Photogrammetric and LiDAR Surveying and Mapping

expired opportunity(Expired)
From: Federal Government(Federal)
W912P919R0046

Basic Details

started - 02 Mar, 2020 (about 4 years ago)

Start Date

02 Mar, 2020 (about 4 years ago)
due - 01 Apr, 2020 (about 4 years ago)

Due Date

01 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
W912P919R0046

Identifier

W912P919R0046
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE ARMY (133387)USACE (38243)MVD (4911)W07V ENDIST ST LOUIS (869)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

UNRESTRICTED Classification Code:T008 -- Photographic, mapping, printing, & publication servicesNAICS Code:541370 -- Professional, Scientific, and Technical Services/541370 -- Surveying and Mapping (except Geophysical) Services1.  CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and supplements thereto. Services of a qualified firm are sought to provide Photogrammetric and LiDAR Surveying and Mapping. Firms will be selected for negotiation based on demonstrated competence and qualifications to accomplish the required work. This announcement may result in up to ten (10) awards including a target of five (5) or more small businesses awards with the remaining awards coming from among the firms not awarded to as a small business (unrestricted firms or small business firms not receiving an award targeted for small businesses). In the final selection process, the most highly qualified firms will be
interviewed.  The total capacity of the ten (10) contracts is $200,000,000; total value of each contract will be $16M or larger. The ten (10) contracts will be IDIQ contracts for a period of five (5) years.  In the event there are not enough most highly qualified small business firms among the most highly qualified A-E firms, the award(s) will go to a large A-E firm.  The Government intends to negotiate and award these contracts within one year after the required response date to this solicitation. Rates will be negotiated for each 12-month period of the contract at the time of the original award.  On each individual contract, the first year’s rate schedule shall become effective the day of contract award, and shall be in effect for one year from contract award. Subsequent rate schedules shall become effective on the yearly anniversary dates from contract award.  Work will be issued by firm fixed price task orders not to exceed the contract amount and will be subject to successful negotiations. The District may award IDIQ contracts in the future or borrow capacity from other federal contracts to perform work that may also be encompassed by this announcement.   The contracts will be for requirements within the Continental United States and outside the Continental United States (CONUS and OCONUS).   2.  All firms responding to this announcement MUST identify to which category they are submitting.  Those most highly qualified small businesses that do not receive an award in the small business solicitation, due to the Brooks Act requirement, will have their SF 330s automatically reviewed with the large business solicitation SF 330 responses.  No entity will receive more than two awards as a result of this solicitation, which will only be possible if a large firm is aligned with a small business that received one of the small business awards and the large firm also prevailed for an award among the unrestricted submissions. The top ranked firm in the SF 330 evaluation will be requested to provide a firm fixed price proposal and may be awarded the first contract, if negotiations are completed; the second ranked firm to negotiate may be awarded the second contract, and so on. If necessary, secondary selection criteria will be used as a tie breaker between firms considered as technically equal.     a) For successful large business firms, the firm is required to submit a small business participation plan which must be reviewed and approved prior to contract award. The Deputy for Small Business Programs (DSBP) together with the Contracting Officer will ensure that the District complied with PIL 2009-03 by completing the DD Form 2579 which is included in PCF. A copy of the completed DD Form 2579 will be maintained in the contract file.     b)  Clause 52.219-16 Liquidated Damages – Subcontracting Plan (Jan 1999) will be included in the contracts. Should the Contracting Officer determine that the A-E didn’t make a good faith effort in supporting the subcontracting goals, it may be assessed liquidated damages. Incentives such as award fees for achieving/exceeding the small business goals will not be included in the contracts. The DSBP together with the Contracting Officer will review the large business actual subcontracting amounts against the stated goals on a regular basis in eSRS submissions.     