Point Of Contact Not Available
REFERENCE NUMBER: N66001-14-T-0102
***LARGE BUSINESSES DO NOT NEED TO
RESPOND TO THIS NOTICE***
1. This Market Survey is issued for the
purpose of determining Small Business
capabilities. Small Business firms having the
capabilities to perform the tasking described in
this Market Survey are encouraged to
respond. It should be noted that any resultant
contract for services will require at least 50
percent of the cost of the contract
performance incurred to be expended for
employees of the concern proposing as a
prime. Please see FAR Clause 52.219-14,
Limitations on Subcontracting (Nov 2011) for
prescription and complete version of the
clause.
2. The Government anticipates this effort to
be a Firm Fixed Price type contract for
delivery of services in FY 2014. This is a new
requirement for Space and Naval Warfare
Systems Center, Pacific (SSC Pacific).
3. The Governments estimated dollar range
for this effort is: Below $150,000.
4. The applicable NAICS code is 541370 with
a size standard of $14,000,000 in annual
receipts.
5. The scope of the effort is as follows:
a. Conduct a hydrographic survey using a
multibeam echosounder system. The survey
vessel should be outfitted with a data
acquisition suite that integrates the sonar
returns, precise data timing, vessel motion,
and differential GPS positioning.
b. The multibeam sonar acquisition suite
should include the following representative
equipment systems to be mobilized for this
project:
-Multibeam Echosounder with FM Pulse
-Differential GPS Navigation System and
Motion Sensor
-Underway Conductivity Temperature and
Depth (CTD) with CTD Probe
-Data Acquisition Software Suite
c. The hydrographic survey shall be
conducted within the polygon defined by the
following decimal degree coordinates:
N 32.726805 W 117.386249
N 32.703686 W 117.397099
N 32.648625 W 117.326932
N 32.665591 W 117.309510
d. The survey process should minimize the
effects of sound velocity refraction by
reducing the available swath width and collect
adequate overlap between lines.
e. CTD casts should be well spaced to provide
a proper model of sound velocity through the
water column for the survey area.
f. The survey process shall provide 150%
coverage within the survey area with the
highest resolution possible within the
constraints of the representative equipment.
g. Data deliverables shall include the following:
-GSF, ASCII XYZ file of the processed
bathymetry
-All CARIS HDCS data
-All raw s7k multibeam files
-Other ancillary files
-Summary report
h. The survey shall meet International
Hydrographic Organization (IHO) Order 1a
specifications and Hydrographic Survey
Standards, American Congress of Surveying
and Mapping.
6. Interested parties are encouraged to
respond with the following information:
a. Capability information to
perform the services described above
b. Information on your vessel, hydrographic
equipment, and any information that may be
used to estimate your capability
c. Company location
d. Any additional comments,
questions, or suggestions about the work
statement
7. Responses shall include all of the following
information:
a. Company name, mailing address, phone
number, fax number, e-mail, and title of
designated point of contact.
b. Business type (Large, Small, Small
Disadvantaged, 8(a), Women-Owned,
HUBZone, Veteran Owned and/or Service
Disabled Veteran-Owned Business).
c. Business size including total annual
revenue, by year, for the past three years
and number of employees based upon North
American Industry Classification System
(NAICS) code 541370.
d. CAGE code and DUNS number (if available).
e. If responding as a small business concern,
discuss your ability to comply with the
requirements of FAR 52.219-14, Limitations
on Subcontracting.
This information may be used to determine
small business capability to perform a
potential contract. Respondents will not be
notified of the results of this evaluation. All
submissions become Government property and
will not be returned.
8. Responses shall be submitted by email to
the Contract Specialist by no later July 16,
2014.
Trapper Ballard
SSC Pacific Contract Specialist, Code 22560
[email protected]
9. Proprietary information, if any, should be
minimized and MUST BE CLEARLY MARKED. To
aid the Government, please segregate any
proprietary information from non-proprietary
information in your response. Please be
advised that all submissions become
Government property and will not be returned.
10. Contractor support shall not be utilized to
review or evaluate industry responses
11. Questions regarding this announcement
shall be submitted to the Contract Specialist
via email.
12. Responses to this sources sought are not
considered binding offers and will not be
accepted by the Government to form a
binding contract. The information provided in
the sources sought is subject to change. The
Government has not made a commitment to
procure any of the items discussed and
release of this sources sought shall not be
construed as such a commitment or as
authorization to incur cost for which
reimbursement would be required or sought.
Responders are advised that the U.S.
Government will not pay for any information or
administrative costs incurred in response to
this RFI. All costs associated with responding
to this RFI, and any follow-up information
requests, will be solely at the interested
partys expense. Not responding to this
sources sought does not preclude
participation in any future solicitation, if any is
issued. If a solicitation is released, it will be
synopsized on the Federal Business
Opportunities (FedBizOpps) website. It is the
responsibility of the potential offerors to
monitor this website for additional information
pertaining to this requirement.
Bid Protests Not Available