Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 1, 2001 PSA #2947
SOLICITATIONS

C -- INDEFINITE DELIVERY A-E CONTRACTS FOR PHOTOGRAMMETRIC MAPPING AND AERIAL PHOTOGRAPHY, FOR THE ST. LOUIS DISTRICT, U. S. ARMY CORPS OF ENGINEERS

Notice Date
September 27, 2001
Contracting Office
US Army Engineer District, St. Louis-Civil Works, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
ZIP Code
63103-2833
Solicitation Number
DACW43-02-R-0701 THRU 0704
Response Due
November 5, 2001
Point of Contact
Joan Brickey, 314-331-8521, FAX 314-331-8746
E-Mail Address
US Army Engineer District, St. Louis-Civil Works (Joan.C.Brickey@mvs02.usace.army.mil)
Description
Services of qualified A-E firms, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are sought to provide Aerial Photography, Remote Sensing, Aerotriangulation, Large and Small-Scale Topographic Maps, and Landuse/Landcover Analysis and Mapping for the St. Louis District, U. S. Army Corps of Engineers. A minimum of four up to a maximum of seven indefinite delivery contracts will be negotiated and awarded. The solicitation does not supersede contracts previously awarded for similar work by other Corps Districts. Each contract will have a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period will not exceed $1,000,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm fixed price task orders not to exceed the contract amount. The Contracting Officer will consider the following and other relevant factors in deciding which Contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the task order in the required time, uniquely specialized exp erience, and equitable distribution of work among Contractors. The first contract is anticipated to be awarded in December 2001 with the remaining contracts to be awarded at approximately one (1) month intervals thereafter. This announcement is open to al l businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The sub-contracting goals for the St. Louis District for each contract are that (1) a minimum of 61.4% of the Contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and woman-owned small businesses (WOSB); (2) at least 9.1% be placed with SDB; and (3) at least 5% be placed with WOSB. The plan is not required with this submittal. II. PROJECT INFORMATION: Work will be for photogrammetric mapping, remote sensing and aerial photography of sites for the U.S. Army Corps of E ngineers and other federal agencies such as, but not limited to: U.S. Army CE, U.S. Environmental Protection Agency, Department of Defense, Department of the Interior, NOAA, DOT, etc. While services will primarily be for areas throughout the United States , services may be required for selected areas throughout the world. The potential exists that some requested services will include data classified up to SECRET; therefore, prior to award, the Architect-Engineer shall demonstrate the ability to achieve int erim SECRET clearance for facilities, equipment, and personnel involved in producing photogrammetric products consisting of aerial photography, analytical aerotriangulation, stereomapping compilation, orthophotography, and landuse/landcover interpretation. The Contractor shall further demonstrate capability and capacity of photographic laboratory reproduction and enlargement equipment (enlargements up to and including 40 x 60) and supporting personnel. III. SELECTION CRITERIA: See Note 24 for general sele ction process. The selection criteria are listed in descending order of importance (first by major criterion and then by sub-criterion). Criteria a. through d. are primary. Criteria e. and f. are secondary and will only be used as tie-breakers, if neces sary, in ranking the most highly qualified firms. a. Specialized Experience and Technical Competence: (1) current experience in conventional large and small scale photogrammetric production in support of (engineering design, facilities management, and reg ional planning); (2) current experience in the collection and processing of LIDAR data into various mapping products to include elevation models, surface models , and contours for large and small scale mapping projects; (3) Current experience in orthophoto generation for large and small scale mapping projects; (4) ability to conduct supervised and unsupervised digital classifications from remotely sensed (i.e. Hyp erspectral & multispectral data sets, high resolution sensor data sets) data and incorporate results into existing geospatial data bases and/or thematic maps;(5) ground survey control planning, and acquisition for photogrammetric map compilation including conventional (transit, EDM systems and levels) measuring systems and Global Positioning Systems; (6) Capability and experience in providing geospatial data products in Spatial Data Standards for facilities, infrastructure, and environment (SDSFIE) (former ly called Tri-Service Spatial Data Standards (TSSDS) and Spatial Data Standards (SDS)) and Facility Mangement Standards for facilities, infrastructure, and environment (FMSFIE) formerly called Tri-Service Facility Management Standards (TSFMS) and Facility Management Standards (FMS); (7) facilities and capability to gather historical photos from hardcopy and/or digital sources and perform photo image analysis and interpretation to detect landuse and change analysis utilizing digital softcopy techniques and m anually via hardcopy; (8) Contractor facilities must have capability to deliver digital data on CDROM, optical rewritable disks, 8mm tapes, and 3.5 micro disks. Digital data must be readable and fully operational with U.S. Geological Survey DLG-3, AutoCAD, ARC/INFO (GIS), ERDAS, MIPS, and Intergraph system formats. b. Capacity to Accomplish the Work (1) Capacity to perform approximately $1,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequa te number of personnel in key disciplines (management, quality control, and technical); (2) capacity of firm to furnish photogrammetric equipment including owned or leased airworthy aircraft, currently certified (last 3 calendar years) precision aerial map ping camera, photographic lab for reproducing aerial photographic and mapping products, hardware and software to perform fully analytical aerotriangulation, analytical and softcopy stereoplotter instrumentation for digital data collection of planimetric an d topographic features, DTM, DEM data collection and manipulation of terrain data (to include DTED data sets), digital data editing facilities, high resolution metric scanners for softcopy mapping and orthophoto production, LIDAR airborne sensor and associ ated equipment for airborne LIDAR elevation data collection, and airborne GPS capabilities for aircraft navigation and photo control; (3) ability to provide necessary survey equipment (GPS and conventional) and personnel to accomplish airborne global posit ioning system (ABGPS) controlled photogrammetry in a timely schedule; (4) Demonstrate project management skills, tools and past experience monitoring multiple task orders simultaneously; in various locations; (5) Demonstrated quality control procedures and tools to insure quality photogrammetric mapping products; (6) demonstrate ability to acquire SECRET security clearances for personnel, facilities and equipment involved in the analysis, interpretation, cartographic, digitizing, and photographic reproducti on of photogrammetric services required for each project. c. Professional Qualifications Qualified and licensed professional engineers or land surveyors with demonstrated expertise in all aspects of photogrammetry and remote sensing. Qualified management, quality control staff and technical staff. The evaluatio n will consider education, relevant and current skills training (short courses, on the job training), professional certification and registration, and overall relevant experience, and longevity with the firm. d. Past Performance Past performance on DOD a nd other contracts with respect to cost control, quality of work and compliance with performance sche dules. e. SB and SDB Participation Extent of participation of SB (including WOSB), SDB, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. f. Volume of D OD Contract Awards Volume of DOD contracts awarded in the last 12 months as described in Note 24. IV. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Firms having capabilities to perform this work and who desire to be considered must submit two copies of completed SF 255 (11/92 edition) and two copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call 503-326-3459. In SF 255, Block 10, describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. No other notification to firms under consideration for this work will be made. This is not a Request For Proposal (RFP).
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011001/CSOL007.HTM (D-270 SN50Y9M0)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on September 27, 2001 by Loren Data Corp. -- info@ld.com