c)  Per FAR 19.702, Any contractor receiving a contract for more than the simplified acquisition threshold must agree in the contract that small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, ad women-owned small business concerns will have the maximum practicable opportunity to participate in contract performance consistent with its efficient performance. A small business subcontracting plan is required for large businesses.3.  PROJECT INFORMATION: The primary work under this contract will be photogrammetric mapping, aerial LiDAR and related services to support federal, state, local, tribal, and military missions for the planning, design, construction, operations, maintenance, and management of real property and lands.The services will consist of performing and/or producing aerial photogrammetric and LiDAR surveys, ground control, analytical aero-triangulation, geo-rectification, ortho-rectification, pan-sharpening, tiling, mosaicing, digital elevation model/digital terrain model(DEM/DTM) data, collection and manipulation of photogrammetric mapping, aerial photography, GIS mapping, remote sensing, large and small-scale topographic maps, planimetrics compilation and contouring, geo-database development, maintenance and support and landuse/landcover analysis and mapping, satellite imagery, and other geospatial processes and services.  The firm's team must have a Certified Photogrammetrist or a Professional Licensed Surveyor.  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 interim SECRET clearance for facilities, equipment, and personnel involved in the required services.  A SECRET CLEARANCE IS NOT REQUIRED WITH THIS SUBMISSION.4.  SELECTION CRITERIA: The specific selection criteria (1 through 4 are primary and 5 and 6 are secondary and will only be used as a tie-breaker among firms that are essentially technically equal) are in descending order of importance are as follows and must be documented with resumes in the SF330. Letters of commitment shall be submitted if credit for the experience and past performance of key subcontractors is desired.PRIMARY CRITERIACRITERIA 1: SPECIALIZED EXPERIENCE & TECHNICAL CAPABILITIES (SF330, Part I, Section F)The offeror shall address their capability and how these technical capabilities will ensure successful execution on this project.  All experience shall have been completed within the last 5 years.  Specifically addressing the following:     a)  current experience in collection of aerial imagery for large & small scale photogrammetric mapping utilizing digital aerial cameras (sweep or frame system), analytical and softcopy aerotriangulation and softcopy feature compilation and extraction;     b)  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;     c)  current experience in digital orthophoto generation for large and small scale mapping projects;     d)  capability to develop, produce and distribute geospatial data and products in digital format (shapefile, geodatabases, etc.), conduct spatial analysis and provide GIS mapping and Real Property (RP) data development services;      e)  current experience in large and small scale photogrammetric production in support of (engineering design, facilities management, regional planning, and real property inventory);     f)  ability to integrate digital terrain data from multiple sources into a surface model;     g)  ground survey control planning and acquisition for photogrammetric map compilation including conventional (total stations, EDM systems and levels) measuring systems and GNSS (global navigation satellite system;     h)  capability and experience in providing geospatial data products in Spatial Data Standards for facilities, infrastructure, and environment (SDSFIE) (latest version);     i)  ability to deliver digital data that is readable and fully operational with AutoCAD (current version), ArcGIS (current version), ERDAS Imagine, and Bentley Microstation formats without any additional manipulation;     j)  ability to perform GIS boundary mapping from real estate tract maps, deeds, and real property transactional registers;      k)  and 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 manually via hardcopyCRITERIA 2: PROFESSIONAL QUALIFICATIONS (SF330, Part I, Section E)Part A - Resumes of Key Personnel (Section E, Blocks 12 - 18): The offeror shall demonstrate, either in-house or through consultants or subcontractors, they have qualified and licensed professional engineers or land surveyors or personnel licensed in photogrammetry with demonstrated expertise in all aspects of photogrammetry and remote sensing, a qualified management team, quality control staff and technical staff. All Professional Registrations, Licensures and/or Certifications must state certification numbers and expiration dates (as applicable).  