COMMERCE BUSINESS DAILY ISSUE OF MAY 14, 2001 PSA #2850
SOLICITATIONS
B -- PHILLS/BROWN MARSH
- Notice Date
- May 10, 2001
- Contracting Office
- NASA Procurement Office, Code DA00, Stennis Space Center (SSC), MS 39529-6000
- ZIP Code
- 39529-6000
- Solicitation Number
- RFQ13-SSC-Q-01-10
- Response Due
- May 21, 2001
- Point of Contact
- Anthony J. Goretski, Contract Specialist, Phone (228) 688-2963, Fax (228) 688-1141, Email anthony.goretski@ssc.nasa.gov -- Susan D. Dupuis, Contracting Officer, Phone (228) 688-3683, Fax (228) 688-1141, Email susan.dupuis@ssc.nasa.gov
- E-Mail Address
- Anthony J. Goretski (anthony.goretski@ssc.nasa.gov)
- Description
- This notice 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Background: The Governor of Louisiana has declared an emergency presented by the extensive marsh die-back experienced in many parts of Louisiana in 2000. There is an effort to determine the extent, causes, and potential remedies for the problem. NASA/Geospatial Applications and Development Directorate (GADD) at John C. Stennis Space Center (SSC) plans to sponsor a demonstration project in cooperation with the Governor s Office and the Naval Research Laboratory to demonstrate the potential applicability of hyperspectral remote sensing data to the brown marsh phenomenon. The Naval Research Lab (NRL) will acquire hyperspectral image data over selected marsh areas of the Barataria Basin and a long-term study site near Venice, LA, using the Ocean PHILLS (Portable Hyperspectral Imager for Low-Light Spectroscopy) Imager. This new imager is designed specifically for imaging coastal oceans and is a pushbroom instrument typically flown at 3000m, yielding a 1.5 m GSD and a 1500 m wide sample swath. The data is captured by at least 120 channels, each 5 nm wide, covering the 400-1000 nm spectral region (Davis et al, 1999). Scope of Work: The contractor will be required to provide ground-support during the overflight of the PHILLS mission. The ground-truthing will include the collection and analysis of biogeochemical samples as well as spectral data from pre-selected areas of the marsh. The contractor must identify sampling sites that represent a statistically significant sample of the effected marsh. Following the collection of the data by NRL, the contractor will provide pre-processing, processing and post-processing of the data utilizing a COTS image processing package to assure data compatibility. Analysis will include standard radiometric correction to obtain reflectance values, supervised classification, and identification of spectral variability based on the in-situ sample collection and analysis NASA will provide the NRL data to the successful contractor. Upon completion of the analysis, the contractor shall provide a report describing the results of the analysis, with particular emphasis on the value of hyperspectral data in determining the physical condition of the Louisiana marsh. The processed data will also be delivered to NASA on a CD-ROM. Suggested schedule: May June 2001, NRL flies project area with PHILLS sensor (weather permitting). May June 2001, Field data collection in conjunction with overflight. July October 2001, data analysis and interpretation. December, 2001, project report, delivery of processed data. The provisions and clauses in the RFQ are those in effect through FAC 97-27. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 541360 and $4.0M, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to SSC is required within 225 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by 2:00pm local time, May 21, 2001 and may be mailed or faxed to Tony Goretski, NASA-Bldg 1100, Room 255G, Mail Stop DA20, SSC, MS 39529-6000, Phone (228) 688-2963, Fax (228) 688-1852; and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable. NFS 1852.204-74, Central Contractor Registration is applicable. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm NOTE: the prospective awardee shall be registered in the CCR database using either the cage code, DUNS number or, if applicable, the DUNS+4 number, via the internet at http://www.ccr2000.com Questions regarding this acquisition must be submitted in writing no later than COB May 16, 2001. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits (Critical creditals of personnel who will perform the work, including but not limited to a Professional Biochemist); price; and past performance (successful completion on similar projects with in the past 3 years). Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective quoters shall notify this office of their intent to submit a quotation. It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=64 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
- Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=64#RFQ13-SSC-Q-01-10)
- Record
- Loren Data Corp. 20010514/BSOL002.HTM (D-130 SN50L7X9)
| B - Special Studies and Analyses - Not R&D Index
|
Issue Index |
Created on May 10, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|