aerial photographic negatives (color negative film) and contact prints thereof. (d) Digital Aerial Photography. Photography obtained in a digital format or scanned from captured (or multiple captured) film photography to produce digital ortho-rectified aerial photography to meet a specified accuracy and resolution requirement. Accuracy requirements will typically be referenced to National Map Accuracy Standards (NMAS) or American Society for Photogrammetry and Remote Sensing (ASPRS) standards. Digital photography requests include, but are not limited to, black and white, true color, color infrared, or four (4) band (red, blue, green, and near infrared bands). (e) LiDAR Datasets. Post processed LiDAR datasets of DTM, DSF, difference of DTM and DSF, LiDAR intensity, etc. LiDAR dataset requests include, but are not limited to, digital contour lines, breaklines, mass points, TINs, and grid elevations. A variety of file formats may be requested for these requests. (f) IFSAR Datasets. Post processed IFSAR datasets of DTM, DSF, difference of DTM and DSF, IFSAR intensity, etc. IFSAR dataset requests include, but are not limited to, digital contour lines, breaklines, mass points, TINs, and grid elevations. A variety of file formats may be requested for these requests. (g) Topography Maps. Topography maps at the scale and contour interval to be specified in individual task orders. (h) Digital photogrammetry products. Products obtained by photogrammetric methods from aerial photography, LiDAR, IFSAR, or other instrument or scanned/digitized from paper/film images, paper/electronic drawings, or other media. Products include, but are not limited to, ortho-rectified digital imagery, stereomodel imagery and related data, sheet indices of aerial photography, contour mapping, digitized geographic features (roads, canals, observable constructed features, etc.), elevation models, thematic mapping (river planforms, vegetation mapping, thermal mapping, etc.), elevations along an established cross section line, creation of river mile markers from established mile marks at observable features, etc. Instrument as used in this solicitation refers to any number of electronic, optical, mechanical, or combination thereof equipment that is used to capture information about the earth's surface, such as elevation, coordinates, pictures, temperature, etc., from an airplane, helicopter, boat, or other similar platform. (i) Field Cross Sections. Field surveyed cross sections obtained by ground survey. (j) Underwater Mapping of Rivers/Reservoirs. Obtain bottom profiles of rivers and/or reservoirs using water penetrating instruments such as sonar or bathymetric LiDAR. Requests include, but are not limited to, digital contour lines, breaklines, mass points, TINs, and grid elevations. A variety of file formats may be requested for these requests. (k) Supporting Data and Materials. All materials and data required for preparing the engineering maps. These materials and data shall include any and all photo negatives, compilation sheets, manuscripts, copy negatives, etc. (l) Survey Notes. All survey notes and computations required to assure accuracy of horizontal and vertical control. (m) Computer Aided Design (CAD) Data. CAD drawings and all data and supporting materials required for the preparation of CAD drawings. (n) Metadata. Creation of FGDC (Federal Geographic Data Committee) compliant metadata for georeferenced data products. Contractor Personnel Requirements - The following Key Personnel are required for work under this contract, with required qualifications and responsibilities as stated below. A list of Key Personnel shall be submitted as part of the Contractor's proposal and shall include personnel names, education, and work experience. Contractor personnel may be listed for more than one Key Personnel position, provided that they meet the qualifications of each position. If a Key Personnel position is being filled utilizing a subcontractor, the Contractor must provide the name of the subcontractor in addition to the other requested information. PROFESSIONAL PHOTOGRAMMETRIST: A minimum of ten (10) years of experience in photogrammetry and aerial photography work similar to that required under this contract. A college degree related to this field will be credited for two (2) years of experience. At least five (5) of the years must have been obtained through work done since 2000. The Photogrammetrist must be certified by the American Society of Photogrammetry and Remote Sensing (ASPRS) or hold a similar professional certification from a society approved by the Contracting Officer. The Photogrammetrist shall perform, or supervise, the acquisition and production of all photogrammetric products, including aerial photography and LiDAR. PROFESSIONAL ENGINEER: A minimum of ten (10) years of experience in civil engineering design, analysis, and construction work. A college degree related to this field will be credited for two (2) years of experience. At least five (5) of the years must have been related to the collection or utilization of data needed for the design and construction of civil engineering projects such as river restoration, road and bridge work, earthen and concrete levee and dam construction, development of rock and soil stockpile areas, construction of water distribution systems, etc. The Engineer must be a Professional Engineer registered with the appropriate state certifying board in a civil engineering discipline in one of the 17 western U.S. states. The Engineer shall perform or supervise the planning, production, and evaluation of all CAD and engineering design products to assure that the requested products for engineering work meet the stated criteria and are suitable for the purpose stated in individual task orders. The Engineer shall also check and stamp/seal all plan and profile drawings. When requested in individual task orders the Engineer shall also stamp/seal deliverables used directly to design critical engineering infrastructure. PROJECT MANAGER: A minimum of five (5) years experience in photogrammetry, engineering, or aerial photography work similar to that required under this contract and a minimum of two (2) years experience in project management for Reclamation, USGS, or similar scoped projects. The Contractor shall provide a Project Manager for each task order, who shall be responsible for scheduling and coordination of the work and shall serve as the primary contact to the Contracting Officer. PHOTOGRAPHER: A minimum of five (5) years of experience in collecting aerial photography and mapping related products (film photography, digital photography, LiDAR, IFSAR, sonar, etc). At least three (3) of the years must have been related to the collection of aerial photography products in terrain similar to the 17 Western states. The photographer utilized in individual task orders must have a minimum of two (2) years of experience in the collection of the requested collection system, whether it be film photography, digital photography, LiDAR, IFSAR, or other instrument. LICENSED PILOT: A minimum of ten (10) years of experience in flying aircraft typically