Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

F -- ADS, 4-Band Multispectral Imagery. Develop digital ortho-photo for National Park Service unit being the entire area of Bandelier National Monument, New Mexico including the detached Tsankawi Unit.

Notice Date
7/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - BAND - Bandelier National Monument 15 Entrance Road Los Alamos NM 87544
 
ZIP Code
87544
 
Solicitation Number
N712710A032
 
Response Due
8/16/2010
 
Archive Date
7/16/2011
 
Point of Contact
Robert G. Maynard (Bob) Contract Specialist 5056723861548 Bob_maynard@nps.gov;
 
E-Mail Address
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
This is a COMBINED SYNOPSIS/SOLICITATION for commercial item (Services) prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. This requirement is being issued as Request for Proposal (RFP) No. N712710A032. This acquisition is subject to Public Law 100-656, Small Business Competitive Demonstration Program, and is open to all concerns regardless of size. NAICS code: 541370. This is a service contract and service contract wage rates apply. Service contract wage rates will be added as an amendment to this announcement. A firm fixed price contract will be awarded for these Commercial Items (Service). THIS ACQUISITION IS FOR THE FOLLOWING WORK: Develop digital ortho-photo for National Park Service unit being the entire area of Bandelier National Monument, New Mexico including the detached Tsankawi Unit. This project involves installation of ground control surveys, collection of imagery using an aerial digital camera system platform, and digital image processing as needed to produce digital orthophotography of Bandelier National Monument, New Mexico including the detached Tsankawi Unit (see attached map), with pixels sizes and remotely sensed imagery types that meet the stated specifications. The project has been divided into two functional tasks (task 1, establishment of new survey monuments, and task 2, acquisition and processing of ADS, 4-Band multispectral imagery; most of the actual work would occur during the 2010 calendar year with receipt of final product anticipated by early 2011. The digital orthophotography is to be acquired using a Leica ADS 40 or better Airborne Digital Sensor. The ADS40 is an airborne digital sensor with 2 or 3 panchromatic and 4 multispectral (RGB and near infrared) CCD line sensors. Each panchromatic sensor is set to collect forward, nadir and backward views, and it is able to acquire the same ground area 3 times at different viewing angles. Collect imagery during deciduous tree leaf-off conditions when the sun angle is at least 30 under clear atmospheric conditions between mid-October and early November 2010. Imagery shall not be acquired when the ground is visibly obscured by haze, snow, frost, smoke, dust, floodwaters or other environmental factors. Final imagery shall have less than 1% obstruction due to cloud cover or other environmental factors. The Contractor shall propose flying heights (above mean terrain) for the selected areas at the selected ground pixel resolutions. The contractor shall state the proposed ground sampling distance prior to re-sampling such that the imagery is acquired with a minimum of 30% side overlap between adjacent strips. Delivery of all required product deliverables is due within 180 days of the last date of aerial acquisition including the 30-day review and 30-day edit periods. The Contractor shall provide a detailed schedule for each task, including a 30 day review period for the National Park Service to inspect the products. An additional 30 days will be included to complete edits and corrections to the data. The National Park Service will retain exclusive ownership of the deliverables developed by the Contractor. The contractor shall provide concise documentation in the form of a project report detailing methods and specifications used to establish control points and process imagery in production of digital orthophotography. ____________________________________________________________________________________TASK 1 - Establishment of survey monuments and associated geodetic surveying to create survey control monuments in Bandelier National Monument to facilitate planned imaging acquisition (see Task 2) Project Description: This task will entail the establishment of ten new "permanent" survey monuments at locations determined to provide adequate ground control for proposed ADS imagery acquisition. Task 1 would involve establishing a minimum of ten permanent survey monuments within Bandelier National Monument, including high-accuracy, geodetic, GPS surveying (see attached Ground Control Survey specifications) of each survey monument to establish UTM (metric) and New Mexico State Plane (English) coordinates. The survey monument effort is in support of imaging acquisition planned for fall 2010 (Task 2); the number of new survey monuments required is the minimum necessary to provide adequate ground control for post-processing of ADS imagery. Survey monuments would be sited after reconnaissance of each target area and selection of mutually agreeable locations near intended target locations. Some of the target locations will necessarily be in remote backcountry areas accessible