The offeror shall provide education, training, voluntary certifications (i.e. ASPRS Certified Photogrammetrist), and longevity with the firm.Part B - Relevant Projects (Section E, Block 19): All Key Personnel are required to have a minimum of five (5) years of project experience in their discipline demonstrated by projects with scope, magnitude, and complexity comparable to this solicitation. The definition of a project is as noted in ‘Specialized Experience' and ‘Selection Criteria' above. Relevant projects are those that reflect experience performing the respective discipline. Relevant Project information should be brief and highlight specific roles and tasks performed by the Key Personnel, Project Type, Scope, and Costs. No more than five (5) projects should be listed for each resume, and each project listed must have been completed within five (5) years of publication of this solicitation announcement (Note: The projects provided for this factor may also be used to address Criteria 1).CRITERIA 3:  CAPACITY TO ACCOMPLISH THE WORK (SF330, Part I, Section H)The offeror shall address their capacity to accomplish the work and ensure successful execution on this project. Teaming partners to be included by the offeror in their response should be clearly identified as such for evaluation purposes and will later be agreed to during negotiations of any resultant contract. Specifically addressing the following:     a)  Firms must have the capability to perform approximately $4,000,000 of the required type work in a one-year period. The evaluation of a firms capability will consider the availability of an adequate number of personnel in key disciplines (management, quality control, and technical) and availability of equipment;     b)  Capability of firm to furnish photogrammetric equipment including owned or leased airworthy aircraft, large and medium format digital cameras (sweep or frame system), LIDAR sensor suitable for elevation data collection to support production of ASPRS Class 1 standards for 2 foot or better contours, currently certified precision aerial mapping camera, hardware and software to perform fully analytical and softcopy 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, airborne GPS and IMU capabilities for aircraft navigation and photo/sensor control;     c)  Ability to provide necessary survey equipment (GPS and conventional) and personnel to accomplish airborne global positioning system (ABGPS) controlled photogrammetry missions in a timely schedule;     d)  Demonstrate project management skills, tools and past experience monitoring multiple task orders simultaneously;     e)  Demonstrated quality control procedures and tools to insure quality photogrammetric mapping products;     f)  Demonstrate ability to acquire SECRET security clearances for personnel, facilities and equipment involved in the analysis, interpretation, cartographic, digitizing, and photographic reproduction of photogrammetric services required for each project.CRITERIA 4 - PAST PERFORMANCE (SF330, Part I, Section H)                                                                                                  Offeror’s should submit a single page narrative form and Past Performance data for all projects submitted in Section F under Specialized Experience and Technical Competence. The offeror shall provide past performance data with respect to cost control, quality of work and compliance with performance schedules, as determined from Past Performance Questionnaires (PPQs), ACASS/CPARS/PPIRS data, credible documentation included in the SF 330 and other sources.  The Government will retrieve and evaluate the CPARS reports, if available, for all relevant projects for each firm.  If a CPARS is not available, the firm shall complete Part I of the Past Performance Questionnaire, send it to the customers for these projects to complete Part II of the Past Performance Questionnaire, request that it be returned to the firm, and submit it with the SF330 submission. No sealed envelope is required. A blank Past Performance Questionnaire can be found attached to this synopsis/solicitation. The contractor should provide the Point of Contact Names and Telephone Numbers (Point of Contacts should be verified those individuals may be contacted) and full contract number and task order number (if applicable). The AE AE Evaluation Board may seek information on past performance from other sources if none are available from CPARS or if no Past Performance Questionnaire are provided; but is not required to seek other information on the past performance of a firm. If there are no available CPARS or Past Performance Questionnaires provide, the rating will be given a neutral evaluation. The Government reserves the right to retrieve and evaluate ACASS/CPARS/PPIRS data even if the offeror does not provide the data as a part of their final packages.TIE-BREAKER CRITERIACRITERIA 5 - SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS (TO BE USED FOR LARGE BUSINESS CONTRACTS ONLY) (SF330, Part I, Section H)Extent of participation of SB, SDB, woman-owned businesses, HUB Zone and Disabled Veteran-Owned Small Businesses will be measured as a percentage of the estimated effort.CRITERIA 6 - EQUITABLE DISTRIBUTION OF DoD CONTRACTS (SF330, Part I, Section H)Evaluation will consider the Volume of DoD, A-E contract awards in the last 12 months. The objective is to achieve an equitable distribution of DoD, A-E contracts among qualified firms, by giving more consideration to firms with lower total volume.5.  