Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
SOLICITATION NOTICE

C -- Remote Sensing to Support Incident Management and Homeland Security. - Draft SOW

Notice Date
3/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-11-R-00044
 
Archive Date
4/14/2011
 
Point of Contact
Regina M. Cronin, Phone: 2024475982, Bonnie Evangelista, Phone: 2024475961
 
E-Mail Address
DHSRemoteSensing@dhs.gov, DHSRemoteSensing@dhs.gov
(DHSRemoteSensing@dhs.gov, DHSRemoteSensing@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft SOW Solicitation Number: HSHQDC-11-R-00044 Agency: Department of Homeland Security Office: Office of Procurement Operations, Enterprise Information Technology Acquisitions Division (EAD) Location: Nationwide Title-- REMOTE SENSING SERVICES TO SUPPORT INCIDENT MANAGEMENT AND HOMELAND SECURITY I. CONTRACT INFORMATION: The Office of Procurement Operations (OPO) is seeking qualified firms to provide aerial remote sensing services in support of incident management and homeland security missions throughout the Department of Homeland Security (DHS). OPO intends to award approximately four Indefinite Delivery/Indefinite Quantity (IDIQ) firm-fixed price type contracts with a five-year ordering period. These contracts will be established in accordance with The Brooks Act as implemented in FAR Subpart 36.6, Architect-Engineer Services. Services of qualified firms are sought to support emergency and non-emergency requirements for airborne remote sensing, which includes rapid deployment of aircraft, airborne imagery acquisition and processing, and rapid dissemination services. Firms will be selected for negotiation based on demonstrated competence and qualifications to accomplish the required work. The services will consist of Readiness Reporting, Deployment Exercises, Vertical and Oblique Aerial Image Acquisition, Lidar, Photogrammetric Data Processing, and Electronic Dissemination of Imagery Data for DHS. Work under these contracts will be performed nationwide within the United States and its territories. The combined ceiling value for the Remote Sensing IDIQ contracts will be $50 Million. Firm fixed price task orders under the proposed IDIQ contracts will be negotiated by component level Contracting Officers (COs) across DHS. The ceiling amount will not exceed $50 Million combined across the IDIQ contracts. The NAICS codes for this procurement will be 541360 Geophysical Surveying and Mapping Services and 541370 Surveying and Mapping (except Geophysical) Services. The small business size standard is $4.5 million. This announcement is open to all businesses regardless of size. All interested firms are reminded that in accordance with the provisions of Public Law (P.L.) 95-507, the Small Business Act, they will be expected to place subcontracts with small and small disadvantaged firms to the maximum practicable extent consistent with the efficient performance of the contract. If a large business is selected for this contract, it must comply with FAR 52.219-9, Small Business Subcontracting Plan regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract, which are subject to change, currently are that a minimum of 40% of the Contractor's intended subcontract amount be placed with small businesses (SB), including (1) small disadvantaged businesses (SDB), 5%; (2) woman-owned small businesses (WOSB), 5%; (3) HUBZone small business, 3%; and (4) service-disabled veteran-owned small business, 3%. A subcontracting plan is required with this submittal. II. PROJECT INFORMATION: Services required include readiness reporting (location, configuration and status of aircraft and sensors), deployment of aircraft and camera systems, airborne imagery acquisition in vertical and/or oblique renditions, image processing, data dissemination and specialty acquisition using lidar or other types of airborne sensors. Remote Sensing IDIQ contract awardees will participate in planned exercises (minimum of one per year) to test and verify that they have the capability to meet rapid turnaround requirements for imagery acquisition, processing and dissemination. Work will be performed for the US Department of Homeland Security. A draft statement of work (SOW) is provided with this synopsis for informational purposes to assist offerors when completing their SF 330s. III. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). A. Specialized Experience and Technical Competence: (1) Experience in collection of aerial imagery using digital aerial cameras in vertical and/or oblique renditions, and imagery to support emergency incidents will be acquired based on predicted levels of damage; (2) Current experience in the management of multiple aircraft to provide national coverage; (3) Current experience with vertical digital camera systems that collect four (4) co-registered spectral bands to create natural color and false color infrared renditions, current experience with digital camera systems that collect vertical and multiple axis oblique imagery; (4) Experience in the completion of image acquisition and processing tasks in response to emergency incidents; (5) Ability to disseminate processed orthophotography and/or oblique imagery via high performance, Open Geospatial Consortium (OGC) compliant web services; (6) Ability to disseminate processed orthophotography via high speed secure data transfer to Government-specified servers; (7) Ability to acquire and process lidar data to nationally recognized standards; (8) Ability to report the location, configuration and status of aircraft via electronic communication methods to include map visualization, GeoRSS