utilized for aerial photography acquisition. At least five (5) of the years must have been related to the collection of aerial photography products in terrain similar to the 17 Western states. The pilot must be a Licensed Pilot with the appropriate Federal, State, and local agencies. The Pilot shall be responsible for assuring that all flights are flown according to existing rules and regulations. The Pilot shall also be responsible for notifying the appropriate Reclamation area or field office(s), as listed in individual task orders, at least 24 hours prior to flying. LICENSED SURVEYOR: A minimum of ten (10) years of experience in survey work. A college degree related to this field will be credited for two (2) years of experience. At least three (3) of the years must have been related to the collection of survey data directly used for aerial photography control. The Surveyor must be a Professional Land Surveyor registered with the appropriate state certifying board in the state where the work for the individual task order is requested. A Licensed Surveyor shall be provided with the list of Key Personnel for each of the 17 Western U.S. States. The Surveyor shall perform, or supervise, the planning, day-to-day field work, and evaluation of all survey work that is used for control on aerial photography products to assure that the ground survey information is of the accuracy required. All field notes and data submitted shall bear the certification of the Surveyor showing that the work was performed by him or under his supervision, and shall be stamped or impressed with his seal. When requested in individual task orders, the Surveyor shall also stamp/seal survey data or products directly generated by the survey data. LICENSED BOAT OPERATOR: A minimum of ten (10) years of experience in piloting boats or other watercraft typically utilized for underwater measurements. At least five (5) of the years must have been related to the collection of underwater measurements in terrain similar to the 17 Western states. The Boat Operator must be a Licensed Boat Operator with the appropriate Federal, State, and local agencies. The Boat Operator shall be responsible for assuring that all measurements are done in accordance with all existing rules and regulations. Boat Operators must also provide assurance that their boat or watercraft has been cleaned to avoid possible contamination of zebra or quagga mussel larvae. Evaluation Factors: Note: Evaluation factors will all be treated equally. 1. Capability to complete the work in the required time - Factors to be considered include the appropriateness of the proposed technology and methodology, equipment owned by the offeror and available for use, capability to complete the work in the required time, and the clarity of the proposal. The work and products typically required by Reclamation include; engineering design data/drawings/maps, topographic mapping, survey control data for civil engineering and photogrammetric projects, elevation data, and aerial photography/imagery data collection and production. 2. Capability to adequately respond to simultaneous projects and/or emergency work in a timely manner - Factors to be considered include the offeror's in-house capabilities, methods and equipment, and the offeror's ability to complete emergency work in a short time period. Other factors to be considered include the location of available subcontractors and their staff expertise, equipment, and experience. 3. Personnel - Factors to be considered include education, work experience, and technical competence of the offeror's key personnel. Key personnel include Professional engineer, ASPRS certified photogrammetrist, Registered land surveyor, Project Manager, Licensed pilot, and Licensed boat operator. Key personnel must have knowledge of control necessary for engineering designs, experience with aerial photography as it relates to collecting information for engineering design, and ability to produce engineering maps and drawings. 4. Past performance - Factors to be considered include the offeror's past performance on contracts with Government agencies (Federal, State, local) and/or private industry with regard to type of work, quality of work, cost control, and compliance with performance schedules within the last 3 years. 5. Geographic location - Factors to be considered include the proximity of the offeror's primary base of operations, personnel, and equipment to Reclamations geographic area of operations (17 western contiguous states). Offeror must disclose if any significant amount of work will be done outside of the 17 western states or outside of the United States. U.S. Government project based aerial photography, imagery, or elevation data must not leave the United States. Scoring Adjectives for Evaluation Factors - Outstanding "O" - Very significantly exceeds most or all evaluation criteria requirements as outlined in the description of work. Provides more than sufficient information to demonstrate an understanding of the work requirements. Response exceeds a "Better" rating. Better "B" - Fully meets all evaluation criteria requirements and significantly exceeds many of the evaluation criteria requirements as outlined in the description of work. Response exceeds an "Acceptable" rating. Acceptable "A" - Meets, but does not exceed all evaluation criteria requirements. Exemplifies an understanding of the task requirements as outlined in the description of work. Unacceptable "U' - Incomplete response. Omissions in addressing the evaluation criteria as outlined in the description of work. Insufficient information to determine if the Governments requirements could be fulfilled. The expected duration of the contract will be 5 years with an option to extend up to 6 months. The work will be performed under NAICS Code 541370. The contract will be indefinite delivery/indefinite quantities, firm-fixed price. The requirement is being procured utilizing Architect/Engineer procurement procedures as described in FAR 36. SF-330s must be submitted by May 6, 2008, 11:00 a.m. local time to Ms. Leslie Corpening, UC-848, Bureau of Reclamation, 125 South State Street, Room 6107, Salt Lake City, UT 84138-1147. Only hard copies of SF-330s will be allowed. Submit a total of 6 copies of the SF-330s. Prospective vendors must register in CCR prior to the award of a contract. Information, Central Contractor Registration Handbook and the registration process can be obtained via the CCR web site, http://www.ccr.gov. or by calling 1-888-227-2423. Disclaimer (Acquisition Notification Service): This service is provided for convenience only and does not serve as a guarantee of notification. Subscribers to this list service are ultimately responsible for reviewing the Federal Business Opportunities site for information relevant to desired acquisitions.)
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142540&objId=184669)
 
Place of Performance
Address: The 17 contiguous western states (west of the Mississippi River)
Zip Code: 871022352
Country: US
 
Record
SN01540114-W 20080326/080324224928 (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.