Florida Bids > Bid Detail

Commercial Aerial and Ground Construction Photography Services

Agency:
Level of Government: Federal
Category:
  • T - Photographic, Mapping, Printing, and Publications Services
Opps ID: NBD00159311829215813
Posted Date: Mar 18, 2024
Due Date: Mar 27, 2024
Source: https://sam.gov/opp/13f308c5da...
Follow
Commercial Aerial and Ground Construction Photography Services
Active
Contract Opportunity
Notice ID
W912EP24Q0007
Related Notice
W912EP24Z0015
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SAD
Office
W074 ENDIST JACKSNVLLE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 18, 2024 08:32 am EDT
  • Original Published Date: Mar 12, 2024 03:27 pm EDT
  • Updated Date Offers Due: Mar 27, 2024 12:00 am EDT
  • Original Date Offers Due: Mar 27, 2024 12:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 28, 2024
  • Original Inactive Date: Mar 28, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: T010 - PHOTO/MAP/PRINT/PUBLICATION- GENERAL PHOTOGRAPHIC: STILL
  • NAICS Code:
    • 541922 - Commercial Photography
  • Place of Performance:
    Jacksonville , FL 32227
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Government reserves the right to award without discussions. In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a quotation which shall be considered by the agency.





The Combined Synopsis/Solicitation Number: W912EP-24-Q-0007





This is a Request for Quotation (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-02 (02 Jan 2022).





The U.S. Army Corps of Engineers, Jacksonville District anticipates establishing a single-award, priced Blanket Purchase Agreement (BPA). All work is to be performed in accordance with the Performance Work Statement (PWS), Blanket Purchase Agreement (BPA) guidelines, contract clauses and wage determination. This requirement is a 100% Small Business Set-Aside in accordance with FAR Subpart 19.5. The associated NAICS code for this requirement is 541922-Commercial Photography, with a small business size standard of $9.0 Million. Quotes will be evaluated in accordance with FAR Clause 52.212-2. Prospective vendors must be actively registered with the SAM.GOV system and are required to be within a geographical distance that would allow for a response time no longer than 8 hours to provide emergency services. The offeror is responsible to download any amendments and other documents from this website without further notice from USACE Jacksonville District, Florida.





Note: The Period of Performance (POP) for this BPA shall be five (5) years. Each BPA Call Order will incorporate its own POP.



Location of Work: The work shall be performed at the contractor’s facility and in various locations in the State of Florida.



The provision at 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition.



Addendum to 52.212-1





Questions: Any questions regarding this solicitation should be submitted via email to



Glenn.I.Jenkinson@usace.army.mil not later than 1200 pm EST on 15 March 2024.





OFFEROR PREPARATION INSTRUCTIONS



These instructions prescribe the format of the offer and describe the approach for the development and presentation of proposal data. These instructions are designed to ensure the submission of all necessary information. Offerors shall submit an electronic copy of their offer but see FAR clause 52.212-1(f)(2)(i) regarding the timeliness of electronic proposals. Offer must be e-mailed to Glenn.I.Jenkinson@usace.army.mil.





To aid in the evaluation process, offer shall be complete, comprehensive, and clearly presented. Offer shall be neat, indexed, and assembled in an orderly manner. All pages shall be appropriately numbered and identified with the Request for Quote (RFQ) number. Include only information that is relevant to this requirement. A complete quotation shall consist of the following three sections.






  • Section I-Technical






  • Section II-Past Performance information






  • Section III-Price





a. Technical: (Factor 1) Contract manager (primary photographer) must have a minimum of 10 years of recent and relevant commercial aerial and ground construction photography experience, in photographing construction projects utilizing manned helicopter or fixed-wing aircraft. Experiences utilizing Unmanned Aerial Vehicles (UAV’s), or drones is not relevant to this requirement.





b. Past Performance: (Factor 2) The Government intends to review any past performance information submitted and from any source available. Past Performance will be evaluated as either acceptable or unacceptable.



c. Price: (Factor 3) Price shall be included in the Pricing Exhibit provided in this combined synopsis/solicitation. (Evaluated by comparison to the independent government Estimate (IGE) as per FAR 13.106-3(a)(vi)).



