Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
SOLICITATION NOTICE

C -- A&E - Mapping Services

Notice Date
7/16/2009
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Forest Service, R-3 Southwestern Region, 333 Broadway, SE Acquisition Mgmt., Regional Office, Albuquerque, New Mexico, 87102
 
ZIP Code
87102
 
Solicitation Number
AG-8371-S-09-0005
 
Archive Date
8/14/2009
 
Point of Contact
Linda K. Marquette, Phone: (505) 842-3317, Carmen R Gallegos, Phone:
 
E-Mail Address
lmarquette@fs.fed.us, cgallegos@fs.fed.us
(lmarquette@fs.fed.us, cgallegos@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
The USDA, Forest Service, Southwestern Region solicits the services of Architectural & Engineering (A&E) firms for Photogrammetric Mapping, Aerial Photography (film and digital), Surveying, Aerotriangulation, and Large and Small-Scale Topographic Mapping. The Contractor will be required to perform services in and around National Forest lands in Arizona, New Mexico, and the panhandles of Texas and Oklahoma. The Government intends to award an Indefinite Delivery/Indefinite Quantity contract from this solicitation, for one base year with the potential exercise of four (4) option years. The option years are subject to availability of funds and satisfactory performance review. The minimum guarantee for the base year will be $2,000., and $1,000. for each of the exercised optional 1-year periods. The cumulative total of all task orders is estimated between $1 and $3 million over the life of the Contract. PROJECT INFORMATION: Surveying and mapping services are required to support the US Forest Service which include but are not limited to the planning, design, and construction of engineering projects. These services include photogrammetric mapping requiring acquisition of film and/or digital aerial photography, aerotriangulation, stereo mapping compilation, orthophotography, land use/land cover interpretation, creation of horizontal and vertical control networks, ground control for support of photogrammetric and LiDAR mapping, topographic mapping using total stations or GPS; detailed planimetric surveys; profile, cross section surveys. Geographic Information System (GIS) services required under this contract may include the creation, implementation, transformation, manipulation of spatial data supporting the management of ESRI Geodatabases. Firms shall be fully capable of furnishing survey and mapping data directly readable to AutoCAD®, Eagle Point LandCADD, Bentley Corporation graphic systems Microstation (*.dgn), Inroads, and ESRI® products. Firms should be familiar with and be able to provide TerraGO® GeoPDF® deliverables and support for SafeSoftware Feature Manipulation Engine (FME) workbenches upon request. Firms should be familiar and be able to accurately comply with the latest versions of the CAD Standards User’s Guide of the Rocky Mountain Region Center for Design and Interpretation http:///www.fs.fed.us/r2/cdi/index.shtml. In addition, GIS deliverables will require FGDC compliant metadata files validated through the USGS parser FGDC validation tool (http://geo-nsdi.er.usgs.gov/validation/). EVALUATION FACTORS: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). The board will evaluate the specialized experience on projects and the technical capabilities of the prime firm and any subcontractors. A. Specialized Experience and Technical Competence: (1) Current experience and resources in collection of aerial imagery for large & small scale photogrammetric mapping utilizing analog aerial cameras and/or digital aerial cameras (push-broom or frame system). This includes collection and processing of airborne GPS and/or inertial measurement unit (IMU) data if applicable; softcopy aerotriangulation and softcopy feature compilation. (2) Current experience in conventional large and small scale photogrammetric production in support of (engineering design, facilities management, and regional planning). (3) Current experience and resources in surveys in aerial photo control, geodetic control, topographic, boundary, and feature data collection both survey and GIS grades. (4) Current experience in orthophoto generation for large and small scale mapping projects. (5) Current experience in digital elevation model (DEM) and digital terrain model (DTM) data collection and manipulation, and developing contours, using state-of-the-art hardware, software, and analytical techniques. (6) Current experience and resources in the collection and processing of Airborne and Ground based LiDAR data into various mapping products to include elevation models, surface models, and contours for large and small scale mapping projects. (7) Facilities and personnel capable of scanning documents and aerial photographs and to provide geo-positioning services for aerial photographs and map documents. (8) Quality control procedures to ensure product quality. The evaluation will consider quality control coordination between disciplines and subcontractors, and quality control procedures. (9) Firm’s facilities must have experience and capability to deliver digital data on CDROM/DVD disks and USB hard drives. Digital data must be readable and fully operational with AutoCAD, Eagle Point LandCADD, ArcGIS, ERDAS Imagine, and Microstation formats. B. Professional Qualifications: The firm must have qualified and licensed Professional Engineers Certified Photogrammetrist or land surveyors registered in the states of the Southwestern Region (Arizona, New Mexico, Oklahoma, and Texas), as required by applicable state law and must demonstrate expertise in all aspects of photogrammetry and survey. Evaluation will consider; registrations of licensed land surveyors, Certified Photogrammetrists, and/or P.E., qualifications, availability of a qualified management team, quality control staff and technical staff in providing project oversight for Forest Service projects. The evaluation will consider education, training, registration, voluntary certifications (e.g., ASPRS Certified Photogrammetrist), preference with Certified Federal Surveyors Program (CFedS), overall and relevant experience, and longevity with the firm. C. Past Performance: Past performance on similar products and services requested with respect to cost control, quality of work, and compliance with performance schedules. D. Knowledge of the Locality: The firm must demonstrate knowledge of the Southwest’s (Arizona, New Mexico, Oklahoma, and Texas) unique issues such as; topographic and geographic conditions, mountainous range, and working with tribal governments. The evaluation will consider project examples and experience in the Southwest. E. Capacity to Accomplish the Work: Sufficient capacity to provide an immediate response, mobilize qualified personnel, and produce quality results under short deadline constraints such as for a forest fire emergency. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. RESPONSE INFORMATION: The NAICS is 541370, with a size standard of $4.5, this acquisition is not restricted. Those firms interested in responding to this announcement must submit 1 copy of their Standard Form (SF) 330 to: USDA Forest Service, Southwestern Region, Attn: Linda Marquette, 333 Broadway SE, Albuquerque, NM 87102, or electronic to lmarquette@fs.fed.us, no later than close of business July 30, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/8371/AG-8371-S-09-0005/listing.html)
 
Record
SN01877393-W 20090718/090716235929-10846514f8406996f5863b21db881a1f (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.