Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 14, 2001 PSA #2977
SOLICITATIONS

C -- INDEFINITE DELIVERY A-E CONTRACT FOR PHOTOGRAMMETRIC MAPPING AND AERIAL PHOTOGRAPHY

Notice Date
November 9, 2001
Contracting Office
US Army Engineer District, Buffalo , 1776 Niagara St., Buffalo, NY 14207-3199
ZIP Code
14207-3199
Solicitation Number
DACW49-02-B-0001
Response Due
December 13, 2001
Point of Contact
Lorraine McMullen, (716)879-4249, FAX (716)879-4353
E-Mail Address
US Army Engineer District, Buffalo (lorraine.l.mcmullen@usace.army.mil)
Description
CONTRACT INFORMATION: Services of a qualified A-E firm, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, is sought to provide Aerial Photography, Remote Sensing, Aerotriangulation, Large and Small-Scale Topographic Maps and Landuse/ Landcover Analysis and Mapping for the Buffalo District, US Army Corps of Engineers. The solicitation does not supersede contracts previously awarded for similar work by other Corps Districts. The contract will have a base period not to exceed one year a nd two option periods not to exceed one year each. The amount of work in each contract period will not exceed $1,000,000.00. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or n early exhausted. Work will be issued by negotiated firm-fixed price task orders not to exceed the contract amount. The contract is anticipated to be awarded in March 2002. This announcement is open to all businesses regardless of size. If a large busin ess 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 subcontracting goals for the Buffalo District are that (1) a minimum of 61.4% o f the Contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB); woman-owned small businesses (WOSB); and Service-Disabled Veteran-Owned Small Business (SDVOSB); (2) at least 9.1% be place d with SDB; (3) at least 5% be placed with WOSB; and (4) at least 3% with SDVOSB. 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 US Army Corps of Engineers and other federal agencies such as, but not limited to: US Army CE, US Environmental Protection Agency, Department of Defense, Department of the Interior, NOAA, DOT etc. While services may be required for selected areas throughout the United States. The Contractor shall demonstrate capability and capacity of photographic laboratory reproduction and enlarge ment equipment (enlargements up to and including 40 inches x 60 inches) and supporting personnel. III. SELECTION CRITERIA: See Note 24 for general selection 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 s econdary and will only be used as 'tie-breakers', if necessary, 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 regional planning; (2) current experience in the c ollection 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 pro jects; (4) ability to conduct supervised and unsupervised digital classifications from remotely sensed (i.e. Hyperspectral and multispectral data sets, high resolution sensor data sets) data and incorporate results into existing geospatial data bases and/o r 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 g eospatial data products in Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE) (formerly called Tri-Service Spatial Data Standards (TSSDS) and Spatial Data Standards (SDS)) and Facility Management Standards for Facilities, Infra structure, and Environment (FMSFIE) formerly called Tri-Service Facility Manag ement 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 detet landuse and change analysis utilizi ng digital softcopy techniques and manually via hardcopy; (8) Contractor facilities must have capability to deliver digital data on CDROM, 8mm tapes, and 3.5 inch micro disks. Digital data must be readable and fully operational with US Geological Survey D LG-3, AutoCAD, ARC/INFO (GIS), ERDAS, MIPS and Intergraph system formats. b. Capacity to Accomplish the Work (1) Capacity to perform approximately $1,000,000.00 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate 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 mapping cameras, 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 and 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 associated equipment for airborne LIDAR elevation data col lection, and airborne GPS capabilties for aircraft navigation and photo control; (3) ability to provide necessary survey equipment (GPS and conventional) and personnel to accomplish airborne global positioning system (ABGPS) controlled photogrammetry in a timely schedule; (4) Demonstrate project management skills, tools and past experience monitoring multiple task orders simultaneously; (5) Demonstrated quality control procedures and tools to insure quality photogrammetric mapping products. c. Professional Qualifications: Qualified management, quality control staff and technical staff. The evaluation will consider education, relevant and current skills training (short courses, on the job training), professional certification and registr ation, and overall relevant experience, and longevity with the firm. d. Past Performance: Past performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules. e. SB, SDB and Service Disabled Veteran-Owned Small Business Participation: Extent of participation of SB (including WOSB), SDB, historically black colleges and universities and minority, and Service Disabled Veteran-Owned Small Business institutions in the proposed contract team, measured as a percentage of the estimated effort. f. Volume of DOD Contract Awards: Volume of DOD contracts awarded in the last 12 months as described in Note 24. IV. SUBMISSION REQUIREMENTS: See Note 24 for 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 e dition) 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 o f the next business day. Include the firm's ACASS number in SF 255, Block 3b. For ACASS informationm 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 capabiltiies. 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. 20011114/CSOL003.HTM (D-313 SN5127E8)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 9, 2001 by Loren Data Corp. -- info@ld.com