Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOURCES SOUGHT

67 -- Sources Sought - LIDAR System - Draft SOW

Notice Date
4/12/2010
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NCNL3000-10-03024
 
Point of Contact
John E. Whitfield, Phone: 301-713-0820 x135
 
E-Mail Address
john.whitfield@noaa.gov
(john.whitfield@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is the draft SOW that describes the Government's requirement. The National Oceanic & Atmospheric Administration (NOAA) National Geodetic Survey (NGS) intends to acquire equipment for aerial surveying in accordance with Commercial Off-The-Shelf Acquisition Strategies and the Federal Acquisition Regulation (FAR) Part 12. NGS needs to acquire airborne topgraphic lidar systems to support the Coastal Mapping Program (CMP) research and development projects, and emergency response activities related to natural and man-made disasters, the subsequent damage assessment and other special projects in the United States and its possessions. The applicable NAICS code is 334511, and the Size Standard number for small businesses is 750 employees. This requirement is fully open to all vendors, but the Government is seeking to determine if qualified small businesses exist who can fulfull this requirement. Be advised that NOAA may elect to issue one award or it may elect to issue No Award, based on the responses received and other factors. NGS cannot guarantee the total amount of work that may be assigned under any proposed contract, and the amount of work will vary depending upon the availability of funds. Awards under this contract may consist of but are not limited to: 1) airborne laser scanner; 2) integrated gps/inertial measurement unit system; 3) required sensor mount;4) post-processing software; 5) personnel training; 6)calibration & maintenance service; 7) system installation; and 8) data storage and serving system. All work will be performed to NOAA specifications. Please see the draft SOW attached. The contractor will permit a Government Contracting Officer's Representative or other designated observer during operations if deemed necessary. SELECTION CRITERIA: Qualified firms must demonstrate experience and a proven track-record of manufacturing, delivering, calibrating and maintaining topgraphic lidar systems. The firm must possess sufficient technical, supervisory, administrative, and QA personnel to ensure timely delivery of the required instrumentation. The evaluation criteria includes as follows: 1) Quality and completeness of proposals addressing the items outlined in the SOW; 2) specialized experience & technical competence in the type of work required; 3) capacity to accomplish the work in the required time (management, personnel & equipment); 4) past performance; 5) quality assurance/quality control. Firms should indicate in their SF330 their experience, specifically detailing a)the number of units sold tod date, b) average system age, c) relevant service data. Relevant service data shall include a minimum the number of unscheduled maintenance calls, average time in days to completely resolve unscheduled maintenance calls, frequency of scheduled maintenance and average time required for scheduled maintenance. Contractors shall submit one original plus 3 copies. The response shall consist of the SF330 and other material, not to exceed 100 pages in total. Each original and copy shall be bound (eg. 3 ring binder, GBC comb binding, etc.) with the original submittal clearly marked as such ("Original"). Fax responses are not authorized and will not be accepted, nor will email responses or hand delivered responses. Present the qualifications for this specific project in Part I of the SF330. Use Part I, Section H, block 30 to address Capacity and Knowledge of the system. Responses are due NLT 1pm EST on April 26, 2010 to the following:\ ATTN: John Whitfield U.S. Dept of Commerce NOAA/NOS/NMFS/OAR Acquisition Management Division OFA65 1305 East West Hwy, SSMC 4, Station 7167 Silver Spring, MD 20910-3282
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCNL3000-10-03024/listing.html)
 
Place of Performance
Address: Any resultant contract will be administered from the NOAA headquarters located at Silver Spring, Maryland:, 1315 East West Highway, Remote Sensing Division, Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN02118685-W 20100414/100412234238-d703e8a3947d82eb14b17d4ca6205989 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.