The Bureau of Reclamation intends to award on a sole source basis with MaxDepth Aquatics Inc., of Bend, Oregon, to acquire the work that involves Upper Klamath Lake nearshore substrate data analysis and GIS development Geospatial Data Requirements: GIS mapping shall be performed using Environmental Systems Research Institute's (ESRI) GIS systems. Electronic files of GIS mapping layers shall be provided to Reclamation on CDROM at the conclusion of the study. Format of GIS mapping data shall be either ArcInfo geodatabases, ArcInfo export coverages (e00 files), or ArcView shapefiles with prior approval by Reclamation. GIS images shall be in a non-glossy format using either GeoTIF or ERDAS Imagine. All data shall be delivered in Universal Transverse Mercator (UTM) projection, Zone 10, datum NAD83, and in meter units. All data will be in compliance with applicable FGDC content and accuracy standards (downloadable from http://www.fgdc.gov/standards/documents/standards/accuracy/chapter3.wpd). Accuracy statements reported by MaxDepth, Inc. shall be completely and thoroughly substantiated by providing full disclosure in the form of metadata. Metadata, or information describing the geospatial data, shall be delivered for all data layers at the same time as the data itself. Reclamation will review and approve the metadata provided by the Contractor prior to acceptance. All metadata will be compliant with the Federal Geographic Data Committee Standard Content Standard for Digital Geospatial Metadata, FGDC-STD-001-1998. This document can be downloaded from: http://www.fgdc.gov/metadata The proposed action is for services for which the Government intends to award sole source with only one souce under the authority of FAR 13.106-1(b). The government believes that only one responsible source can readily provide the product listed above that will satifsy the agency needs. Any firm or individual that believes it can furnish the items described are encouraged to give written notification to the Contracting Officer. Supporting evidence must be furnished, in sufficient detail to demonstrate the ability to comply with the above requirements, to include positive past performance. All responses recieved by close of business August 30, 2005 will be considered by the Government. A determination by the Government not to compete this proposed action based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Inquiries will be accepted by FAX at (541) 884-9053 ATTN: Jeanie Sawyer or by electronic mail at
[email protected].
Bid Protests Not Available