Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2008 FBO #2579
SOLICITATION NOTICE

T -- Side Scan Interpretation

Notice Date
12/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region I, One Congress Street, (MCP), Suite 1100, Boston, Massachusetts, 02114
 
ZIP Code
02114
 
Solicitation Number
COP9006R1
 
Archive Date
1/22/2009
 
Point of Contact
Robert Stachowski,, Phone: (617) 918-1913
 
E-Mail Address
stachowski.robert@epa.gov
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. EPA Region 1, Boston MA has a requirement to interpret data, create target catalog, create mosaic/map of sea bottom features using side scan images collected in 2006 and saved as a series of.xtf format files. The system used to create the images is a Klein 3000 Dual Frequency Digital Side Scan System. The size classification relative to NAICS Code 541360, (size standard of $4.5 million dollars). If at least two qualified Small Businesses submit quotes which are determined as “Fair and Reasonable”, then the procurement will be conducted as a Small Business Set-Aside. The side scan sonar system was used to acquire images to determine the following: 1)Locate two vessels sunk within the Portland Dredged Material Disposal Site (PDS) and vicinity. 2)Characterize the geotechnical properties of the surface sediments at the three PDS reference areas, and 3)Characterize the geotechnical properties of the surface sediments at the PDS. During real time imaging, and in playback, targets were identified at the PDS. These targets include probable shipwrecks, geological features and man made features such as trawl marks and dredged material disposal mounds. All side scan images were saved as a series of.xtf format files, and viewed using SonarPro, Klein’s data recording, playing and viewing software compatible with the Klein 3000. All.xtf files are Geo-referenced and will be provided on compact disks by EPA Region 1. Purpose The information produced by this contract will be used to map sea bottom of a special area of interest at the Portland Dredged Material Disposal Site (PDS). This will include documentation of the spatial extent and location of shipwrecks. Requirements We seek a contractor who can: •Interpret the images, with a certain level of confidence, by classifying targets up to six categories, including possible shipwrecks, construction debris, dredged material, geological features. •Provide a rationale for the level of confidence in identification of targets. •Provide locations of all targets, and an estimate of the margin of error in location for the targets. •Create one geo-referenced mosaic of the sea bottom that is compatible with ArcMap 9.x. Deliverables •A table listing the presumed identification, classification, and location of each target, cross linked to images of each target; •Geo-referenced mosaics of three areas in format compatible with ArcMap 9, and in color hard copy. •Report describing the results and methods used for analysis, and the rationale and confidence level in identifying and locating targets; •One meeting with EPA scientists in New England to discuss preliminary or final results; and •All deliverables to be provided in hard copy and electronically (on DVD) for both draft and final submittals. Additional Data Information: Data interpretation includes review of: 146.xtf files. Each file is approximately 49,000 KB data per file. Target (TCT) catalog and Target images of creation of target catalog through post processing. Vendor Requirements Vendors must be registered in Central Contractor Registration (CCR) before they can be awarded a resulting purchase order for the requirement stated herein. The vendor awarded this purchase order must abide by EPA EPAAR Clause 1552.235-71, “Treatment of Confidential Business Information”. This solicitation document incorporates the provisions and clauses in effect through Federal Acquisition Circular (FAC 2005-28) dated December 12, 2008. 52-212-1: Instructions to Offerors - 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 which apply to this acquisition. In addition to the previously stated Federal Acquisition Regulations, (FAR) clauses and the Environmental Protection Agency Acquisition Regulation, (EPAAR) clause 1552.235-71 the following FAR clauses are incorporated for this solicitation: FAR 52-219-6: Notice of Total Small Business Set-Aside. FAR 52-222-3: Convict Labor; FAR 52-222-19: Child Labor; FAR 52-222-21: Prohibition of Segregated Facilities; FAR 52-222-26: Equal Opportunity; FAR 52-225-13: Restriction on Certain Foreign Purchases; FAR 52-232-33: Payment by Electronic Fund Transfer; FAR 52-239-1: Privacy or Security Safeguards. Period of Performance Draft deliverables to be submitted within four weeks of contract award. Final deliverables to be submitted within 21 days of receipt of comments, (Draft deliverables) from the Government. The NAICS Code for this requirement is 541360 and the Size Standard is $4.5 million. Please email your Firm Fixed Price Quotation to the identified Point of Contact if you can provide the services requested in this Combined Synopsis/Solicitation by January 6, 2009. Verbal quotes will not be accepted. Contracting Office Address: One Congress Street, (MCP), Suite 1100 Boston, Massachusetts 02114 Place of Performance: Vendor Site Primary Point of Contact: Robert Stachowski Contracting Officer stachowski.robert@epa.gov Phone: (617) 918-1913 Fax: (617) 918-1909
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=985c091f56410136464b55180783efca&tab=core&_cview=1)
 
Record
SN01719585-W 20081218/081216215112-985c091f56410136464b55180783efca (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.