SOLICITATION NOTICE
T -- Surveying Services for U.S. Army Corps of Engineers Wilmington District, NC and VA
- Notice Date
- 3/8/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps of Engineer, Wilmington District - Civil Works, CESAW-CT, PO Box 1890, Wilmington, NC 28402-1890
- ZIP Code
- 28402-1890
- Solicitation Number
- DACW54-02-R-0004
- Response Due
- 4/8/2002
- Archive Date
- 5/8/2002
- Point of Contact
- Hilda Ayers, 910-251-4862
- E-Mail Address
-
Email your questions to US Army Corps of Engineer, Wilmington District - Civil Works
(hilda.d.ayers@saw02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA CONTRACT INFORMATION: Surveying services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various projects for the U.S. Army Corps of Engineers - Wilmington District, NC and VA, and may include work within the South Atlantic Division boundary. It is anticipated that two indefinite delivery contracts will be negotiated and awarded, each with a base period not to exceed one year with two option periods, not to exceed one-year each. The amount of work in each contract period will not exceed $500,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiating a firm-fixed price task order not to excee d the base contract amount. Task orders will be assigned to contractors based on location of work, capability, including equipment and technical skills, and availability to do the work required. The contracts are anticipated to be awarded in June 2002. The announcement is open to all businesses - regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a Small Business Subcontracting Plan on that part of the work it intends to subc ontract. The FY02 subcontracting goals for the Wilmington District which will be considered in the negotiation of this contract are: (1) at least 61.4% of a contractor's intended subcontract amount be placed with small business (SB), including small disadv antaged businesses (SDB) and women-owned small businesses (WOSB); (2) at least 9.1% be placed with SDB; (3) at least 5.0% be placed with WOSB; and (4) at least 3.0% be placed with Service-Disabled Veteran-Owned Small Business. The wages and benefits of ser vice employees (see FAR 22.10) performing under these contracts must be at least equal to those detemined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via CCR internet site at www.ccr.gov or by contacting the DoD Electronic Commerce Information CEnter at 800-334-3414. PROJECT INFORMATION : Work consists of all types of surveys and the associated production of maps and design documents. These surveys consist of topographic and hydrographic, including lake and river bottoms and offshore beach profiles, planimetric, cadastral, location, const ruction, layout, and route surveying. Horizontal and vertical control surveys of at least second order accuracy are expected. Mapping submittals will be required in Intergraph MicroStation CADD format (.dgn files) and Intergraph InRoads surface modeling fo rmat (.dtm files). SELECTION CRITERIA: See Note 24 for a general description of the A-E Selection Process. The selection criteria for this particular project are listed below in DESCENDING order of importance. Criteria A -D are PRIMARY. Criteria E - G a re Secondary and will ONLY be used as 'tie-breakers' among technically equal firms. A. Qualified personnel in the following key disciplines: Registered land surveyors and engineering, surveying, and CADD technicians. The evaluation will consider educat ion, training, registration, overall and relevant experience, and longevity with the firm. B. Specialized experience and technical competence for all types of surveys and the associated production of maps and design documents. C. Capacity to perform appr oximately $500,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. (1) Firm must have the ability to provide a minimum of thr ee 3-man survey parties of competent personnel with the required equipment; (2) Firm must be able to respond on short notice and meet delivery schedules; and (3 ) Firm must have sufficient equipment to meet schedules. Firms responding to this notice must furnish a list of all company-owned and leased survey equipment, including boats and 4-wheel drive vehicles. D. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. E. Knowledge of the Locality: Familiarity with the conditions, control and regulations effecting work in portions of North Car olina and Virginia within the Wilmington District boundaries. F. SB and SDB participation: Extent of participation of small business, small disadvantaged business, historically black colleges and universities, and minority institutions in the proposed cont ract, measured as a percentage of the total estimated effort. G. Equitable Distribution of DoD contracts: Volume of DoD contract awards in the last 12 months as described in Note 24. SUBMISSION REQUIREMENTS: See Note 24 for general submission requireme nts. Interested firms having the capabilities to perform this work must submit two (2) copies of the SF 255 (11/92 edition) and two (2) copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in SF 255, Block 3b. In SF 255, B lock 10, describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. In Block 10, also indicate the estimated percentage involvement of each firm on the proposed team. SOLICITATION PACKAGES ARE NOT PROVIDED . NAICS 541370 (Previously SIC 8713).
- Place of Performance
- Address: US Army Corps of Engineer, Wilmington District - Civil Works CESAW-CT, PO Box 1890, Wilmington NC
- Zip Code: 28402-1890
- Country: US
- Zip Code: 28402-1890
- Record
- SN00038292-W 20020310/020308213347 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |