SOLICITATION NOTICE
T -- Humboldt NF, NV, Digital Aerial Imagery - Documents and Shapefiles
- Notice Date
- 5/20/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541922
— Commercial Photography
- Contracting Office
- Department of Agriculture, Farm Service Agency, Aerial Photography Field Office, 2222 West 2300 South, Salt Lake City, Utah, 84119-2020
- ZIP Code
- 84119-2020
- Solicitation Number
- AG-8447-S-16-0003
- Archive Date
- 7/29/2016
- Point of Contact
- Michelle C. Clifford, Phone: 8018442909, Jacque LaCroix, Phone: 801-975-3500 x 277
- E-Mail Address
-
michelle.clifford@slc.usda.gov, jacque.lacroix@slc.usda.gov
(michelle.clifford@slc.usda.gov, jacque.lacroix@slc.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Humboldt NF, NV project shapefiles, including boundary, DOQQQ, and ranger districts Continuation of Combined Synopsis/Solicitation containing terms, conditions, requirements, and Instructions for response to AG-8447-S-16-0003 SF-1449 Humboldt NF, NV AG-8447-S-16-0003 U.S. Forest Service requires aerial imagery services for direct digital acquisition of leaf-on, snow free, 30cm resolution, 4-band stereo coverage of approximately 4,021 square miles of the Humboldt National Forest, Nevada. Offers for existing imagery acquired during the approximate photographic season of 2015 substantially meeting the requirements of this solicitation may be given consideration. Please contact the official in Item 16 for instructions prior to submitting an offer. 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. Solicitation AG-8447-S-16-0003 is issued as a Request for Proposal (RFP) 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88, dated May 16, 2016. 4. This solicitation is a Total Small Business Set Aside (FAR 52.219-6). The small business industry size standard for the type of services covered by this procurement, under NAICS code 541922, is the average annual receipts of the concern and its affiliates for the preceding three (3) years not in excess of $7.5 million. 5. Contract Items: a. Item 1, Stereo Imagery to include 4-band, radiometrically corrected, uncompressed, single-point georeferenced image files in GeoTIFF format in both 16-bit and 8-bit per band, stereo block, pyramid, statistic, and metadata files, and Project Geodatabase with flight line, center point, and footprint feature classes. Item includes acquisition of imagery. b. Item 2, DOQQQ Orthorectified Imagery to include 4-band, 8-bit per band, digital orthorectified quarter-quarter quadrangle tiles, compress project mosaic, pyramid, statistic, and metadata files, RMSE report, footprint and seamline Project Geodatabase feature classes. c. Items 3 and 4 are optional items for increased overlap acquisition and include the same deliverables as Items 1 and 2. 6. Imagery acquisition must be accomplished using a digital sensor that collects four-band multi-spectral natural color (RGB) and color infrared (CIR) simultaneously. The project will have an approximate flying season of July 1 through September 30, 2016. Refer to Continuation of Combined Synopsis/Solicitation for statement of work. 7. Delivery of materials are required 60 and 90 days from the end of the approximate acquisition season. Refer to Section B-3 of the Continuation. All materials must be delivered to the following address, F.o.B.: USDA Aerial Photography Field Office Attn: Contracting 2222 West 2300 South Salt Lake City, Utah 84119-2020 8. FAR 52.212-1, Instructions to Offerors - Commercial, and addendum provided in Section D of the Continuation applies to this acquisition. Offers must include: (1) completed and signed SF-1449, (2) information requested in Section D-2 regarding technical capability and past performance and image samples if applicable. 9. FAR 52.212-2, Evaluation - Commercial Items, including the specific criteria and criteria are provided in Section D-3 of the Continuation. 10. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The certifications are included in Section D-4 of the Continuation. 11. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, and the addenda provided in Sections A-1 and A-2 of the Continuation, Contract Clauses, Terms and Conditions apply to this solicitation. 12. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues Or Executive Orders - Commercial Items applies to this acquisition and are included in Section A-3. Those clauses that apply are indicated with an X. 13. Warranty & Financing terms are provided in Addenda to FAR 52.212-4, Contract Terms and Conditions - Commercial Items, in Sections A-1 and A-2 of the Continuation. 14. N/A 15. Responses are due no later than 4:00 pm Mountain Time, Friday, June 10, 2016, at the location in Item 7. 16. For information regarding this solicitation, contact Michelle Clifford; 801-844-2909; email michelle.clifford@slc.usda.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSA/APFO/AG-8447-S-16-0003/listing.html)
- Place of Performance
- Address: Humboldt National Forest, NV, and Contractor's facility, United States
- Record
- SN04124373-W 20160522/160520234519-61fc457fda41b0838b20e1038f46533d (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 |