SOLICITATION NOTICE
C -- LIDAR Hydrographic Surveying Services
- Notice Date
- 12/15/2009
- Notice Type
- Presolicitation
- 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, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- NCNJ3000-10-00538A
- Archive Date
- 2/2/2010
- Point of Contact
- Catherine A. Perren, Phone: 301-713-0820, 126
- E-Mail Address
-
catherine.a.perren@noaa.gov
(catherine.a.perren@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- 1. The Project: NOAA has a requirement for Light Detection and Ranging (LIDAR) hydrographic surveying services to support nautical charting and related products for the coastal and adjacent ocean areas of the United States (including possessions and territories), the Great Lakes and other inland navigable waters. One three-year indefinite delivery contract, at an estimated $5 - $10 million per year, is scheduled for award in Fiscal Year 2010. Work orders under this contract will consist of, but are not limited to: 1) acquiring shallow water airborne hydrographic LIDAR sounding data; 2) acquiring shoreline and coastal topographic LIDAR; 3) installing, operating, and removing water level (tide) stations; 4) acquiring related supporting data (e.g. water level correctors, secchi depth readings, etc.); 5) processing the data, including tidal tabulation, computation of tidal datums, tidal zoning determination, applying water level correctors to determine the true depths, and compiling reports, final smooth sheets, and digital data; 6) performing quality control during data acquisition and processing; and 7) delivery of the data and reports to NOAA for application to the nautical charts and associated hydrographic products. All work shall be performed to NOAA specifications and the data provided in NOAA specified formats. See http://www.nauticalcharts.noaa.gov/hsd/docs/Specs2009 for typical technical specifications and a description of the deliverables. The final statement of work provided by NOAA will tailor these specifications for each work order issued. A quality control plan will be a contract requirement. Potential vendors are encouraged to review the technical specifications and a description of the deliverables before responding to this announcement. This contract will permit a Government Contracting Officer's Technical Representative (COTR) or government appointed observer to be present during aircraft operations. 2. Selection Criteria: Firms must provide sufficient surveying equipment and sufficient technical, supervisory, and administrative personnel to ensure timely execution of work assignments. Participation by firms qualifying as small, small disadvantaged, and/or women-owned small businesses will be one of the factors of consideration in the selection process. To be considered for selection, a firm must demonstrate surveying experience in the types of surveys stated above and have on its payroll at least two hydrographers and a tides/water level specialist. The two hydrographers must each have a minimum of three years experience in surveying using shallow water airborne hydrographic LIDAR systems and interpreting the data. The tides/water level specialist must have demonstrated experience in measurement of tides and water levels, tidal datums, and tidal zoning and their application to hydrographic surveying. A firm must show the availability of the following: suitable aircraft that complies with applicable Federal Aviation Administration (FAA), International Civil Aviation Organization (ICAO), and other applicable state and federal regulations, hydrographic data acquisition and processing systems, a shallow water airborne hydrographic LIDAR system capable of detecting submerged contacts measuring 2m x 2m x 1m and capable of measuring water depths to 50 meters, GPS surveying equipment for establishing horizontal control, differential GPS equipment for aircraft positioning, water level measurement gauges, and a topographic LIDAR system. Evaluation criteria, in order of importance, are: (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 (personnel and equipment); (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules; (5) Location and knowledge: capability to work in diverse types of localities in the U.S., especially in Alaska; and (6) Proposed plans to provide meaningful subcontracting opportunities on this project to small, small-disadvantaged, and/or women-owned small business concerns. Evaluation criteria (6) will not apply to small business firms because subcontracting plans are not required from those concerns pursuant to FAR 19.702(b). Responding firms are requested to state whether they are a small, small disadvantaged business, women-owned, HUBZone, veteran owned, or service disabled veteran-owned small business. Responding firms are encouraged to use small business concerns in the execution of this project. Large business firms should demonstrate their commitment and discuss proposed plans to provide subcontracting opportunities to the small business community in the performance of this project. Specific professionals required on this contract include, but are not limited to: Project Manager, Hydrographer experienced with LIDAR systems, Tides/Water Level Specialist, Land Surveyor, and GIS Specialist (Geographers/Cartographer/Geospatial Data Analyst). Firms should indicate their experience using a shallow water airborne hydrographic LIDAR system and provide an outline of how the Prime contractor will manage their team to ensure that quality products are delivered to NOAA. For evaluation factor (3) Capacity, a list of key personnel demonstrating their availability for the project, considering other commitments and major equipment available for project assignment, must be provided along with other pertinent information. The operating specifications of the shallow water airborne hydrographic LIDAR system and the topographic LIDAR system must be included. 3. 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 on 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.). Facsimile responses are not authorized. Carefully read and follow the instructions printed on 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 this contract. Use Part I, Section H, Block 30 to address: Capacity, Knowledge of the proposed project areas, and if not a small business, plans to use small business concerns in a meaningful role. Responses (SF330's) are due to the following address no later than 1:00 pm EST, January 18, 2010: U.S. Department of Commerce/NOAA/NCAD, Attn: Catherine Perren, 1305 East-West Hwy., SSMC4 Station 7608, Silver Spring, Maryland 20910-3282.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCNJ3000-10-00538A/listing.html)
- Place of Performance
- Address: Silver Spring, Maryland, 20910, United States
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN02023909-W 20091217/091215234612-cd04bd2f2bf9049a5c07dbaf08ad4bb8 (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 |