Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 16, 2014 FBO #4709
SOURCES SOUGHT

C -- Geospital Support Services

Notice Date
10/14/2014
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
NCNP0000-14-00873
 
Archive Date
11/27/2014
 
Point of Contact
Robin Resweber, Phone: 757-441-3182, Courtney Woodley, Phone: 757-441-3442
 
E-Mail Address
robin.resweber@noaa.gov, courtney.woodley@noaa.gov
(robin.resweber@noaa.gov, courtney.woodley@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is not a Request for Proposals and does not constitute a commitment by the Government. The Government is currently conducting market research in accordance with Federal Acquisition Regulation (FAR), Part 10, to identify ALL potential sources to provide the requirement and gather information on current capabilities of businesses within the market. All information submitted in response to the sources sought notice is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Proprietary information submitted should be marked appropriately. All submitted information shall remain with the U.S. Government and will not be returned. The potential offeror should demonstrate that they have the capability to respond to the following NOAA program requirement. Services of qualified A-E firms are sought to provide the following types of geospatial services in support of various local, state, regional, and national coastal resource management needs. It is the intent of this contract that all data and software, decision support tools, and products developed and acquired as a result of these services would become the property of the U.S. Government and will be available in the public domain. These services may include, but are not limited to: 1. Data acquisition - aerial, satellite, shipboard, and unmanned vehicles; collection methods include, but are not limited to: a. Lidar (topgraphic, bathymetric, mobile) b. IfSAR c. digital multi-spectral d. hyper-spectral imaging e. satellite imagery f. video g. acoustic 2. Thematic mapping (e.g., land use / cover, impervious surfaces, wetland and benthic habitats) including the use of supervised and unsupervised classification, and regression tree modeling 3. Spectral image processing, analysis, and interpretation 4. High-resolution topographic / bathymetric product generation 5. Photogrammetric mapping, aerotriangulation, and orthophotography 6. Cadastral Mapping (terrestrial and marine) 7. Software applications development and decision support tool development 8. Survey and control services, including the use of ground-based and airborne Global Positioning Systems (GPS) technology 9. Sediment Sampling 10. Geospatial integration, analysis, and modeling in: land use planning; coastal conservation; coastal hazards; marine planning; water quality; and climate change 11. Geospatial Training The primary purpose of this contract is to provide the NOAA, National Ocean Service, Office for Coastal Management with the ability to obtain geospatial services in support of the coastal resource management community throughout the U.S. and territories. The data and services acquired through this contract will provide content to the Digital Coast (http://coast.noaa.gov/digitalcoast/). Work shall be performed within a quality system that complies with ANSI/ISO/ASQC Q9000-2001, and deliverables shall meet quality standards based upon defined formal and informal specifications and standards. The services will be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR 36. The Government anticipates awarding multiple fixed-price indefinite delivery, indefinite quantity contracts. Each contract will be for a five-year period. The maximum total dollar amount to be awarded for all contracts under this IDIQ shall not exceed the threshold of $49M over the five year period to be shared among all awardees. A potential offeror must provide evidence of the following characteristics, which are considered mandatory evaluation criteria: Evaluation criteria, in order of importance, are: (1) Professional qualifications and experience necessary for satisfactory performance of required services; (2) Capacity to accomplish the work in the required time (personnel and equipment); (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (4) Location and knowledge: capability to work in diverse localities in the U.S. and its territories with on-the-ground experience in the coastal zone; and (5) Proposed plans to provide meaningful subcontracting opportunities on this project to small, small-disadvantaged, and/or woman-owned small business concerns. Evaluation criteria (5) will not apply to small business firms because subcontracting plans are not required from those concerns pursuant to FAR 19.702(b). To be considered for selection, a firm must demonstrate specialized experience and technological competence to provide the services listed above. In addition, a firm or team must show access to the following: photogrammetric equipment; suitable aircraft that complies with applicable Federal Aviation Administration (FAA) and International Civilian Aviation Organization (ICAO), and other applicable state and federal regulations; current precision aerial mapping camera; current airborne precision digital sensor systems, control survey equipment (GPS, conventional, and cadastral); hardware and software for data collection of planimetric and topographic features, including elevation data; state-of-the-art hardware and software to edit and manipulate digital data, and the ability to provide digital aerial photography and orthophoto products including hardcopy. A firm must have on staff or access to certified photogrammetrist(s), registered/licensed professional engineer(s) and registered land surveyor(s), and hydrographers with a minimum of three years of experience in hydrographic surveying and interpreting data, as permanent staff of the prime - or the prime clearly demonstrates the management of these professionals in teaming and subcontracting arrangements. The evaluation will consider certifications, education, training, registration, overall and relevant experience, ability to keep pace with evolving technology and product specifications, longevity with the firm, and personnel strength. Respondents to this Sources Sought Notice may identify their interest by submitting a capability statement, including how they plan to meet the mandatory qualification criteria, the amount of time needed to complete specific tasks, and the primary contact information at the organization (name, email, address and telephone number) handling this Sources Sought Notice, in the event NOAA has additional questions or requires clarification of the submitted information. Reponses are limited to 10 pages. Potential respondents are also requested to include the type of business (e.g., large business, small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and/or women owned small business, as validated via the System for Award Management (SAM)) under the North American Industrial Classification System (NAICS) code 541370, Surveying and Mapping (Except Geophysical) Services. The size standard for this NAICS code is $14.0M. Standard brochures will not be considered a sufficient response to this notice. Interested sources shall submit an electronic copy of their Capability Statement to Robin Resweber, Contract Specialist, via email at Robin.Resweber@noaa.gov, no later than 10:00 AM. Eastern Standard Time (EST) November 12, 2014. Responses will not be returned. Any questions or responses to this Sources Sought announcement shall be directed to Robin Resweber via the email address provided. No feedback will be provided regarding individual Capability Statements. Information received will be considered solely to make informed decisions regarding a potential procurement. Responses to the Sources Sought announcement are not offers and cannot be accepted by NOAA to form a binding contract. No reimbursement for costs will be made associated with providing information in response to this sources sought announcement or follow-up information requests, if applicable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/NCNP0000-14-00873/listing.html)
 
Place of Performance
Address: 2234 South Hobson Avenue, Charleston, South Carolina, 29405-2413, United States
Zip Code: 29405-2413
 
Record
SN03549613-W 20141016/141014234327-e77561bb2a41be479ca40183bc63ff98 (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.