Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2009 FBO #2609
SOURCES SOUGHT

C -- IQ Contract for Professional Surveying and Mapping Services throughout the Naval Facilities Engineering Command, Washington's Area of Responsibility

Notice Date
1/15/2009
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street, Washington Navy Yard, Washington, District of Columbia, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N40080-09-R-0355
 
Point of Contact
Ravene B Diggs,, Phone: 202-685-3162, Denise C Wilson,, Phone: 202-685-0400
 
E-Mail Address
ravene.diggs@navy.mil, denise.wilson1@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis. The intent of this synopsis is to identify potential qualified small business, 8 (a) businesses, and Historically Underutilized Business Zone (HUBZONE) companies who can perform the Architect/Engineering service described herein. NAVFAC Washington will use the responses to this Sources Sought Synopsis to make the appropriate acquisition decision for the planned procurement. This is not an accouncement of the availability of a soliciation nor is it a means of generating a plan-holders list. After review of the responses to this synopsis, a pre-solicitation annoucement will be published in the Federal Business Opportunities (FedBizOps) if the Government intends to proceed with the procurement of these services. The general scope is as follows: Professional surveying and mapping services are required for an Indefinite Quantity Contract for Projects located within the Naval Facilities Engineering Command, Washington's (NAVFAC Washington’s) Area of Responsibility (AOR). The NAVFAC Washington’s AOR includes all U.S. Naval installations, and associated ranges, generally within 100 miles of the Pentagon. This includes, but is not limited to NSA Annapolis, NSA Washington, NSA North Potomac, NSA South Potomac, and NAS Patuxent River. Some task orders may address non-Navy sites or other Navy regions outside the NAVFAC LANT AOR to support joint service or global efforts. The primary tasks anticipated under this contract are: a.) Development of surveys, mapping, floor plans and space utilization data associated with the planning, development, and maintenance of real property. b.) Creation of vector Geospatial data through feature extraction (e.g. digitizing features from aerial photography or satellite imagery), GPS data collection, and CADD data import to GIS. c.) Field collection and validation of interior space utilization data (floor plans and attribute data), and floor plan drawing compilation. d.) Research, analysis and reporting on real property GIS and iNFADS records, documentation, and metadata. e.) Geospatial data acquisition and data development through remote sensing techniques including (but not exclusively) satellite imagery, LIDAR, and digital orthophotography (e.g. 3-D building footprints). f.) Geospatial data and theme development (e.g. Develop thematic deliverables such as a land use or land coverage maps). e.) Space utilization data and theme development (e.g. Develop thematic deliverables such as displays illustrating organization occupancy, floor types, etc.) e.) Imagery analysis (e.g. Perform change detection) f.) Training of personnel and preparation of user guides and manuals on using DoD, Navy, and commercial GIS capabilities. g.) Writing of technical reports pertaining to systems and procedures development and needs. h.) Database design and development, data modeling, database administration, development and/or implementation of geographic information system applications for various systems and uses. i.) Geospatial data Integration (e.g. Integrate geospatial data, including interior space data, with current and future Navy Asset Management Systems) j.) System Development (e.g. User interface design and system integration with current and future Navy Asset Management Systems) k.) Update and maintenance of Geographical Information Systems data to support other business processes (e.g. geo-referencing floor plans to support AT/FP or space management) This will be a firm fixed indefinite quantity contract. The duration of the contract will be for the period of five years total, with one base contract year and the possibility of four one-year options. The total amount of each contract will not exceed $7.5 million. The Government will evaluate source capability based on professional qualifications and experience of key personnel, corporate experience and past performance. Offerors having the capability to perform this work are invited to submit a current SF 330, limited to 25 single-sided pages by 2:00 PM on 27 January 2009. Documents shall be submitted to Mrs. Ravene Diggs by email ravene.diggs@navy.mil with a copy to Ms. Denise Wilson at denise.wilson1@navy.mil or hand carried and copy Ms. Denise Wilson, 1314 Harwood Street, SE, Building 212, First Floor Mailroom, Washington Navy Yard, Washington, DC 20374. Complete information must be submitted. The Government will not contact the concern or clarification of information. This market survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information. The Government will not provide a debriefing on the results of this survey. All listed may be contacted for purposes of verifying performance.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=db29368b20c2e385f95ed9b3342059af&tab=core&_cview=1)
 
Place of Performance
Address: NAVFAC Washington, Washington Navy Yard, 1314 Harwood Street SE, Washington, District of Columbia 20374-5018, Washington, District of Columbia, 20374, United States
Zip Code: 20374
 
Record
SN01733414-W 20090117/090115220201-db29368b20c2e385f95ed9b3342059af (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.