Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2012 FBO #3849
SOURCES SOUGHT

R -- LIDAR Research & Development - Draft SOW

Notice Date
6/6/2012
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, ACU - Headquarters Support, Attn: ACU Mail Stop S84-ACU, 7500 Geoint Drive, Springfield, Virginia, 22150, United States
 
ZIP Code
22150
 
Solicitation Number
HM157212R0004
 
Point of Contact
Ericka L Franklin,
 
E-Mail Address
Ericka.L.Franklin@nga.mil
(Ericka.L.Franklin@nga.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAFT LIDAR SOW The National Geospatial-Intelligence Agency (NGA) is currently planning to procure technical services in support of NGA’s Innovision Directorate LIDAR Program. The tentative acquisition strategy is a Small Business Set-Aside competed amongst General Services Administration (GSA) schedule holders. This effort will include providing operations and research support, overall program management, systems engineering and analysis, and other LIDAR application and research-related efforts for the NGA as well as other Intelligence Community (IC), Department of Defense (DoD), and Government agency programs. In addition, the effort will be directed toward examining, researching, assessing, and developing LIDAR phenomenology and applications to support the DoD and IC mission and other capabilities as directed by NGA. This includes and/or involves integrating existing and advanced LIDAR platforms and technologies, special test facilities, and LIDAR expertise (e.g. knowledge of emerging LIDAR capabilities, technologies, and systems) to assist NGA-related activities. Proper planning and programming are essential to provide the necessary technical, management, administrative, and security expertise needed for developing integrated LIDAR support concepts for NGA. The proposed acquisition will be conducted under North American Industry Classification System (NAICS) 541370; size standard is $14M. In 5 pages or less, interested firms shall complete and submit the following information: (A) A summary document to demonstrate the organization’s financial and technical capability to perform the tasks listed in the draft SOW. (B) Relevant Past Performance to address the company’s experience in performing tasks (maximum of 5 contracts) that are relevant to those described in the draft SOW. (C) What business type are you? Your organization’s business size under NAICS 541370 (large business, small business, veteran-owned small business, service disabled veteran-owned small business, HUBZone small business, 8(a), small disadvantaged small business, and/or woman owned small business). Proprietary information submitted will be protected, when so designated. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up requests. (D) Does your company have a GSA vehicle? If yes, please provide the contract number. (E) Are you aware of clause FAR Part 52.219-14, Limitation on Subcontracting? (F) Are you interested in this requirement as a prime or subcontractor? If you answered “yes” as a subcontractor, if there was a piece carved-out for small businesses or an opportunity to be a designated small business prime instead of a subcontract, would you be interested in the designated prime opportunity? (G) Can your company perform all the required work? (H) Would you propose on this requirement if released? (I) Is there another suggested NAICS code? If so, please provide. (J) What’s your company’s ability to provide TS/SCI cleared personnel (i.e. US Citizens)? (K) What kind of experience do your personnel have with US government agencies with respect to LIDAR systems, data, processing, and exploitation Company's organic capability to process classified information (i.e. networks and facilities)? (L) What is your company's relevant experience with current, or past, USG LIDAR programs? (M) What is your company’s relevant areas expertise? Company promotional material will not be accepted. In addition to five (5) page limitation notated above, potential bidders are requested to provide comments and/or questions regarding the draft SOW. Additionally, an InnoVision-sponsored LIDAR Program Industry Day will be held at the National Geospatial-Intelligence Agency, in early July 2012 at NGA’s NCE location in Springfield, VA. The Industry Day will be a general session for all participants. Each interested vendor is limited to three (3) participants for this briefing. Upon completion of the briefing, representatives from each company will be authorized to receive an NGA LIDAR Program Overview. These individuals must have active TS/SCI clearances. All Visit Access Requests (VAR) should be submitted to the NGA Security Office through the Joint Personnel Adjudication System (JPAS) no later than COB 15 June 2012. The "Government Visit POC" block should be titled "InnoVision, LIDAR Program Industry Day." In order to facilitate better communication at NGA’s LIDAR Program Industry Day, interested parties should submit questions/comments in writing to CAPT Michael “Andy” Lundin, USAF, and e-mail: michael.a.lundin@nga.mil and Ericka Franklin, Contracting Officer, email: Ericka.L.Franklin@nga.mil. Questions/comments must be included with the capability statement. Contractors should RSVP by COB 15 June 2012, via e-mail, of their intent to attend Industry Day and to make an appointment for one-on-ones. Please provide your name, individuals attending, point of contact information (business mailing address and telephone number), and which meeting(s) each person will be attending. For RSVP notification, please contact: CAPT Michael “Andy” Lundin, via e-mail: michael.a.lundin@nga.mil - EMAIL SUBJECT: LIDAR Program Industry Day. Directions will be provided directly to registrants. The Government intends to publish the questions and comments received as a result of LIDAR Program Industry Day and the one-on-one briefings. No telephone calls requesting a solicitation will be accepted or acknowledged. There is no solicitation available at this time. All updates pertaining to this requirement will be posted on FedBizOpps. Information received in response to this announcement will be used to determine the availability of interested sources that are qualified to perform the required services as delineated in the draft SOW. All summary statements and questions related to this inquiry shall be submitted in writing to the Contract Specialist via email to Ericka.L.Franklin@nga.mil by 5:00 p.m. EST on 15 June 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/02371f3fa86f1f5c4bcab8d77cf120f2)
 
Place of Performance
Address: Washington, DC metropolitan area, Springfield, Virginia, 20650, United States
Zip Code: 20650
 
Record
SN02767428-W 20120608/120606235319-02371f3fa86f1f5c4bcab8d77cf120f2 (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.