Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2004 FBO #0802
SOLICITATION NOTICE

C -- MULTIPLE INDEFINITE DELIVERY ENGINEERING SERVICES CONTRACT FOR SURVEYING, MAPPING, GIS, AND DRAFTING SERVICES ON VARIOUS PROJECTS ASSIGNED TO THE TULSA DISTRICT

Notice Date
2/5/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-04-R-2009
 
Response Due
3/10/2004
 
Archive Date
5/9/2004
 
Point of Contact
Diedrie Hurd, 918-669-7272
 
E-Mail Address
Email your questions to US Army Engineer District, Tulsa
(Diedrie.Hurd@swt03.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: Miscellaneous Professional Surveying, Mapping, GIS and Drafting Services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required in support of Various Projects Assigned to the Tulsa District. M ost of the work will be located within Oklahoma, Kansas, Arkansas, and Texas. A minimum of two indefinite delivery contracts will be negotiated and awarded with a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period will not exceed $1,000,000. 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 negotiated firm fi xed-price task orders not to exceed the contract amount. The selection authority will consider the following factors in deciding which contractor will be selected to negotiate a contract: performance and quality of deliverables under a current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. This is not a request for proposal and there is no bid package. This procurement is unrestricted. T he minimum award under this contract is $20,000 in the base year or $10,000 in an option year. Contractors will be selected for negotiations based on their qualifications submitted in accordance with this announcement. This announcement is open to all bu sinesses 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 subcontracting plan on that part of the work it intends to subcontract. For your information, the subcontract ing goals for the Tulsa District are 60% for small business (SB), 10% for small disadvantaged business (SDB), 10% for woman-owned small business (WOSB), 5% for veteran-owned small business (VOSB), 3% for service-disabled veteran-owned small business (SDVOS B), and 3% for HUBZone. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined 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 the CCR Internet site at http:ccr.edi.disa.mil or by contacting the DoD Electro nic Commerce Information Center at 800/334-3414. 2. PROJECT INFORMATION: Surveying services required under these contracts include: Control networks for establishing vertical and horizontal survey control & state plane grid coordinate systems, ground con trol for developing photogrammetric maps, detailed topographic mapping and planimetric surveys, land boundary surveys, profile and cross sections, and road surveys. Conventional and GPS methods are acceptable; databases, maps, raster files created for use with geographic information systems. 3. A-E QUALIFICATIONS: The selected firm must be fully capable of furnishing survey data Microstation (*.DGN) graphics format and ASCII files directly loadable to Environmental Systems Research Institute, Inc. (ARC/INF O) Systems. Land boundary surveys require direct & continuous on ground supervision by a licensed land surveyor registered in the state where the work is to be performed. Names and qualifications of registered professional land surveyors must be fully do cumented. Disciplines experienced with using CADD equipment must also be documented. Contractor must provide a list of appropriate surveying equipment, CADD graphics equipment, GIS software and translators to provide files for compilation of data. Types of data storage such as compact disks, CDROM disks, file transfer protocol etc. shall be documented. 4. SELECTION CRITERIA: See Note 24 for general selection process. The primary selection criteria for this particular contract are listed below in descending order of importance. Criteria A. through E. are primary. Criteria F. through H. are secondary and will only be used as 'tie-breakers' among technically equal firms. A. Professional Qualifications for satisfactory performance of the required services. B. Specialized Experience and technical competence in the type of work required. C. Past Performance on contracts with Government agencies and private ind ustry in terms of cost control, quality of work, and compliance with performance schedules. D. Capacity to respond quickly, mobilize qualified personnel, and produce quality results under short deadline constraints. E. Knowledge of the locality and the s tates coordinate system. The following secondary criteria shall be used as tiebreakers. F. Participation of small and small disadvantaged businesses measured as a percentage of the total anticipated contract effort. G. Geographic proximity. Location of firm in relation to the location of the Tulsa District. H. Volume of work previously awarded to the firm by the DoD with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small and disadvantaged busi ness firms. and firms that have not had prior DoD contracts. 5. SUBMISSION REQUIREMENTS: See Note 24 for general submittal requirements. Interested firms having the capabilities and qualifications to perform this work must submit one copy of the SF 255 (11/92 edition) and one copy of the SF 254 (11/92 edition) for the prime firm and all subcontractors to the above address no later than 2:30 p.m., ROOM 350, on March 10, 2004. Regulation requires that the selection board not consider any submittals receiv ed after this time and date. Submittals must be received not later than 2:30 p.m., Central Time, in Room 350, on March 10, 2004 to be considered for the resulting contract. Solicitation packages are not provided. The SF 255 should specifically address th e requirements of this announcement. The firm shall present a proposed organization chart and a narrative describing how the organization will function. Those functions to be subcontracted out and to which location shall be clearly identified and at what office (specify the address of the office and key person that is assigned there in Block 7C). Include in your submittal the firm's ACASS number in SF 255, Block 3b. For ACASS information, call 503/808-4590. In SF 255, Block 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. This is not a request for proposal. Cover letters and extraneous mater ials are not desired and will not be considered. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor's qualifications for the contract will be conducted only after the submittal review by the selection b oard. Interviews will be conducted by telephone. Questions should be addressed to: Ms. Susan Killgore at 918/669-7136, U.S. Army Engineer District, Tulsa, 1645 S. 101st East Avenue, Tulsa, Oklahoma 74128-4609.
 
Place of Performance
Address: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
Country: US
 
Record
SN00516990-W 20040207/040205212624 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.