Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2015 FBO #4944
SOLICITATION NOTICE

T -- Indefinite Delivery Indefinite Quantity (IDIQ) for Surveying and Mapping Services

Notice Date
6/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
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, United States
 
ZIP Code
87102
 
Solicitation Number
AG-8371-S-15-0021
 
Archive Date
8/7/2015
 
Point of Contact
Sarah Valencia,
 
E-Mail Address
svalencia@fs.fed.us
(svalencia@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Architectural-Engineering (A-E) services are required for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Surveying and Mapping Services to support the Forest Service Southwestern Region. The government intends to award two IDIQ contracts from this announcement for a base period of one (1) year plus four (4) optional year periods. The resulting contracts from this solicitation shall not exceed 5 years from the date of award. Options are subject to satisfactory performance. This requirement is unrestricted and is open to all interested parties regardless of business size. Selection of A&E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required service. Contracts will be procured in accordance with the Brooks Act Procedures (Pub. L 92-582) and Federal Acquisition Regulations (FAR) Part 36. Firm fixed price contracts will be negotiated. Work will be negotiated and initiated by the issuance of Task Orders which shall not exceed $3,000,000.00 over the life of the contract. Successful firms are guaranteed $5,000.00 over the life the contract, per contract awarded. The wages and benefits of service employees performing under this contract must be at the minimum equal to those determined by the Department of Labor under the Service Contract Act. Large Businesses are reminded that a subcontracting plan will be required which provides for subcontracting work to small and small disadvantaged firms to the maximum extent practicable. The subcontracting plan is not required with this submittal; a detailed subcontracting plan will be required during contract negotiation. PROJECT INFORMATION: Professional 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 may 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 Global Positioning Systems(GPS); boundary surveys, bathymetric survey, 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. Both English and Metric systems of measurement may be utilized. Under this IDIQ the contractor shall furnish the required personnel, equipment, surveying and photogrammetric reduction/compilation instruments, aircraft and land transportation necessary to accomplish the required services and furnish government maps, digital terrain data, reports, and other data together with supporting material developed during the field data acquisition process. Responding firms are requested to clearly identify tasks to be performed in-house and tasks to be subcontracted. SELECTION CRITERIA: Selection Criteria is listed below in descending order of importance. Current experience is defined as experience within the last three years from the issuance of this synopsis/solicitation. 1. Specialized Experience and Technical Competence: a. Current experience in conventional large and small scale photogrammetric production in support of (engineering design, facilities management, and regional planning). b. Current experience and resources in boundary surveys, topographic surveys, easement surveys, control surveying, construction surveying, bathymetry surveying, preparation of legal descriptions, and marking and posting of boundary lines between Federal and non-Federal Lands. c. Current experience in digital elevation model (DEM) and digital terrain model (DTM) data collection, generation, and manipulation, and developing surface contour data. The acquisition and post-processing of airborne and ground-based LiDAR data into terrain products using state-of-the-art hardware, software, and analytical techniques. d. Quality control procedures to ensure product quality. The evaluation will consider quality control coordination between disciplines and subcontractors, and quality control procedures. e. Firm's facilities and personnel must have experience and capability to deliver digital data readable and fully operational with National Institute of Building Sciences United States National CAD Standards for AutoCAD, ERDAS Imagine Photogrammetry format, and U.S. Forest Service GIS Standards, and Safe Software's Feature Manipulation Engine (FME) workbenches. Firm's facilities must have experience and capability to deliver digital data readable and fully operational with CDROM/DVD disks, thumb drive and USB hard drives 2. Professional Qualification: The firm must have a certified or registered Photogrammetrist in-house that has experience in managing large and small scale mapping projects. The firm must also be able to provide Professional Engineers and Land Surveyor(s) registered in New Mexico, Arizona, as required by applicable state law. Evaluation will consider the availability of a qualified management team, quality control staff and technical staff to provide project oversight for Forest Service projects. The evaluation will consider education, training, registration, voluntary certifications (e.g., ASPRS Certified Photogrammetrist, URISA GISP), overall and relevant experience, and longevity with the firm. 3. Past Performance: Past performance within three years of issuance of this combined synopsis/solicitation on contracts with governmental agencies and private industry in terms of quality of work, cost control, contract performance, and compliance with performance schedules will be considered. 4. Capacity: The firm must demonstrate the personnel and equipment capacity necessary to accomplish two concurrent task orders. The firm must demonstrate sufficient capacity to respond quickly, mobilize qualified personnel, and produce quality results under short deadline constraints. The depth of personnel, the number of aircraft and equipment utilized and the firm's ability to respond quickly post fire, are some of the areas that will be considered when determining capacity. 5. Knowledge of the locality: Firms' demonstration of relevant experience in the states of New Mexico and Arizona forested lands. RESPONSE INFORMATION: Those firms interested in responding to this announcement shall submit one (1) copy of their Standard Form 330 no later than close of business, 4:30pm Mountain Time on July 6, 2015 to: USDA Forest Service, Southwestern Region, Attn: Sarah Valencia, 333 Broadway Blvd SE Albuquerque, NM 87102. Electronic submissions will also be accepted and must be sent to svalencia@fs.fed.us. Facsimile submissions will not be accepted. Late responses will be handled in accordance with FAR 52.215-1 Technical inquiries and questions related to this announcement must be submitted electronically to svalencia@fs.fed.us no later than June 26, 2015. Interested firms are encouraged to check daily the Federal Business Opportunities website http://www.fbo.gov for any amendments pertaining to this announcement. Firms interested in this requirement must be registered in the System for Award Management (SAM) www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/8371/AG-8371-S-15-0021/listing.html)
 
Record
SN03754833-W 20150607/150605234528-6a9803e0f19e9105c4cc96b05aff3b22 (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.