MODIFICATION
T -- Photogrammetric Mapping and Aerial Photography. This amendment is issued due to complications in viewing the text of the uploaded document. The text of the synopsis is now shown under the description field below.
- Notice Date
- 11/19/2009
- Notice Type
- Modification/Amendment
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- U. S. Army Engineer District St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
- ZIP Code
- 63103-2833
- Solicitation Number
- W912P9-10-S-1118
- Response Due
- 12/18/2009
- Archive Date
- 2/16/2010
- Point of Contact
- Judy Kibler, 314-331-8521
- E-Mail Address
-
U. S. Army Engineer District St. Louis
(judith.a.kibler@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- I. CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and supplements thereto. Services of a qualified firm are sought to provide photogrammetric mapping and aerial photography. Firms will be selected for negotiation based on demonstrated competence and qualifications to accomplish the required work. The services will consist of Photogrammetric Mapping, Aerial Photography, GIS Mapping, Remote Sensing, Aerotriangulation, Large and Small-Scale Topographic Maps, and Landuse/Landcover Analysis and Mapping for the St. Louis District, U.S. Army Corps of Engineers. The Government intends to negotiate and award six indefinite delivery contracts within one year after the required response date to this solicitation, but reserves the right to award up to four additional indefinite delivery contracts (up to a total of ten contracts). The solicitation does not supersede contracts previously awarded for similar work by other Corps Districts. Each contract will be for five years. The amount of work in each contract will not exceed $10,000,000.00. Some task orders may be funded with American Recovery and Reimbursement Act (ARRA) funds. An annual cost escalation will be negotiated for the contracts. On each individual contract, the first years rate schedule shall become effective the day of contract award, and shall be in effect for one year from contract award. Subsequent rate schedules shall become effective on the yearly anniversary dates from contract award. Work will be issued by negotiated firm fixed price task orders not to exceed the contract amount. The Contracting Officer will consider the following and other relevant factors in deciding which Contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the task order in the required time, uniquely specialized experience and an equitable distribution of work among Contractors. The contracts will be for requirements within the United States and its territories. This announcement is open to all businesses regardless of size. All interested A-E firms are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract, which are subject to change, currently are that (1) a minimum of 70% of the Contractor's intended subcontract amount be placed with small businesses (SB), including (2) small disadvantaged businesses (SDB), 6.2%; (3) woman-owned small businesses (WOSB), 7%; (4) HUBZone small business, 9.8%; (5) service-disabled veteran-owned small business, 0.9% and veteran owned small business, 3%. A subcontracting plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, relative to the employees home office location. Prior to contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-(800)-334-3414. II. PROJECT INFORMATION: Work will be for photogrammetric mapping, remote sensing, GIS Mapping, and aerial photography of sites for the U.S. Army Corps of Engineers and other federal agencies such as, but not limited to: U.S. Army CE, U.S. Environmental Protection Agency, Department of Defense, Department of the Interior, NOAA, DOT, state, local, and tribal agencies etc. Services will be for areas within the United States and its territories. The potential exists that some requested services will include data classified up to SECRET; therefore, prior to award, the Architect-Engineer shall demonstrate the ability to achieve interim SECRET clearance for facilities, equipment, and personnel involved in producing photogrammetric products consisting of aerial photography, analytical aerotriangulation, stereomapping compilation, orthophotography, GIS Mapping, and landuse/landcover interpretation. III. SELECTION CRITERIA: Criteria a through d are primary. Criteria e and f are secondary and will only be used as tie-breakers among firms that are essentially technically equal. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). a. Specialized Experience and Technical Competence: (1) current experience in collection of aerial imagery for large & small scale photogrammetric mapping utilizing analog and digital aerial cameras (sweep or frame system), analytical and softcopy aerotriangulation and softcopy feature compilation and extraction; (2) current experience in large and small scale photogrammetric production in support of (engineering design, facilities management, regional planning, and real property inventory); (3) current experience in the collection and processing of LIDAR data into various mapping products to include elevation models, surface models, and contours for large and small scale mapping projects; (4) current experience in digital orthophoto generation for large and small scale mapping projects; (5) ability to integrate digital terrain data from multiple sources into a surface model; (6) ground survey control planning and acquisition for photogrammetric map compilation including conventional (total stations, EDM systems and levels) measuring systems and Global Positioning Systems; (7) capability to provide GIS mapping products and analysis of GIS data