only on foot or by horse, and all equipment and supplies would need to be carried or packed in. Priority would be given to locations that would potentially survive long-term to enable repeated use as aerial imaging targeting sites. Standard permanent monument options include: 1) 3-1/2" brass or aluminum caps cemented into bedrock, 2) pre-cast concrete monuments with brass or aluminum caps set into the ground, and 3) 3/4" rebar driven to resistance in areas where bedrock is very soft; but actual standards for this project will be developed in consultation with National Park Service staff. All control will be surveyed using dual-frequency GPS survey equipment. Static GPS procedures using high-accuracy, dual frequency GPS will be conducted for each monument. Each new survey monument will also be tied to selected existing Bandelier primary control monuments as well as to an existing control point at the Santa Fe airport (required for digital imaging projects) using baseline surveys. A least-squares adjustment of all control will be performed on the survey data and positions published in UTM (metric) and NMSP (English). National Park Service and cooperating partners reserve the right to collect independent ground control for purposes of accuracy evaluation and quality control. Deliverables: 1) Establishment of ten (or more as required) permanent monuments within Bandelier National Monument per ABGPS survey standards (see attached Ground Control Survey specifications) which will serve as primary survey control for future mapping projects and digital imaging target; 2) Coordinates (UTM, NMSP) for survey points as component of ArcGIS shape file attribute table; 3) The contractor shall provide concise documentation of the methods used to establish control points. ________________________________________________________________________________TASK 2 - Collection of 1:3000 4-Band (R, G, B, CNIR), 16-Bit, ADS imaging of Bandelier National Monument Lands and Production of Digital Ortho-Photo Data. Deleted Item: Task 2 (delete 2000 Lidar evaluation @ 5K) Project Description: Finalize installation of ground control survey points, acquire 1:3000 4-Band 16-Bit airborne imagery with ADS40 or better sensor for entire park area (plus buffer) of ca. 53 square miles, process imagery and provide digital 4-Band (R,G,B,CNIR) ortho-product (15cm pixel resolution). Ideally, imagery acquisition would occur in a single flight between mid-October and early November 2010 weather permitting (i.e. cloud cover or other environmental factors obscuring <1% of ground surface).DELIVERABLES: Finalize Installation of Ground Control Survey PointsInstall visible targets and verify the integrity of each of the monuments prior to aerial flight. National Park Service staff will remove visible targets after the successful capture of digital imaging data. 1) Visible target installation immediately prior to imagery acquisition 2) Provide survey tie for airport base station to targeted ground control survey points at Bandelier Imagery Acquisition and Processing1) Set and maintain the Santa Fe Airport Base Station. 2) Acquisition of digital imagery (.5 ft or 6" [15cm] pixel resolution) for an approximately 53 square mile area using 4-band, 16 bit ADS40/SH52 digital airborne camera sensor or better. This will include approximately 100m buffers on borders where this is allowable, and up to 1000 m on the western border where that would be within the westernmost aerial swath (see attached map). Mobilization and imagery acquisition will require approximately 3-days depending on Flight Restrictions and weather. 3) Extract 5m resolution, auto-correlated DEM coverage from ADS imagery for ortho- rectification 4) Evaluate utility of existing Lidar 4ft DEM to enhance ADS 5m DEM 5) Post-processing of ADS imagery, including ortho-retification, to produce seamless, digital product (4-Band, (R,G,B,CNIR) 15cm pixel resolution) in NAD83 NAVD88 New Mexico State Plane Geoid 03 delivered on DVD or USB compatible hard drive. 6) The contractor shall provide concise documentation of the methods used to acquire and process imagery and generate the final digital orthophotography. Optional Item: if feasible, use existing 4ft Lidar dataset to enhance ADS 5m DEM for ortho-recDeliver by May 1, 2011 to Bandelier National Monument, 15 Entrance Road, Los Alamos, NM 87544. NOTE: Overflight permission's/ communications prior to scheduled imagery acquisition: Contractor will need to contact NNSA (National Nuclear Safety Administration at LANL (Los Alamos National Lab) to schedule entry into restricted airspace along the Hwy 4 flight line both at main unit and Tsankawi prior to flight, as well notify staff at TA-49 Interagency Fire Center, and adhere to relevant federal (DOI/NPS) and state (New Mexico) flight safety/ coordination/ and communication standards FAR 52.212-2, Evaluation-Commercial Items is applicable. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: EVALUATION FACTORS Technical Evaluation Factors for Award The National Park Service will award the digital orthophotography contract to a responsible contractor whose bid both conforms to the solicitation and is deemed most advantageous to the Government in terms of price, capability to do stated work and past performance as detailed below and in SOW, along with other relevant factors deemed pertinent to successful completion of work. The following two factors shall be used in evaluating proposals: FACTOR #1: Capability and past performance on projects of comparable work, scope, and complexity (60%) PAST PERFORMANCE INCLUDING RELATED EXPERIENCE ON SIMILAR PROJECTSPast performance on related work of a similar magnitude and complexity (e.g. establishment of ground control survey points in remote backcountry settings, and ADS40 digital imagery acquisition and processing for development of a digital orthophotography product including integration of existing lidar datasets) in the past three fiscal years with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. ABILITY OF PROFESSIONAL PERSONNELIdentification of company and individual personnel qualifications and experience as relates to fulfilling the particular needs and attributes of this project. DEMONSTRATED ABILITY TO MEET TIME AND BUDGET REQUIREMENTS KNOWLEDGE OF THE PROJECT LOCATION AND ATTRIBUTES WHICH AFFECT FEASIBILITY AND COST ESTIMATES FOR ESTABLISHMENT OF REMOTE BACKCOUNTRY SURVEY POINTS RECENT, CURRENT AND PROJECTED WORK LOAD OF THE FIRM AS RELATES TO ITS CAPABILITY TO FULFILL THE SCOPE OF WORK ON SCHEDULE CREATIVITY AND INSIGHT RELATED TO THE PROJECT GIVEN UNIQUE SETTING AND CONSTRAINTS OF WORKING WITHIN REMOTE AREAS WITHIN A NATIONAL PARK AND DESIGNATED WILDERNESS AREA EQUIPMENT & FACILITIESMake, model and specifications of major data collection, data processing and other equipment to be used in this project! Provide descriptions and references for similar previous projects completed within the last 5 calendar years. The National Park Service may at its discretion contact selected references to verify relevant information provided or seek additional clarification including: 1) that the contractor was capable, efficient and effective, 2) that the contractor's performance conformed to the terms and conditions of its contract; 3) that the contractor was reasonable and cooperative during performance; and 4) that the contractor was committed to customer satisfaction. In evaluating past performance the National Park Service may also contact other sources of information, including, but not limited to: Federal, state, and local government agencies, Better Business Bureaus, published media and electronic databases. FACTOR #2: Cost Breakdown (40%) Itemized budget is required showing breakdown of personnel, equipment, and supply costs including estimated costs which can be used to align scope of work with estimated cost and available funding. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. THE FOLLOWING PROVISIONS APPLY TO THIS ACQUISITION: DIAPR 2010-18 COR/COTR Authorities and Delegations; Executive Order 13513 Prohibition on Text Messaging and Using Electronic Equipment Supported by the Government While Driving; 52.212-1 Instructions to Offeror - Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.212-3Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Item; 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 1; 52.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7Central Contractor Registration; 52.204-08 Annual Representations and Certifications; 52-211-16 Variation in Quantity; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-20 Walsh-Healey Public Contracts Act; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-41 Service Contract Act; 52.225-1 Buy American Act - Supplies; 52.232-1 Payments; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.232-2 Service of Protest; 52.232-3 Protest After Award; 52.232-23 Assignment of Claims; 52.232-25 Prompt Payment; 52.233-01 Disputes; 52.244-06 Subcontracts for Commercial Items; 52.233-4 Applicable Law for Breach of Contract Claim; 52.243-1 Changes - Fixed Price Alt 1; 52.244-6 Subcontracts for Commercial Items; 52.246-2 Inspection of Supplies - Fixed Price; 52.246-4 Inspection of Services - Fixed Price; 52.247-34 FOB Destination FAR clauses and provisions are available through Internet access at https: https://www.acquisition.gov/far/index.html. Contractors are required to be registered in the Central Contract Registration (CCR) and the Online Representations and Certifications Application (ORCA) government systems prior to award to be eligible for government contract - the link can be found at http://www.ccr.gov. Contractors are required to be provide representations and certifications online at https://orca.bpn.gov All questions for this solicitation must be submitted in writing and e-mailed to Bob Maynard at bob_maynard@nps.gov. Proposals are due no later than 4 p.m. MDT, August 15, 2010. Proposals can be mailed to: National Park ServiceBandelier National Monument15 Entrance RoadLos Alamos, NM 87544-9508 or E-mailed to Bob Maynard at bob_maynard@nps.gov All responsible sources may submit an offer which will be considered. Wage Rates to be posted as a seperate document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N712710A032/listing.html)
 
Place of Performance
Address: Bandelier National Monument15 Entrance RoadLos Alamos, NM
Zip Code: 875449508
 
Record
SN02208334-W 20100718/100716234835-bca0ff00abba34ce27e382f8b1e60676 (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.