Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2007 FBO #1885
SOLICITATION NOTICE

C -- GROUND SURVEYING AND RELATED SUPPORT SERVICES

Notice Date
1/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
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, MD, 20910, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NCNL0000-7-05030
 
Response Due
2/21/2007
 
Archive Date
3/8/2007
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: The National Oceanic and Atmospheric Administration, (NOAA) National Geodetic Survey (NGS) intends to acquire services for ground surveying and tide station support in accordance with the Brook's Architect and Engineering Act and the Federal Acquisition Regulation (FAR) Part 36. The National Oceanic and Atmospheric Administration (NOAA), National Geodetic Survey (NGS) has a requirement for ground surveying services and tide station support services to support the Height Modernization Program (HTMOD), the Coastal Mapping Program (CMP), the Aeronautical Survey Program (ASP), research and development projects, and other special projects in the United States and its possessions. The applicable NAICS Code is 541370. The Size Standard dollar amount is $4.5 million, average annual receipts. This solicitation for Ground Surveying Services is 100% set aside for small business. The Department of Commerce, National Oceanic and Atmospheric Administration may issue zero, one, or multiple awards. The total estimated program value over the five year period is a maximum $15 million inclusive of all acquisitions, internal program services, and administration. Any resulting contract(s) awarded as a result of this announcement will have a five-year Indefinite Delivery Indefinite Quantity (IDIQ) ordering period from the date of award. The National Geodetic Survey cannot guarantee the total amount of work to be assigned under any proposed contract. The amount of work will vary according to NGS needs and available funding. The Contractor(s) selected will be required to perform services at locations as may be assigned anywhere in the United States or its possessions. Task Orders under this contract may consist of but are not limited to: (1) traditional electro-optical surveying; (2) all types of Global Positioning Systems (GPS), including hand-held GPS receiver to geodetic quality GPS receiver usage; (3) establishing and using Continuously Operating Reference Stations (CORS), and/or Real-time Kinematic Global Positioning Systems (KGPS); (4) ground laser scanning; (5) hyperspectral ground sampling; (6) ground control for airborne radar surveys; (7) installing water level gauges and tidal bench marks; (8) making tidal and leveling observations; (9) making GPS observations on tidal bench marks; (10) and processing this data including determining tidal datums. These surveys may be required to verify existing control, establish new control, and/or to determine ground control for photogrammetric and other remote sensing surveys. All work shall be performed to NOAA specifications, and the data provided in NOAA specified formats. The Statement of Work will contain detailed requirements. Project Instructions will be issued to tailor specifications for each task order. Potential contractors are encouraged to review this internet site: http://www.ngs.noaa.gov/ContractingOpportunities/ProspContractorReqs!.htm for additional information before responding to this announcement. The SOW for this solicitation can be found at the following address: http://www.ngs.noaa.gov/ContractingOpportunities/GC_V6a.pdf The contractor will permit a Government Contracting Officer's Representative (COR) or designated observer to be present during operations. SELECTION CRITERIA: The firm must provide sufficient data collection equipment, data processing equipment and sufficient technical, supervisory, administrative, and quality review personnel to ensure expeditious prosecution of work assignments. To be considered for selection, a firm must demonstrate surveying experience in the types of surveys stated above, and have on payroll, personnel with at least three years of experience in the technology to be used on this contract (including both data collection and data processing). The firms must show the availability of a suitable survey equipment that complies with the applicable requirements found in the following web sites: Environmental Protection Agency (EPA) http://www.epa.gov/epahome/lawreg.htm ; Occupational Safety & Health Administration (OSHA) http://www.osha.gov/comp links.html The Evaluation criteria (listed in descending order of importance) are as follows: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to accomplish the work in the required time (management, personnel and equipment); (4) Past performance on contracts with Government agencies and private industry relating to cost control, quality of work, and compliance with performance schedules; (5) Quality Assurance/Quality Control (Adequacy of in house QA/QC procedures to deliver very high quality data); (6) Priority that firms give to new task orders under this contract. Specific abilities and disciplines required on this contract include, but are not limited to: Project Manager, Mark Setters (persons skilled in the NGS methods of setting rod, concrete, and other types of marks), Geodesists, Surveyors, Tides/Water Level Specialist, GIS Specialist, Geographer/Cartographer, Geospatial Data Analyst, Data Processors, and Field Personnel. Firms should indicate in the SF 330 their experience: (a) in geodetic leveling and (b) geodetic mark setting, (c) collecting high-accuracy static GPS data (d) using data processing software with antenna modeling, (e) processing GPS data with the National Continuous Operating Reference Station (CORS) data, (f) using NGS adjustment software, (g) submitting survey data projects following NGS' Input Formats and Specifications of the National Geodetic Survey Data Base, known as Blue Book formats (Volumes I & II); see http://www.ngs.noaa.gov/FGCS/Bluebook, (h) using FGCS Specifications and Procedures to Incorporate Digital/Bar-code Leveling Systems; see http://www.ngs.noaa.gov/FGCS/tech_pub/Fgcsvert.v41.specs.pdf (i) other work as described above, and (j) an outline of how the Prime Contractor will manage their team to ensure that quality and timely products are delivered to NOAA. For evaluation factor #3 Capacity, provide a list of key personnel demonstrating their availability based on other commitments, and also major equipment availability and the applicable calibration reports. SUBMISSION: All responsible sources may submit a response for consideration by NOAA. Prime contractors shall respond to this announcement for their teams. The prime contractor shall submit one original plus three copies of its team's response to this synopsis. The response shall consist of Standard Form 330 (SF330) and other material not to exceed 100 pages in total. Each original and copy shall be bound (e.g. 3-ring binder, GBC comb binding, etc.) with the original copy marked as such ("ORIGINAL"). Facsimile responses are not authorized. Carefully read and follow the instructions printed in the SF330. Present the team's qualifications for this project in Part I. Submit a separate Part II for each firm that will be part of the team proposed for the contract. Use Part I, Section H, Block 30 to address: Capacity and Knowledge of the proposed subject area. Responses (SF330s) are due to the following address no later than 1:00 pm eastern time, February 21, 2007: U.S. Department of Commerce/NOAA, NOS/NMFS/OAR Acquisition Management Division (OFA65), Attn: Kristen S. Evangelista, 1305 East-West Hwy., SSMC#4 Station 7610, Silver Spring, Maryland 20910-3282. Any hand carried deliveries to SSMC4 shall be coordinated with Linda Brainard at 301-713-0820, extension 131 or Kristen Evangelista at 301-713-0820 extension 136. See Numbered Notes 1 and 24.
 
Record
SN01216424-W 20070124/070122220201 (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.