sets; (8) ability to perform GIS boundary mapping from real estate tract maps, deeds, and real property transactional registers (9) facilities and capability to gather historical photos from hardcopy and/or digital sources and perform photo image analysis and interpretation to detect landuse and change analysis utilizing digital softcopy techniques and manually via hardcopy; (10) ability to conduct supervised and unsupervised digital classifications from remotely sensed (i.e. hyperspectral and multispectral data sets, high resolution sensor data sets) data and incorporate results into existing geospatial data bases and/or thematic maps; (11) capability and experience in providing geospatial data products in Spatial Data Standards for facilities, infrastructure, and environment (SDSFIE) (latest version); (12) ability to deliver digital data that is readable and fully operational with AutoCAD (current version), ArcGIS (current version), ERDAS Imagine, and Bentley Microstation formats without any additional manipulation. b. Professional Qualifications: The firm should have qualified and licensed professional engineers or land surveyors or personnel licensed in photogrammetry with demonstrated expertise in all aspects of photogrammetry and remote sensing, a qualified management team, quality control staff and technical staff. The evaluation will consider education, training, registration, voluntary certifications (e.g., ASPRS Certified Photogrammetrist), overall and relevant experience, and longevity with the firm. c. Capacity to Accomplish the Work: (1) firms must have the capability to perform approximately $3,000,000 of the required type work in a one-year period. The evaluation of a firms capability will consider the availability of an adequate number of personnel in key disciplines (management, quality control, and technical); (2) capability of firm to furnish photogrammetric equipment including owned or leased airworthy aircraft, large and medium format digital cameras (sweep or frame system), LIDAR sensor suitable for elevation data collection to support production of ASPRS Class 1 standards for 2 or better contours, currently certified (last 3 calendar years) precision aerial mapping camera, hardware and software to perform fully analytical and softcopy aerotriangulation, analytical and softcopy stereoplotter instrumentation for digital data collection of planimetric and topographic features, DTM, DEM data collection and manipulation of terrain data (to include DTED data sets), digital data editing facilities, high resolution metric scanners for softcopy mapping and orthophoto production, and airborne GPS capabilities for aircraft navigation and photo/sensor control; (3) ability to provide necessary survey equipment (GPS and conventional) and personnel to accomplish airborne global positioning system (ABGPS) controlled photogrammetry missions in a timely schedule; (4) demonstrate project management skills, tools and past experience monitoring multiple task orders simultaneously; (5) demonstrated quality control procedures and tools to insure quality photogrammetric mapping products; (6) demonstrate ability to acquire SECRET security clearances for personnel, facilities and equipment involved in the analysis, interpretation, cartographic, digitizing, and photographic reproduction of photogrammetric services required for each project. d. Past Performance: Past performance on Department of Defense and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from ACASS/CPARS/PPIRS data, credible documentation included in the SF 330 and other sources. e. SB and SDB Participation: Extent of participation of SB, SDB, woman-owned businesses, HUB Zone and Disabled Veteran-Owned Small Businesses will be measured as a percentage of the estimated effort. f. Equitable Distribution of DOD Contracts: Evaluation will consider the Volume of DOD, A-E contract awards in the last 12 months. The objective is to achieve an equitable distribution of DOD, A-E contracts among qualified firms, by giving more consideration to firms with lower total volume. IV. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit four copies of completed SF 330 to, Attn: Judy Kibler, CEMVS-CT-Y, 1222 Spruce Street, St. Louis, Mo. 63103-2833 not later than 3:00 p.m. local time on 18 December 2009. E-mails are not acceptable. Include the firm's DUNS number on SF 330, Part I, Block 5 and Part II, Block 4. In SF 330, Part I, Section D, include an organization chart of the key personnel to be assigned to the project. In SF 330, Part I, indicate in Section C-11 or Section H if the prime has worked with the team members in the past five years and the estimated percentage involvement of each firm on the proposed team. In Section H: describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities; describe the firms overall Design Quality Management Plan (DQMP) (A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission.). Also include in section H the number and amount of fees awarded on DOD contracts during the twelve months prior to this notice, including change orders and supplemental agreements for the submitting office only. No other notification to firms under consideration for this work will be made. Solicitation packages are not provided. This is not a Request For Proposal (RFP).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/54f5f83159c3c8cbaed3f980baf29f99)
- Place of Performance
- Address: U. S. Army Engineer District St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
- Zip Code: 63103-2833
- Zip Code: 63103-2833
- Record
- SN02007186-W 20091121/091119235230-54f5f83159c3c8cbaed3f980baf29f99 (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 |