The USDA/ARS/SEA, Crop Production Systems Research Unit, 141 Experiment Station Road, Stoneville, MS 38776 has a requirement for Worldview 3 satellite imagery for research studies. Work is to be completed by contractor in strict accordance with Statement of Work (SOW) attachment.
This is a combined synopsis/solicitation for commercial/item services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Solicitation number 12405B21Q0068 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-04. The associated North American Industry Classification Systems (NAICS) code is 541360 (Geophysical Surveying and Mapping Services).
This requirement is for the following:
Satellite imagery to be used with image processing software to divide soybean fields into management zones and to monitor the effects of herbicide damage to soybean fields throughout the growing season. On-demand satellite imagery with high spatial resolution is required for the research study. The current study focuses on testing the spatial, the spectral, and on-demand capabilities of the Worldview 3 satellite imaging system to meet the goals specified above.
Note: ARS researchers have indicated that they would task (on-demand satellite imagery) and test Worldview satellite imagery to meet the initiatives of the current 5-year project plan.
The Government anticipates award of a firm fixed price (FFP) contract.
Contractors responding to this announcement shall submit their quote in accordance with FAR 52.212-1.
Submission of quotes must address the following evaluation factors:
As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the USDA/ARS will provide no hard copies.
All interested offerors should submit priced quotes along with completing Standard Form 18 (SF 18) by email only to [email protected] on or before June 8, 2021, no later than 4:00 p.m. Central Daylight Time (CDT).
The basis for award shall be the Lowest Price Technically Acceptable (LPTA). LPTA means the expected outcome of the acquisition is selection of the technically acceptable quote with the lowest evaluated price. For evaluation purposes, technical capability and past performance are approximately equal to price.
All interested offeror's (prime contractors & subcontractors) should register at https://beta.sam.gov/ so that others will know of your interest in participating in this procurement. A Bidder's List WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Offeror's responsibility to register at the beta.sam.gov website. Offerors are advised that they are responsible for obtaining ALL solicitation documents and acknowledging any amendments and should re-visit the beta.sam.gov website periodically to check for any modifications to this notice, updates, or amendments without further notice from the USDA. Prospective contractors shall complete electronic annual representations and certifications and shall be registered in the System for Award Management database at https://beta.sam.gov/.
Address ALL questions in WRITING ONLY to the issuing office via email to [email protected]. NO telephone inquiries will be accepted.