The RFP Database
New business relationships start here

Shoreline Mapping Support Services - NOS/NGS


Virginia, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

IDENTIFICATION NO.: NCNL3000-18-00606
NOS/NGS Shoreline Mapping Surveying Services

CONTRACT INFORMATION: The National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, Eastern Region Acquisition Division (ERAD), Norfolk, VA on behalf of the National Ocean Service (NOS), National Geodetic Survey (NGS), Remote Sensing Division (RSD) is seeking firms highly qualified to provide shoreline surveying services to support NOAA's mission to acquire shoreline survey data to support the creation and maintenance of nautical charts for safe and efficient navigation operations. The Government plans to award a total of up to three (3) contracts. This acquisition is being solicited on a full and open competition basis, in accordance with the procedures outlined in the Selection of Architects and Engineers Statute and Federal Acquisition Regulations (FAR) Subpart 36.6 for Architect-Engineer Services, and will be on the basis of demonstrated competence and qualifications of prospective firms.


The primary mission of the NGS, RSD is to provide regularly updated national shoreline charting data for use in creating and maintaining NOAA nautical charts, supporting maritime navigation, defining national territorial limits and managing coastal resources. Accurate and timely contractor work is critical to support this effort to protect life, limb, and property as well as support safe and efficient Marine Transportation activities. The work is highly technical in nature and requires specialized technical expertise. This imagery data is extremely time-critical, as it is used in the implementation of measures to mitigate further adverse effects from the disaster, the assessment of damage, and determining areas of focus for emergency response and rescue. To meet such extensive and critical requirements, NOAA requires contractors to demonstrate end-to-end capability and capacity to simultaneously accomplish, and quickly react to multiple tasks throughout the United States, its possessions, and territories. The agency also requires a broad spectrum of surveying capabilities but crucial to meeting agency needs is an organic capability and firsthand experience in the collection, processing, and delivery of topobathymetric lidar and tide coordinated imagery, establishing and developing tidal datums, and the application of topobathy lidar and tide coordinated imagery in updating safety of navigation products. In addition, firms must demonstrate the ability to obtain the uniquely outfitted aircraft, and other vital equipment, necessary to execute the survey work. This proposed acquisition will consist of, but will not be limited to, the following services:


i.    Acquiring, near vertical, metric quality, tide coordinated, kinematic Global Positioning System (GPS) positioned, digital or film, aerial photography exposed along pre-determined flight lines over coastline, coastal ports, commercial/Federal Aviation Administration (FAA) controlled airports, and/or other assigned areas;
ii.    Preparing photographic digital file indexes;
iii.    Acquiring other tide coordinated, kinematic GPS positioned remoted sensed data along flight lines over coastline, coastal ports, airports, and/or other assigned areas (including Light Detection and Ranging (LIDAR), Interferometric Synthetic Aperture Radar (IFSAR), hyperspectral, gravity, etc.);
iv.    Conducting ground surveys;
v.    Collecting airborne GPS data;
vi.    Collecting airborne inertial data;
vii.    Monitoring tide/water level data from NOAA, NOS tide/water level gauges;
viii.    Installing tide/water level gauges, including leveling, monitoring, and tidal data processing;
ix.    Recording camera information;
x.    Performing aerial camera exposure tests over an area similar to the project area, and/or performing calibrations of remote sensing equipment;
xi.    Performing Aero Triangulation (AT);
xii.    Performing photogrammetric mapping;
xiii.    Preparing orthophotographs;
xiv.    Preparing data for Geographic Information Systems (GIS);
xv.    Digitizing maps, both raster and vector;
xvi.    Creating and manipulating digital elevation models (DEMs);
xvii.    Creating attributed digital shoreline files, including Aids to Navigation (ATN) and landmarks;
xviii.    Annotating nautical charts;
xix.    Creating quality control plans;
xx.    Verify accuracy of all contracted aerial imagery acquisitions via Electronic Exposure Data Version 2 (EED2) File Checking Software; and,
xxi.    Preparing reports, including email status reports, flight reports, aero triangulation reports, ground control reports, and project completion reports, as well as interim and final shapefile preparation and chart evaluation files.


All work will be performed to NOAA specifications and the data provided in NOAA specified formats according to NOAA's Hydrographic Surveys Specifications and Deliverables (HSSD), 2018 edition, which can be found at https://nauticalcharts.noaa.gov/publications/docs/standards-and-requirements/specs/hssd-2018.pdf and within the Statement of Work (SOW). The final SOW provided by NOAA will tailor these specifications for each task order issued as needed.