or other means. B. Professional Qualifications: The firm shall have qualified personnel certified in photogrammetry with demonstrated expertise in all aspects of aerial mission planning, photogrammetry and remote sensing; a qualified management team, technical and quality control staff. The evaluation will consider education, training, registration, voluntary certifications (e.g., ASPRS Certified Photogrammetrist), overall and relevant experience, and longevity with the firm. C. Capacity to Accomplish the Work: (1) Demonstrated procedures and tools to ensure imagery can be acquired and processed in 48 hours or less; (2) Availability of an adequate number of personnel in key disciplines (management, quality control, and technical); (3) Capacity of firm to furnish photogrammetric equipment including owned, leased or contracted aircraft, large and medium format digital cameras (vertical and/or oblique), (4) Capacity to provision aircraft navigation and photo/sensor control, hardware and software to perform orthophoto production, (5) Capacity to acquire and process lidar elevation data collection to support production of products in accordance with FEMA Guidelines and Specifications for Flood Hazard Mapping Partners Appendix A, April, 2003; (6) Demonstrated project management skills, tools and past experience monitoring multiple task orders simultaneously; (7) Capacity to support multiple and/or simultaneous work orders and; (8) Capacity to support multiple geographic locations D. Past Performance: Past performance completing aerial imagery collection and processing to support emergency incidents on other contracts with respect to cost control, quality of work and compliance with performance schedules, and the credibility of the documentation included in the SF 330 and other sources. DHS may use publicly available reports, and/or data from Architect-Engineer Contract Administration Support System (ACASS). The Government may also use present and/or past performance data obtained from a variety of sources, not just those contracts identified by the offeror in evaluating past performance. E. Small Business (SB) and Small Disadvantaged Business (SDB) Participation: Extent of participation of SB, SDB, woman-owned businesses, HUB Zone and Disabled Veteran-Owned Small Businesses will be measured as a percentage of the estimated effort. IV. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit completed SF 330 to Regina Cronin, Contract Specialist, no later than April 13, 2010. Please see the submission instructions below. Include the firm's DUNS number on SF 330, Part I, Block 5 and Part II, Block 4. In SF 330, Part I, Section D, include an organization chart of the key personnel to be assigned to the project. In SF 330, Part I, indicate in Section C-11 or Section H if the prime has worked with the team members in the past five years and the estimated percentage involvement of each firm on the proposed team. In the SF 330 Section H: describe owned, leased or contracted equipment that will be used to perform this contract; describe the firm's overall Design Quality Management Plan (DQMP) (A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission.). No other notification to firms under consideration for this work will be made. V. SUBMISSION INSTRUCTIONS: Interested firms shall submit one hardcopy and one e-mail copy of the SF330. The e-mail copy will constitute the official copy for timely receipt. E-mail copies shall be submitted to the following address: DHSRemoteSensing@dhs.gov Please note the maximum size for e-mail attachments is 5MB. DHS cannot receive attachments larger than 5MB. In the event of a conflict between the contents of the hardcopy version of the SF 330 and the electronic version, the hardcopy shall prevail. The interested firm shall provide a certification that the hardcopy version of the SF 330 is exactly the same as the electronic version. Hand delivered or fax submissions are not permitted. Hardcopy submissions shall be submitted to the below mailing address: Contract Specialist/Regina Cronin/Remote Sensing MGMT/OPO/Mailstop 0115 Department of Homeland Security 245 Murray Lane SW Washington, DC 20528-0115 Interested firms should note that when mailing their submission packages via United States Postal Service or commercial carrier that OPO screens all incoming mail at a satellite facility prior to arriving at OPO HQ. Screening operations could delay delivery of submissions to the government. Submissions must be received by the above specified deadline. The cutoff date for questions related to this synopsis and the draft statement of work is March 21, 2011. The Contract Specialist shall receive any requests for explanations concerning the synopsis and draft SOW by electronic mail at: DHSRemoteSensing@dhs.gov. Any attached files must be virus free and readable by Microsoft Office 2003. When submitting questions and comments, please refer to the specific text of the synopsis in the following format: Subject: Solicitation Number HSHQDC-11-R-00044 Reference: Document Section:_____. Paragraph:_____, Page(s):_____ Points of Contact: Regina Cronin, Contract Specialist Bonnie Evangelista, Contract Specialist Email: DHSRemoteSensing@dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-11-R-00044/listing.html)
 
Place of Performance
Address: OCONUS-contract performance will be at multiple geographic locations., Washington, District of Columbia, 20528-0115, United States
Zip Code: 20528-0115
 
Record
SN02397795-W 20110312/110310234412-8b2a6933e0530b28b38deb7204f639c5 (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.