Ensure the quotation is submitted in PDF format. Spreadsheets shall be submitted in Excel document format.



(End of provision)





The provision at 52.212-2 Evaluation--Commercial Items, applies to this acquisition.



Addendum to FAR 52.212-2





The Government will evaluate each quotation strictly in accordance with its contents. A quotation that is unrealistic in terms of technical quality or price will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the contractual requirements. Such quotations may be determined unacceptable. The Government anticipates establishing a single-award, BPA to provide the services listed in the PWS in accordance with the procedures authorized in FAR Part 13, Simplified Acquisition Procedures, and considering the following factors: (1) Technical; (2) Past Performance, and (3) Price.





BASIS FOR AWARD





The award will be made based on the best overall (i.e., best value continuum) quotations that are determined to be the most beneficial to the Government, with appropriate consideration given to three (3) evaluation factors: Technical, Past Performance, and Price. The Contracting Officer will use a Lowest Price Technically Acceptable (LPTA) process to determine which offers represents the best value to the Government.





a. Technical Specifications and Evaluation: The Offeror shall meet the minimum qualification requirements and demonstrate experience as follows:






  • Contract manager/primary photographer having a minimum of 10 years of recent and relevant commercial ground construction photography.

  • Capability to include the utilization of manned helicopter or fixed-wing aircraft.



Evaluator(s) shall assign a rating which falls within one of the following ranges according to the degree to which the offeror meets the minimum requirements described above:





(1) Acceptable—Proposal clearly meets the minimum requirements of the solicitation/PWS.





(2) Unacceptable—Proposal does not clearly meet the minimum requirements of the



solicitation/PWS.





b. Past Performance Evaluation: For Past Performance, the offeror must submit documentation of one to three project(s) demonstrating relevant experience with commercial ground construction photography utilizing manned helicopter of fixed-wing aircraft. Past Performance experience must be within the last five years. Past Performance will be rated “Acceptable” or “Unacceptable.” The Government will use any available information to evaluate past performance.





NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.





Evaluator(s) shall assign a rating which falls within one of the following ranges according to the degree to which the offeror meets the minimum requirements described above:





(1) Acceptable— Based on the offeror’s performance record, the Government has a reasonable



expectation that the offeror will successfully perform the required effort, or the offeror’s performance record is unknown.





(2) Unacceptable— Based on the offeror’s performance record, the Government



does not have a reasonable expectation that the offeror will be able to successfully perform the required effort.





For acceptable past performance the supplier/offeror must not have an unsatisfactory past performance history. (Examples of an unsatisfactory past performance history include but are not limited to; services provided were not performed at a satisfactory level, unresponsiveness to contractual problems, and terminations for default.)





c. Price/Cost Evaluation: The offeror shall submit a Firm Fixed Price (FFP) for each discipline/category for all five years, in order to establish the Blanket Purchase Agreement (BPA). No level of effort (LOE) will be presented in this combined synopsis/solicitation. The contract specialist will evaluate all pricing in accordance with (IAW) FAR 13.106-3(a)(vi)). All pricing will be submitted on the Price Exhibit attached to this combined/synopsis/solicitation.



(End of provision)





The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.





The clause at 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition.









The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition.





Additional FAR clauses cited in 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, that apply to this acquisition




  • 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

  • 52.204-13, System for Award Management Maintenance

  • 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services of Equipment. (Nov 2021)

  • 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023) Section 102 of Division R of Pub. L. 117-328).

  • 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended.

  • 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters

  • 52.219-6 Notice of Total Small Business Set-Aside

  • 52.219-14 Limitations on Subcontracting. (Oct 2022)

  • 52.219-28 Post Award Small Business Program Rerepresentation (SEP 2023) (15 U.S.C. 632(a)(2)).

  • 52.222-3, Convict Labor (JUN 2003) (E.O. 11755).

  • 52.222-21, Prohibition of Segregated Facilities (APR 2015).

  • 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246).

  • 52.222-35 Equal Opportunity for Veterans

  • 52.222-36, Equal Opportunity for Workers with Disabilities (UJN 2020) (29 U.S.C. 793).

  • 52.222-37 Employment Reports on Veterans.

  • 52.222-40 Notification of Employee Rights Under the National Labor relations Act

  • 52.222-41 Service Contract Labor Standards

  • 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).

  • 52.222-55 Minimum Wages Under Executive Order 13658 and 14026

  • 52.232-33, Payment by Electronic Funds Transfer-Other than System for Award Management (JUL 2013) (31 U.S.C. 3332).

  • 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. 206 and 41 U.S.C. chapter 67).

  • 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

  • 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) (E.O. 13658).

  • 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706).

  • 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).

  • 52.222-54, Employment Eligibility Verification (MAY 2022) (E. O. 12989).

  • 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) (E.O. 13658).

  • 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706).




  • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). 52.225-13 Restrictions on Certain Foreign Purchases

  • 52.232-33 Payment by Electronic Funds Transfer—System for Award Management

  • 52.233-4 Applicable Law for Breach of Contract Claim



Additional Provision that applies to this acquisition:




  • 52.204-7 System for Award Management

  • 52.204-16 Commercial and Government Entity Code Reporting

  • 52.204-22 Alternative Line-Item Proposal

  • 52.204-24. Representation Regarding Certain telecommunications and Video Surveillance Services or Equipment.

  • 52.209-7, Information Regarding Responsibility Matters

  • 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law

  • 52.209-12, Certification regarding Tax Matters.

  • 52.222-56, Certification regarding Trafficking in Persons Compliance Plan.

  • (End of Provisions)



Additional Clauses that apply to this acquisition:




  • 52.203-3 Gratuities

  • 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements

  • 52.204-13 System for Award Management Maintenance

  • 52.204-18 Commercial and Government Entity Code Maintenance

  • 52.204-19 Incorporation by Reference of Representations and Certifications

  • 52.204-21 Basic Safeguarding of Covered Contractor Information Systems

  • 52.232-40 Providing Accelerated Payments to Small Business Subcontractors

  • 252.201-7000 Contracting Officer's Representative

  • 252.203-7000 Requirements Relating to Compensation of Former DoD Officials

  • 252.203-7002 Requirement to Inform Employees of Whistleblower Rights

  • 252.204-7004 Alternate A, System for Award Management

  • 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

  • 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

  • 252.225-7012 Preference for Certain Domestic Commodities

  • 252.225-7048 Export-Controlled Items

  • 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

  • 252.227-7015 Technical Data--Commercial Items

  • 252.227-7037 Validation of Restrictive Markings on Technical Data

  • 252.232-7010 Levies on Contract Payments

  • 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel



Fill-In Clauses that apply to this acquisition:




  • 52.219-28 Post Award Small Business Program Rerepresentation



(g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:



The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code 541922.




  • 52.252-6 Authorized Deviations in Clauses



(a) The use in this contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.



(b) The use in this contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.



Open Market pricing is required.





Anticipated Award Date is April 15, 2024



Technical inquiries and questions relating to this combined synopsis/solicitation are due by 12:00 PM EST, March 27, 2024.



Questions shall be sent via email to Glenn.I.Jenkinson@usace.army.mil and Gerald.L.Garvey@usace.army.mil. When submitting questions, please include the combined synopsis/solicitation number and project title.



The government reserves the right to limit and/or to not respond to any further questions pertaining to this project received after March 19, 2024. Offerors should base their offers on the information provided in the combined synopsis/solicitation and all issued amendments thereto.



All answer(s) to technical inquiries and questions will be reviewed by the Procurement Development Team (PDT). Answers to technical inquiries may result in amendments to the combined synopsis/solicitation. If an amendment is issued, it will be posted on the Government Point of Entry website (SAM.gov).



Proposals are due by 12:00 PM EST, March 27, 2024. Proposals shall be sent via email to Glenn.I.Jenkinson@usace.army.mil, and Gerald.L.Garvey@usace.army.mil.





Attachedments:



Blanket Purchase Agreement



Performance Work Statement (PWS)



QASP



Blank Pricing Sheet



Wage Rate Determination




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 701 SAN MARCO BLVD
  • JACKSONVILLE , FL 32207-0019
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >