COMMERCE BUSINESS DAILY ISSUE OF MAY 7, 2001 PSA #2845
SOLICITATIONS
T -- AERIAL PHOTOGRAPHY/DIGITAL IMAGERY
- Notice Date
- May 3, 2001
- Contracting Office
- USDA-FSA-Aerial Photography Field Office, 2222 West 2300 South, Salt Lake City, Utah 84119-2020
- ZIP Code
- 84119-2020
- Solicitation Number
- (RFP) USDA-FSA-12-01
- Response Due
- May 23, 2001
- Point of Contact
- W.GEOFFREY GABBOTT, Contracting Officer (801) 975-3500 ext.207
- E-Mail Address
- E-Mail Link (contracts@apfo.usda.gov)
- Description
- (1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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) This solicitation, number USDA/FSA-12-01, is issued as a request for proposal (RFP). (3) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24. (4) This procurement is unrestricted, NOT set-aside for business type or size, under the NAICS Code of 541922, Commercial Aerial Photography. (5) Project imagery is being acquired to support the USDA/FSA Compliance Program; Contract line item number 1: 26 counties within the State of Kansas covering 1,484 Quarter Quadrangles (6,396 flight line miles, 20,495 square miles); Contract line item number 2: 25 counties within the State of Nebraska covering 1,074 Quarter Quadrangles (4,629 flight line miles, 14,465 square miles). Offerors may submit proposals for one or both items with units of measure based on quarter quadrangles (QQ). Price proposal must be submitted on standard form 1449 and include: Contract line item number, Total QQs offered, Unit Price per QQ, and Total Price (unit price times total QQs = total price). Technical proposal must address photo acquisition, image processing, and production of geo-rectified color digital imagery, by county. (6) Descripition of requirements: Aerial photography and digital imagery processing services for quarter-quad centered 1:40,000 scale photography, flown with 6" (153mm) focal length precision mapping camera, on 9"x9" format color negative film. Flight lines and predetermined exposure stations meet National Aerial Photography Program (NAPP) standards for placement and coverage. Film negatives will be scanned to a natural color positive digital image and geo-rectified to a government furnished USDA mosaicked digital ortho quad (MDOQ) in MRSID format by county provided on CD-ROM. The accuracy of the geo-rectification must be such than an area measurement taken from any part of the geo-rectified image will be within +/-5% of the same area's measurement against a reference source meeting National Map Accuracy Standards. Resolution requirements for the digital imagery must meet or exceed a minimum 2.0 meter pixel resolution. Minimum image coverage area shall be one USGS standard quarter quadrangle -- 3-3/4 degrees by 3-3/4 degrees in size, with a 360 meter buffer on all four sides of the QQ. Image files shall be provided in geo-tiff format NAD83 UTM projection, full county coverage of QQs, on CD-ROM in ISO 9660 format. The color negative film shall be titled with identifying data and provided on standard 5-1/2" 200' rolls in sturdy plastic containers. The approximate performance period for image acquisition is the prime agricultural growning season of July 1, 2001 through August 20, 2001, with 30 degree miminum sun angle. 10% cloud cover will be acceptable. (7) County digital imagery will be delivered as soon as available with final shipment delivery, including aerial film, due on or before September 19, 2001. Deliveries are FOB Destination to: Contracting Officer, USDA-FSA-Aerial Photography Field Office, 2222 West 2300 South, Salt Lake City, Utah 84119-2020. Acceptance/Rejection will be determined within fifteen (15) days of product receipt. (8) Provision 52.212-1, Instructions to Offerors -- Commercial, is applicable to this acquisition. (9) Provision 52.212-2, Evaluation -- Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price. While technical capability and past performance are considered more important than price, the proposed price between technically superior proposals shall be an important factor in selection of a proposal for award. The government reserves the right to make an award to other than the lowest priced offeror, or other than the highest technically rated offeror, when the perceived benefits and tradeoffs provide the government the greatest value. 2. Technical Capability. Evaluation will be based on statements submitted by the offeror regarding a) detailed description of approach to the job, b) specific procedures and processes including quality control, c) project managment techniques, and d) specialized equipment to be used in the performance of the work. 3. Past Performance. Evaluation will be based on relevant performance history of the offeror for similar type work. The offeror shall submit three references for evaluation of past performance. Each reference shall include a) general assessment of contract performance, b) project completion record as compared to required schedules, and c) delivery schedule compliance record. Technical capability and past performance, when combined, are more significant when compared to price. (b) Options. There are no options in this procurement. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (10) Offerors shall include a completed copy of provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its proposal. (11) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, is applicable. (12) Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, is applicable including the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. (13) Additional contract terms and conditions include: (a) All rights to data contained in the imagery are transferred to the Government upon acceptance, for placement in public domain, and (b) Progress reports are required to monitor all phases of contract performance. (14) Proposals are due at close of business (4:30 pm MDT) on May 23, 2001, Room 10, Aerial Photography Field Office, 2222 West 2300 South, Salt Lake City, Utah 84119-2020. (15) Proposals shall be submitted in two parts: (a) Price proposal including unit price and total price, prepared and completed on a Standard Form 1449, and (b) Technical proposal including technical capability and past performance references. (16) Copies of instructions, forms, lists, etc., are available electronically at the web link indicated below. (17) To request supporting documents or additional information, please contract the e-mail address below, or JoAnne Maack 801-975-3500 ext. 209.
- Web Link
- Supporting Documents for Solicitation USDA/FSA-12-01 (ftp://apfo.usda.gov/pub/contracting/FSA-12-01)
- Record
- Loren Data Corp. 20010507/TSOL001.HTM (W-123 SN50L1B3)
| T - Photographic, Mapping, Printing and Publication Services Index
|
Issue Index |
Created on May 3, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|