The Government anticipates awarding multiple indefinite-delivery, indefinite-quantity (IDIQ) contracts. Each contract will be for a five-year ordering period. The maximum total dollar amount to be awarded (shared) across all contracts under this program shall not exceed the threshold of $40,000,000 over the five-year period. The contract minimum value for all contracts awarded will be $12,500.00. The NAICS code is 541370 "Surveying and Mapping (except Geophysical) Services", which has a small business size standard of $15.0 million in average annual receipts for its three previous fiscal years. Large businesses must comply with FAR 52.219-9 Small Business Subcontracting Plan (AUG 2018) regarding the requirement for a subcontracting plan. Once awarded, services will be ordered by negotiating firm-fixed price task orders in accordance with the selection procedures outlined in FAR Subpart 36.6 Architect-Engineer Services and as detailed in the IDIQ contract(s).


SELECTION CRITERIA: The award selection criteria in accordance with FAR Subsection 36.602-1, listed in descending order of importance are provided below.


1. Professional Qualifications necessary for satisfactory performance of required services. Firms will be evaluated on the ability of proposed personnel to perform the work required under this contract, including participation in example projects as outlined in the SF330 Part 1, Section G. In order to be qualified, firms will need to have personnel on payroll for all of the labor categories identified in Attachment B, Labor Category Descriptions. The proposed team as a whole (prime and subcontractors) must have all of the labor categories identified in Attachment B, Labor Category Descriptions, (including Key Personnel) on payroll. The qualified personnel are not required to be employed directly by the prime firm. Each labor category title shall be identified accordingly in SF330, Part 1.


Key personnel are individuals who will have major contract or project management responsibilities, and/or will provide unusual or unique expertise. Resumes for all proposed key personnel must be included with contractor's response. The following key personnel labor categories are required: one (1) senior project manager; one (1) project manager; one (1) quality manager; one (1) or more survey chiefs; two (2) or more aerial pilots; one (1) or more aerial photographers; one (1) or more remote sensing operator; one (1) or more photogrammetrist supervisor; two (2) or more photogrammetrist technicians; one (1) or more compilation supervisor; three (3) or more compilation technicians; one (1) or more lidar specialist; and one (1) or more GIS analyst. In addition to the key personnel listed herein, all required labor categories, and correlating expertise/education requirements, are provided in the Labor Category Descriptions - Attachment B. All education, years of experience, experience/responsibility details shall be met in order to qualify for award. It should be noted that the certifications are considered specialties and do not substitute the requirement for licensure. Licensing is a legal act on the part of states to protect the public health, safety and welfare.


2. Specialized Experience and Technical Competence in the type of work required as outlined in the Statement of Work (SOW). In order to be qualified, firms will need to have demonstrated successful experience providing the required services in the following areas: remote sensing and ground surveys acquisition, experience working with and providing the required services listed as i-xxi within the Contract Information Section of this document, in shoreline mapping, provide a maximum of eight (8) projects completed or substantially completed within the past five (5) years immediately preceding the date of issuance of the Notice that best demonstrate specialized experience of the proposed team in the areas outlined in the Notice, and demonstration of a Quality Control system that ensures quality products are delivered. A project will be considered substantially complete if it has reached 80% completion, based on the amount invoiced as compared to the maximum value, before the issued date of this notice. All projects provided must contain a contract/task order number. Furthermore, base level ordering vehicles shall not be referenced as a project, as no work is completed at the base level.


3. Capacity To Accomplish The Work In The Required Time (personnel and equipment). In order to be qualified, firms will need to demonstrate availability of the following: suitable uniquely outfitted aircraft with specially calibrated cameras and remote sensing systems; remote sensing data acquisition and processing systems; coastal data acquisition and processing systems for LIDAR data (including topobathymetric), with an operational measurement depth range equal to or greater than 1.5 secchi depth, and a nominal density of two (2) points per square meter to support the gridding of a one (1) meter ground sample distance. GPS surveying equipment for establishing horizontal and vertical control; GPS equipment for aircraft positioning; and, sufficient personnel to acquire, process, and interpret data as documented in Labor Category Descriptions - Attachment B.
4. Past Performance. Firms shall demonstrate past performance with Government agencies and private industry completing shoreline mapping data collection and processing (relevant in size and scope to this acquisition) to support routine activities and emergency incidents with respect to cost control, quality of work, compliance with performance schedules, stakeholder/customer satisfaction, and regulatory compliance. Evaluating past performance will include information provided in Past Performance Questionnaires (PPQs) and Contractor Performance Assessment Reporting System (CPARS) for projects provided in the SF 330, Part I, Section F and may include customer inquiries, Government databases, and other information available to the Government including contact with points of contact provided in the SF 330. A minimum of three (3) references must be provided. There is no specific format required for references; a reference can be the Project Owner Information included in SF330, Part I, Section F. The PPQ is an optional form and does not count towards the total page limitation. The PPQ can be utilized for example projects listed in SF330, Part I, Section F or for other projects that demonstrate relevant past performance with Government agencies and private industry. A PPQ shall not be submitted if a CPARS evaluation has been completed, as the CPARS is the final record and will be the information considered. If a PPQ is utilized, the Contractor is to complete blocks 1 through 4 and the Client (the agency, private firm that the Contractor completed work for) is to compete blocks 5 through 8. The Client shall provide the completed PPQ via email to the Contract Specialist, Jennifer Peters at Jennifer.Peters@noaa.gov and cc Contracting Officer, Tiffany Squyres at Tiffany.Squyres@noaa.gov. A PPQ shall not be submitted for IDIQ contracts; only one project shall be included for each PPQ. Therefore, a separate PPQ must be completed for each task order.


