Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOLICITATION NOTICE

T -- The U.S. Army Corps of Engineers, Huntington District announces procurement for Photogrammetry, GIS and Related Services for the Great Lakes and Ohio River Division. Point of Contact is Heather Keeling, 304-399-5255.

Notice Date
3/30/2010
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
USACE District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-10-R-0009
 
Response Due
4/29/2010
 
Archive Date
6/28/2010
 
Point of Contact
Ginny M Morgan,.
 
E-Mail Address
USACE District, Huntington
(ginny.m.morgan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Contract Information: This contract is being procured in accordance with the Brooks A-E Act (PL 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. Architect-Engineer Services are required for a full service mapping Indefinite Delivery Contract that includes but not limited to Photogrammetry, Geographic Information Systems (GIS) and related services for various civil works projects located within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division geographical boundaries which include the Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville and Pittsburgh Districts. The majority of the work under this contract will be done within the boundaries of the Huntington District. If work is required outside the Huntington District, wage rates will be furnished and new line items included by modification. One indefinite delivery contract will be negotiated and awarded with a base year and four option years. The contract amount will not exceed $5,000,000.00 over the life of the contract. Work will be issued by negotiated firm-fixed price task orders. The contract is anticipated to be awarded in September 2010. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The plan is not required with this submittal. Quality control plans will also be required at the time of award. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. 2. Project Information: Photogrammetric, Remote Sensing and Topographic Surveying requirements will include but not be limited to Conventional and Digital Imagery Acquisition, Ground Control Acquisition, Accurate Adjustment of the Imagery to the Earth, Feature and Terrain Data Collection, Light Detection and Ranging (LIDAR), and hyperspectral acquisition. GIS requirements will consist of GIS data collection, data conversion, attribution and metadata. 3. Selection Criteria: The selection criteria for this particular contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru F are primary. Criteria G thru H are secondary and will only be used as a tie-breaker among firms that are essentially technically equal. A. Specialized Experience and Technical Competence: The firm must demonstrate experience and familiarity with the utilization of Photogrammetric experience in aerial photography, Airborne Global Positioning System (ABGPS), geodetic and photo control survey, aerotriangulation, stereo compilation, digital orthophotography, topographic surveying, and LIDAR. GIS experience in data collection, data conversion, attribution and metadata. B. Professional Qualifications: The evaluation of professional qualifications will consider education, advanced training, professional registration, organizational certifications and overall and relevant longevity with the firm for the following key disciplines: 1) Certified photogrammetrists, 2) Professional land surveyors, 3) Stereoplotter operators, 4) GPS technicians, 5) CADD operators, 6) GIS analysts, 7) Pilots, 8) Aerial photographers, and 9) LiDAR analysts C. Equipment: Firms must provide a narrative demonstrating the availability of adequate equipment. Photogrammetric equipment will include: 1) airworthy aircraft, 2) certified digital and conventional aerial cameras, 3) photographic lab for producing aerial photography, 4) inertial motion unit, 5) geodetic grade GPS receivers, 6) hardware and software to perform aero-triangulation and map compilation, 7) high resolution scanner capable of seven micron resolution, and 8) topographic survey equipment. GIS equipment will include: 1) large format scanner and 2) hardware and software to process and compile GIS data. D. Capacity: Capacity to perform approximately $1,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of qualified personnel. E. Past Performance: Past Performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules as determined from PPIRS and other sources. The Past Performance Information Retrieval System (PPIRS) is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the government is not required to seek other information on the past performance of a firm if none is available from PPIRS. F. Small Business Participation: Extent of participation of small business (SB), small disadvantaged business (SDB), woman-owned (WO), HUBZone (HUBZ), service disabled veteran owned (SDVOSB), historically black colleges and universities (HBCU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, WO, HUBZ, SDVOSB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner. G. Geographic Proximity: Location of the firm in the general geographical area of the Huntington District headquarters. H. Equitable Distribution of DoD contracts: Volume of DoD A-E contract awards in the last 12-months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 4. Submission Requirements: Responses shall reference the solicitation number assigned to this procurement on the face of the envelope/package containing the proposal. Interested firms having the capability to perform this work must submit two copies of SF 330 Part I and two copies of SF 330 Part II for the prime firm and all consultants, to the above address not later than 4:30 PM on April 29, 2010. Include the firms DUNS number in SF 330, Part II, Block 4. In addition, all firms must describe their overall Quality Management Plan. Also indicate the estimated percentage involvement of each firm on the proposed team and include an organization chart of key personnel to be assigned to the contract. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. The Contract Specialist responsible for this procurement is Heather.D.Keeling@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-10-R-0009/listing.html)
 
Place of Performance
Address: USACE District, Huntington CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
 
Record
SN02107707-W 20100401/100331000230-69e00ef5b58f40b9dad9b86df5bd7c18 (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.