Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 20, 2001 PSA #2834
SOLICITATIONS

T -- AERIAL PHOTOGRAPHY/DIGITAL IMAGERY

Notice Date
April 18, 2001
Contracting Office
USDA-FSA-Aerial Photography Field Office, 2222 West 2300 South, Salt Lake City, Utah 84119-2020
ZIP Code
84119-2020
Solicitation Number
(RFP) USDA/FSA-11-01
Response Due
May 9, 2001
Point of Contact
W. Geoffrey Gabbott, Contracting Officer (801) 975-3500 ext. 207
E-Mail Address
E-Mail Link (contracts@apfo.usda.gov)
Description
(1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (2) This solicitation, number USDA/FSA-11-01, is issued as a request for proposal (RFP). (3) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24. (4) This procurement is unrestricted, not set-aside for business type or size, under the NAICS Code of 541922, Commercial Aerial Photography, with a business size standard of $5.0 million. (5) Contract line item numbers shall be assigned according to county or blocks of counties awarded. Units of measure are based on county square miles. Offerors may submit proposals for as many counties as their capacities will allow. (6) Description of requirements: Natural color digital imagery, geo-rectified, by county of the state of Minnesota in support of USDA/FSA Compliance Program; Price proposal must include: County identification and total square miles, Unit Price per square mile $___, and Total Price $___ (unit price times square miles = total price). Technical proposal must address image acquisition, processing, and production of geo-rectified color digital imagery, by county. The accuracy of the geo-rectification must be such that an area measurement taken from any part of a geo-tiff image will be within +/-5% of the same area's measurement against a reference source meeting National Map Accuracy Standards: either a USGS 7.5 minute topographic map or a USGS digital ortho quarter quad (DOQQ) or a USDA mosaicked digital ortho quad (MDOQ). Resolution requirements must meet or exceed a minimum 2.0 meter pixel resolution. Minimum image coverage area shall be one section (one square mile), with a 180 meter buffer on all four sides of the section. Image file shall be provided in geo-tiff format, by county, on CD-ROM. The approximate performance period for image acquisition is the prime agricultural growing season, June 1, 2001 through July 20, 2001. (7) County imagery is to be delivered on CD-ROM in ISO 9660 Format with final shipment delivery due on or before August 19, 2001. Deliveries are FOB Destination to: Contracting Officer, USDA-FSA-Aerial Photography Field Office, 2222 West 2300 South, Salt Lake City, Utah 84119-2020. Acceptance/Rejection will be determined within fifteen (15) days of product receipt. (8) Provision 52.212-1, Instructions to Offerors -- Commercial, is applicable to this acquisition. (9) Provision 52.212-2, Evaluation -- Commercial Items (a) 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: 1. Price. While technical capability and past performance are considered more important than price, the proposed price between technically superior proposals shall be an important factor in selection of a proposal for award. The government reserves the right to make an award to other than the lowest priced offeror, or other than the highest technically rated offeror, when the perceived benefits and tradeoffs provide the government the greatest value. 2. Technical Capability. Evaluation will be based on statements submitted by the offeror regarding a) detailed description of approach to the job, b) specific procedures and processes including quality control c) project management techniques, and d) specialized equipment to be used in the performance of the work. 3. Past Performance. Evaluation will be based on relevant performance history of the offeror for similar type work. The offeror shall submit three references for evaluation of past performance. Each reference shall include a) general assessment of contract performance, b) project completion record as compared to required schedules, and c) delivery schedule compliance record. Technical capability and past performance, when combined, are more significant when compared to price. (b) Options. There are no options in this procurement. (c) 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. (10) Offerors shall include a completed copy of provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its proposal. (11) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, is applicable. (12) Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, is applicable including the following clauses; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. (13) Additional contract terms and conditions include: (a) All rights to data contained in the imagery are transferred to the Government upon acceptance, for placement in public domain, and (b) Progress reports are required to monitor contract performance. (14) Proposals are due at close of business (4:30 pm MDT) on May 9, 2001, Room 10, Aerial Photography Field Office, 2222 West 2300 South, Salt Lake City, Utah 84119-2020. (15) Proposals shall be submitted in two parts: (a) Price proposal including unit price and total price, prepared and completed on a Standard Form 1449, and (b) Technical proposal including technical capability and past performance references. (16) Copies of instructions, forms, maps etc., are available electronically at the web link indicated below. (17) To request supporting documents or additional information, please contact the e-mail address below, or JoAnne Maack 801-375-3500 ext. 209.
Web Link
Supporting Documents for Solicitation USDA/FSA-11-01 (ftp://apfo.usda.gov/pub/contracting/FSA-11-01)
Record
Loren Data Corp. 20010420/TSOL002.HTM (W-108 SN50J659)

T - Photographic, Mapping, Printing and Publication Services Index  |  Issue Index |
Created on April 18, 2001 by Loren Data Corp. -- info@ld.com