5. Location and Knowledge. Firms shall demonstrate the capacity to work in diverse geographical areas of various expertise throughout the U.S., its possessions and territories.


6. Small Business Participation. Firms shall demonstrate its willingness to offer and commit to small business participation goals in the performance of this contract. To demonstrate this, the firms shall state the anticipated degree of Small Business participation, expressed in terms of dollars and percentage based on $13,000,000.00; the small business goal for this contract is 27%. Firms must also provide a narrative explanation demonstrating, at a minimum, how it intends to achieve the stated small business goal including efforts to recruit small businesses, anticipated services to be provided by small business subcontractors, record keeping of small business participation, and prior experience on other contracts adhering to subcontracting goals for small business concerns. In demonstrating their experience, firm must supply sufficient information regarding past contracts to allow NOAA to verify the information with contracting agencies or in Electronic Subcontracting Reporting System (eSRS), if deemed necessary. This required information, including that provided in applicable sections of the SF330, will be used to evaluate the extent of proposed participation and commitment to use small businesses in the performance of this acquisition.


SUBMISSION REQUIREMENTS: Firms having capabilities to perform this work and desiring to be considered shall submit five (5) hard copy packages, each consisting of one completed SF330 (latest edition) submission for the project as follows:


One (1) original hard copy of the SF330 Response, plus one (1) pdf format on CD-ROM to:


DOC/NOAA
Eastern Region Acquisition Division (ERAD)
Attn: Jennifer Peters
200 Granby Street, Suite 815
Norfolk, VA 23510


Four (4) hard copies of the SF330 Response, plus one (1) pdf format on CD-ROM to:


NOAA National Geodetic Survey
Attn: Michael L Aslaksen, Jr.
1315 East West Highway, SSMC3, Rm. 8657
Silver Spring, MD 20910-3282


SF330 Responses are due no later than 3:00 p.m. ET, July 30, 2019. The hard copy original SF 330 Response due to ERAD Norfolk constitutes the official-time stamp submission. Late responses will be handled in accordance with FAR 52.215-1, Instructions to Offerors - Competitive Acquisition.


The following limitations apply: Section E shall be limited to 25 resumes (including all key personnel resumes). Section F shall be limited to 8 projects and no more than 20 pages total. Section H shall be no more than 30 pages. Front and back side use of a single page will count as 2 pages. The overall submission package (Part I and Part II of SF 330) shall not exceed 100 pages. Each side of a single sheet of paper is considered a page, such that a single sheet of 8 ½ x 11, is two pages of the 100 page total, exclusive of Part (I and II) dividers and any single sheet front or back cover. The cover letter, table of contents, list of exhibits and list of acronyms are included in the 100 page total. Use no smaller than 9-point font for SF 330 forms and no smaller than 12-point font for non SF 330 pages (Section H). It is understood that the SF330 form may not be conducive to formatting; therefore, single line spacing and no less than 1-inch margins applies to Section H only. Pages in excess of the maximums listed for each section shall be discarded and not used in evaluation of the selection criteria. Furthermore, pages in excess of the overall maximum page limit shall be discarded and not used in the evaluation. The entire SF330 submittal (and each copy thereof) shall be contained in a 3-ring binder.


Responding firms are requested to state whether they are a large, small, small disadvantaged business, women-owned, HUBZone, veteran owned, or service disabled veteran-owned small business. All subcontracting or teaming arrangements must be included in the SF 330 and the business size of each.


If a large business is selected for a contract, it must comply with FAR 52.219-9 Small Business Subcontracting Plan (AUG 2018) clause regarding the requirement for submitting and negotiating a subcontracting plan on that part of the work it intends to subcontract. The following subcontracting goals are provided for developing subcontracting plans:


Business Category    Subcontracting Goals
Small Business    27%
Small Disadvantaged Business    0.75%
8(a)    N/A
Women-Owned Small Business    0.5%
HubZone Small Business    0.5%
Veteran-Owned Small Business    0.5%
Service-Disabled Veteran Owned    0.5%


No Pre-Submittal Conference is planned for this award. Interested parties should email any questions concerning this announcement to Jennifer Peters, Jennifer.Peters@noaa.gov and Tiffany Squyres, Tiffany.Squyres@noaa.gov no later than 3:00 p.m. ET, July 12, 2019. No other notification to firms under consideration for this work will be made.


Jennifer N Peters, Contract Specialist, Phone 7574416475, Email jennifer.peters@noaa.gov - TIFFANY SQUYRES, Phone 757-605-7405, Fax 757-664-3489, Email tiffany.squyres@noaa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP