Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SOLICITATION NOTICE

T -- LiDAR on Western Kenai Peninsula - Attachment One - Attachment Two

Notice Date
6/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Forest Service - R-10 Chugach National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0120-S-09-0055
 
Point of Contact
Denise M. Murphy, Phone: 907-743-9531, Bette E Welch, Phone: 9077439566
 
E-Mail Address
denisemurphy@fs.fed.us, bewelch@fs.fed.us
(denisemurphy@fs.fed.us, bewelch@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Contractor performance data sheet to be returned with quote. LiDAR Strip Samples and table with specifications for Kenai Peninsual LiDAR data reacquisition flight. 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. The solicitation number AG-0120-S-09-0055 and this solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. This is not a small business set-aside. The associated NAICS code is 541370 and small business size standard is $4.5 million. The following are this solicitation’s list of contract line item number(s) and items, quantities and units of measure: 001 – continuous strips of airborne LiDAR data Description of requirements for the items to be acquired: The purpose of the project is to re-acquire controlled airborne Light Detection and Ranging (LiDAR) data over a series of 121 forest inventory plots located on the western Kenai Peninsula. The plots are roughly 150 meters in diameter each. In addition to the 121 plots, LiDAR data will be collected over existing LiDAR data strips spaced approximately 9-km apart., oriented North-South (see attached detail). The desire is for continuous strips of LiDAR data. The priorities for LiDAR data acquisition are: 1) coverage over 121 previously flown FIA plots, 2) an effort to acquire complete (minimum of 95%) coverage over previous LIDAR strips, and 3) continuous strips (filling the gaps in the original data strips). Specifications for the LiDAR acquisition are provided in table 1 in the attached document. Ideally, LiDAR will be collected in leaf-off, but snow-free conditions in the fall of 2009, with collection of snow-free data over existing LiDAR data being the highest priority. The date for delivery is 21 business days after collection of LiDAR data. Actual date of collection is based on phenology (foliage condition) and weather which cannot be controlled. The intention is for the data to be collected in the fall of 2009, however, it is possible that the data may have to be collected in the Spring of 2010. Shipping terms are FOB Origin. The provision “52.212-2, Evaluation-Commercial Items”, applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: i.) Technical capability of service offered to meet the Government requirement; ii) Past Performance; iii) Price. Technical and past performance when combined are significantly more important to price. AGAR 452.237-71 PRE-PROPOSAL CONFERENCE (FEB 1988) (a) The Government is planning a pre-proposal conference, during which potential offerors may obtain a better understanding of the work required. (b) Offerors are encouraged to submit all questions in writing prior to the conference. Email questions to: denisemurphy@fs.fed.us or fax them to 907-743-9492. Questions will be considered at any time prior or during the conference; however, offerors will be asked to confirm verbal questions in writing. Subsequent to the conference, an amendment to the solicitation containing an abstract of the questions and answers, and a list of attendees, will be disseminated. (c) The Government assumes no responsibility for any expense incurred by an offeror prior to contract award. (d) Offerors are cautioned that, notwithstanding any remarks or clarifications given at the conference, all terms and conditions o the solicitation remain unchanged unless they are changed by amendment to the solicitation. If the answers to conference questions, or any solicitation amendment, create ambiguities, it is the responsibility of the offeror to seek clarification prior to submitting an offer. (e) The conference is scheduled for 18 June 2009 at 10 am Alaska Time. Please call in to 907-743-9583 to participate in the meeting. All offerors shall provide a completed copy of “52.212-3, Offeror Representations and Certifications – Commercial Items”. The provision may be found and printed from www.arnet.gov/far/. Offerors shall also submit past performance information on Contractor Performance Data Sheet for projects completed of a similar nature within the last two (2) years. FAR Clause “52.212-4, Contract Terms and Conditions – Commercial Items” applies to this acquisition there are no addenda. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009)(22U.S.C. 7104(g)). (2) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (3) 52-233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: no clauses are selected for paragraph (c) (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008)(Pub.L.110-252, Title VI Chapter 1 (41 U.S.C. 251 Note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (EO 13201). (viii) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007)(41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009)(41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009) (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. There are no additional contract requirements, terms or conditions necessary for this acquisition for consistency with customary commercial practices. The date, time and place offers are due is 24 June 2009 at 2 pm Alaska time. Contact Denise Murphy, for information regarding this solicitation at denisemurphy@fs.fed.us or 907-743-9531.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/120/AG-0120-S-09-0055/listing.html)
 
Place of Performance
Address: Western Kenai Peninsula, Kenai, Alaska, 99611, United States
Zip Code: 99611
 
Record
SN01841951-W 20090613/090611234949-ae849d09aea8e0ea0f92f2e1b27a1021 (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.