SOLICITATION NOTICE
C -- Remote Sensing to Support Incident Management and Homeland Security - Contractor Past Performance Survey Qustionnaire
- Notice Date
- 2/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541360
— Geophysical Surveying and Mapping Services
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- HSHQDC-12-R-00028
- Point of Contact
- Kenneth Arena, Phone: 202447127, Kimberly Hodge, Phone: 2024470514
- E-Mail Address
-
DHSRemoteSensing@hq.dhs.gov, DHSRemoteSensing@hq.dhs.gov
(DHSRemoteSensing@hq.dhs.gov, DHSRemoteSensing@hq.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Contractor Performance Survey Qustionnaire SYNOPSIS OF PROPOSED PROCUREMENT Solicitation Number: HSHQDC-12-R-00028 Agency: Department of Homeland Security Office: Office of Procurement Operations, Enterprise Information Technology Acquisitions Division (EAD) Location: Nationwide Title-- REMOTE SENSING SERVICES TO SUPPORT INCIDENT MANAGEMENT AND HOMELAND SECURITY I. CONTRACT INFORMATION: The Office of Procurement Operations (OPO) is seeking qualified firms to provide aerial remote sensing services in support of incident management and homeland security missions throughout the Department of Homeland Security (DHS). OPO intends to award up to four Indefinite Delivery/Indefinite Quantity (IDIQ) firm-fixed price type contracts with a five-year ordering period. These contracts will be established in accordance with The Brooks Act as implemented in FAR Subpart 36.6, Architect-Engineer Services. Services of qualified firms are sought to support emergency and non-emergency requirements for airborne remote sensing, which includes rapid deployment of aircraft, airborne imagery acquisition and processing, and rapid dissemination services. Firms will be selected for negotiation based on demonstrated competence and qualifications to accomplish the required work. The services will consist of Readiness Reporting, Deployment Exercises, Vertical and Oblique Aerial Image Acquisition, LiDAR, Photogrammetric Data Processing, and Electronic Dissemination of Imagery Data for DHS. Work under these contracts will be performed nationwide within the United States and its territories. The combined ceiling value for the Remote Sensing IDIQ contracts will be $50 Million. Firm fixed price task orders under the proposed IDIQ contracts will be negotiated by component level Contracting Officers (COs) across DHS. The NAICS codes for this procurement will be 541360 Geophysical Surveying and Mapping Services and 541370 Surveying and Mapping (except Geophysical) Services. The small business size standard is $4.5 million. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9, Small Business Subcontracting Plan 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 a minimum of 45% of the Contractor's intended subcontract amount be placed with small businesses (SB), including: (1) woman-owned small businesses (WOSB), 5%; (2) HUBZone small business, 3%; and (3) service-disabled veteran-owned small business, 3%. A subcontracting plan is required with this submittal. II. PROJECT INFORMATION: Services required include readiness reporting (location, configuration and status of aircraft and sensors), deployment of aircraft and camera systems, airborne imagery acquisition in vertical and/or oblique renditions, image processing, data dissemination and specialty acquisition using lidar or other types of airborne sensors. Remote Sensing IDIQ contract awardees will participate in planned exercises (minimum of one per year) to test and verify that they have the capability to meet rapid turnaround requirements for imagery acquisition, processing and dissemination. Work will be performed for the US Department of Homeland Security. III. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. A. Specialized Experience and Technical Competence: The firm shall have experience in collection of aerial imagery using digital aerial cameras in vertical and/or oblique renditions in support of emergency incidents with demonstrated experience in the management of multiple aircraft to provide national coverage; acquisition and processing of LiDAR data to nationally recognized standards; dissemination of processed orthophotography and/or oblique imagery via high performance data transfer using Open Geospatial Consortium (OGC) compliant web services and/or secure cloud services. B. Professional Qualifications: The firm shall have qualified personnel certified in photogrammetry with demonstrated expertise in all aspects of aerial mission planning, photogrammetry and remote sensing to include a qualified management team, technical and quality control staff. C. Capacity to Accomplish the Work: The firm shall have demonstrated procedures and tools to ensure imagery can be acquired, processed and delivered in 48 hours or less and the ability to support simultaneous missions in multiple geographic locations. D. Past Performance: The firm shall demonstrate past performance completing aerial imagery collection and processing to support emergency incidents on other contracts with respect to cost control, quality of work, compliance with performance schedules, and the credibility of the documentation included in the SF 330 and other sources. DHS may use publicly available reports, and/or data from Architect-Engineer Contract Administration Support System (ACASS) in addition to the information provided. The Government may also use present and/or past performance data obtained from a variety of sources, not just those contracts identified by the offeror in evaluating past performance. Of the example projects provided in Section F of the SF 330, the offeror shall provide a minimum of three (3) past performance statements describing how well your company performed during the course of a particular project. The offeror shall also be responsible for ensuring the customer references cited in Section F of the SF 330 receive, complete, and return the Contractor Performance Customer Survey (provided with this synopsis) to the Contracting Officer no later than February 21, 2012 by 1 p.m. EDT. E. Small Business (SB) Participation: Extent of participation of SB, woman-owned businesses, HUB Zone and Disabled Veteran-Owned Small Businesses will be measured as a percentage of the estimated effort. IV. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit completed SF 330 to Carrie Herndon, Contracting Officer, no later than February 21, 2012 by 1 p.m. EDT. Please see the submission instructions below. 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 the SF 330 Section H: describe owned, leased or contracted equipment that will be used to perform this contract; describe the firm's overall Quality Management Plan (QMP) (A project specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission.). No other notification to firms under consideration for this work will be made. V. SUBMISSION INSTRUCTIONS: Interested firms shall submit one e-mail copy of the SF330. The e-mail copy will constitute the official copy for timely receipt. E-mail copies shall be submitted to the following address: DHSRemoteSensing@dhs.gov Please note the maximum size for e-mail attachments is 5MB. DHS cannot receive attachments larger than 5MB. Hand delivered or fax submissions are not permitted. Submissions must be received by the above specified deadline. The cutoff date for questions related to this synopsis is Febuary 13, 2012. The Contract Specialist shall receive any requests for explanations concerning the synopsis by electronic mail at: DHSRemoteSensing@dhs.gov. Any attached files must be virus free and readable by Microsoft Office 2003. When submitting questions and comments, please refer to the specific text of the synopsis in the following format: Subject: Solicitation Number HSHQDC-12-R-00028 Reference: Section:_____. Paragraph:_____ Points of Contact: Carrie Herndon, Contracting Officer Kenneth Arena, Contract Specialist Kimberly Hodge, Contract Specialist Email: DHSRemoteSensing@dhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-12-R-00028/listing.html)
- Place of Performance
- Address: Work under these contracts will be nationwide within the United States and its territories., Washington, District of Columbia, 20528-0115, United States
- Zip Code: 20528-0115
- Zip Code: 20528-0115
- Record
- SN02669735-W 20120209/120207235830-500b5a3fd3d454462f60d6b5acc6043f (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 |