Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2014 FBO #4610
SOURCES SOUGHT

T -- Hydrographic Survey

Notice Date
7/7/2014
 
Notice Type
Sources Sought
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
SSC-Pacific_MKTSVY_F1DCA
 
Response Due
7/16/2014
 
Archive Date
7/31/2014
 
Point of Contact
Point of Contact - Trapper J Ballard, Contract Specialist, 619-553-7502
 
E-Mail Address
Contract Specialist
(trapper.ballard@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REFERENCE NUMBER: N66001-14-T-0102 ***LARGE BUSINESSES DO NOT NEED TO RESPOND TO THIS NOTICE*** 1. This Market Survey is issued for the purpose of determining Small Business capabilities. Small Business firms having the capabilities to perform the tasking described in this Market Survey are encouraged to respond. It should be noted that any resultant contract for services will require at least 50 percent of the cost of the contract performance incurred to be expended for employees of the concern proposing as a prime. Please see FAR Clause 52.219-14, Limitations on Subcontracting (Nov 2011) for prescription and complete version of the clause. 2. The Government anticipates this effort to be a Firm Fixed Price type contract for delivery of services in FY 2014. This is a new requirement for Space and Naval Warfare Systems Center, Pacific (SSC Pacific). 3. The Governments estimated dollar range for this effort is: Below $150,000. 4. The applicable NAICS code is 541370 with a size standard of $14,000,000 in annual receipts. 5. The scope of the effort is as follows: a. Conduct a hydrographic survey using a multibeam echosounder system. The survey vessel should be outfitted with a data acquisition suite that integrates the sonar returns, precise data timing, vessel motion, and differential GPS positioning. b. The multibeam sonar acquisition suite should include the following representative equipment systems to be mobilized for this project: -Multibeam Echosounder with FM Pulse -Differential GPS Navigation System and Motion Sensor -Underway Conductivity Temperature and Depth (CTD) with CTD Probe -Data Acquisition Software Suite c. The hydrographic survey shall be conducted within the polygon defined by the following decimal degree coordinates: N 32.726805 W 117.386249 N 32.703686 W 117.397099 N 32.648625 W 117.326932 N 32.665591 W 117.309510 d. The survey process should minimize the effects of sound velocity refraction by reducing the available swath width and collect adequate overlap between lines. e. CTD casts should be well spaced to provide a proper model of sound velocity through the water column for the survey area. f. The survey process shall provide 150% coverage within the survey area with the highest resolution possible within the constraints of the representative equipment. g. Data deliverables shall include the following: -GSF, ASCII XYZ file of the processed bathymetry -All CARIS HDCS data -All raw s7k multibeam files -Other ancillary files -Summary report h. The survey shall meet International Hydrographic Organization (IHO) Order 1a specifications and Hydrographic Survey Standards, American Congress of Surveying and Mapping. 6. Interested parties are encouraged to respond with the following information: a. Capability information to perform the services described above b. Information on your vessel, hydrographic equipment, and any information that may be used to estimate your capability c. Company location d. Any additional comments, questions, or suggestions about the work statement 7. Responses shall include all of the following information: a. Company name, mailing address, phone number, fax number, e-mail, and title of designated point of contact. b. Business type (Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran Owned and/or Service Disabled Veteran-Owned Business). c. Business size including total annual revenue, by year, for the past three years and number of employees based upon North American Industry Classification System (NAICS) code 541370. d. CAGE code and DUNS number (if available). e. If responding as a small business concern, discuss your ability to comply with the requirements of FAR 52.219-14, Limitations on Subcontracting. This information may be used to determine small business capability to perform a potential contract. Respondents will not be notified of the results of this evaluation. All submissions become Government property and will not be returned. 8. Responses shall be submitted by email to the Contract Specialist by no later July 16, 2014. Trapper Ballard SSC Pacific Contract Specialist, Code 22560 trapper.ballard@navy.mil 9. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate any proprietary information from non-proprietary information in your response. Please be advised that all submissions become Government property and will not be returned. 10. Contractor support shall not be utilized to review or evaluate industry responses 11. Questions regarding this announcement shall be submitted to the Contract Specialist via email. 12. Responses to this sources sought are not considered binding offers and will not be accepted by the Government to form a binding contract. The information provided in the sources sought is subject to change. The Government has not made a commitment to procure any of the items discussed and release of this sources sought shall not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI, and any follow-up information requests, will be solely at the interested partys expense. Not responding to this sources sought does not preclude participation in any future solicitation, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this website for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/33835ce2e2f146f9e7ce83b6f0786d51)
 
Record
SN03416622-W 20140709/140708021943-33835ce2e2f146f9e7ce83b6f0786d51 (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.