SUBMISSION REQUIREMENTS:  Interested firms having the capabilities to perform this work must submit five (5) copies and one (1) cd containing an electronic version of all proposal documents, each containing Parts I and II of the SF330 information for the prime firm and Part II for all subcontractors/consultants to the address listed below not later than 3:00 p.m. local time on NLT 1 April 2020.  E-mails are not acceptable.   Each copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Parts I, II, and Subsequent Sections are as defined in the SF330 Instructions).Include the firm’s CAGE code on the SF330, Part 1, Section B.  On the SF330, Part 1, Section C, provide the CAGE code for each subcontractor or consultant, if available. Include the firm’s DUNS number on the SF330, Part 1, and Block B. On the SF330, Part 1, Block C, provide the DUNS number for each subcontractor or consultant, if available. The SF330 shall have a page limit of 150 pages (not including CPARS or PPQs), and will have a limit of ten (10) projects illustrating specialized experience. A page is one side of an 8 ½ x 11 sheet. If a fold-out is used, each sheet of a fold-out shall count as a minimum of 2 pages. Font size shall not be less than 10 font and margins shall not be less than one-half inch.In SF 330, Part I, Section D, include an organization chart of the key personnel to be assigned to the project and a narrative describing how the organization will function, including how the QA/QC plan will be implemented.  Those functions to be subcontracted out shall be clearly identified.  In SF 330, Part I, indicate in Section C-11 or Section H if the prime has worked with the team members in the past five years and the estimated percentage involvement of each firm on the proposed team. If credit for the experience and past performance of key subcontractors is desired, copies of original letters of commitment shall be submitted.In Section H address how your team meets each selection criterion.  Describe owned or leased equipment that will be used to perform this contract.  Describe the firms overall Quality Management Plan (A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission).  Provide a narrative discussing the capacity of the team to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight schedules.  Also include in section H the number and amount of fees awarded on DOD contracts for A-E services during the twelve months prior to this notice, including change orders and supplemental agreements for all branch offices.  Do not include awards to overseas offices for projects outside the United States, its territories and possessions. Do not include awards to a subsidiary if the subsidiary is not normally subject to management decisions, bookkeeping, and policies of a holding or parent company or an incorporated subsidiary that operates under a firm name different from the parent company.Joint ventures shall submit the following additional documentation of the evidence of a joint venture entity: 1) Firms shall provide a copy of a legally binding joint venture agreement, and 2) Identification of the party who can legally bind the joint venture.In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the System for Acquisition Management (SAM) which replaced the Central Contractor Registration (CCR), to be considered for award of a Federal contract. Information regarding registration can be obtained through the SAM Assistance Center at 1-866-606-8220.  The use of DUNS numbers to identify vendors is limited to identifying different SAM records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dunn and Bradstreet at 1-800-700-2733. Mail your firm’s submission of the SF330 to:U.S. Army Corps of Engineers, St, Louis District,Contracting Division, Room 4.207, CEMVS-CTATTN: Twila Hopkins1222 Spruce St., St. Louis Mo. 63103-2833Ms. Hopkins can be reached at twila.a.hopkins@usace.army.mil or 314-331-8124. Responses to this add should be in writing only; telephone calls and personal visits are discouraged.  Solicitation packages are not provided. This is not a Request for Proposal. Personal visits for the purpose of discussing this announcement will not be entertained or scheduled. Please check for updates to this announcement after the publication date.

Saint Louis ,
 MO  63103  USALocation

Place Of Performance : N/A

Country : United StatesState : MissouriCity : St. Louis

You may also like

On- Call Land Surveying Services

Due: 06 May, 2024 (Tomorrow)Agency: City Of Orinda

A-E IDIQ Surveying and Mapping

Due: 31 May, 2024 (in 26 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541370Surveying and Mapping (except Geophysical) Services
pscCode T008Photogrammetry Services