SOLICITATION NOTICE
C -- Architect-Engineering Services for Hydrographic Survey and Mapping Services
- Notice Date
- 2/12/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-04-R-0018
- Response Due
- 3/19/2004
- Archive Date
- 5/18/2004
- Point of Contact
- Tony Van Loenen, 509-527-7212
- E-Mail Address
-
Email your questions to US Army Engineer District, Walla Walla
(tony.r.vanloenen@nww01.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Walla Walla District intends to award one contract for Architect-Engineer (A-E) surveying and mapping services procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. One indefinite delivery contract will be awarded, with a base period not to exceed one (1) year with four (4) option periods not to exceed one (1) year each. The order limit for each contract period will not exceed $500,000. The Government may exercise option periods when the contract amount for the base period or p receding option period is nearly or completely exhausted. Work will vary in scope and size and will be assigned by individually negotiated firm fixed price task orders. A firm fixed price rate schedule encompassing subsequent task orders will be negotiat ed prior to contract award. This announcement is 100% small business set-aside. The small businessess size standard is average annual receipts for the preceding three (3) fiscal years must not exceed $4.0 million. The North American Industrial Classifica tion System code for this acquision is 541370. The wages and benefits of service employees (FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined rel ative to the employee??????s office location. 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://www.ccr.gov or by contacting the DoD Electronic Comme rce Information Center at 1-800-334-3414. PROJECT INFORMATION. Primary assignments are located within the states of Oregon, Washington, and Idaho; however, work may be assigned in Walla Walla District portions of Wyoming, Montana, Utah and Nevada, or at the location of any other Corps of Engineers District requesting assistance. Services required include, but may not be limited to, survey and mapping efforts specific to (1) High order accuracy multi-beam bathymetric surveys for dam stilling basin analysi s, navigation channel status and quantity determinations; (2) Hydrographic transect and topographic surveys designed for riverbed condition analysis, profiling and quantity determinations; (3) Real time global positioning system (GPS) control surveys for hydrophone and transducer instrumentation monitoring in support of fish behavioral studies. (4) Conventional land surveying encompassing geodetic control, cadastral and boundary surveys, standard and valley type transect surveys, topographic, engineering design, and construction surveys; (5) Photogrammetric control surveys for pre-mark panel establishment with three dimensional positioning in support of Standard, Aerial Global Positioning System, and Light Detection and Ranging (LIDAR) surveys; (6) Utili zation of aircraft, dual frequency gps, electronic directional and leveling instruments, automated data collection, and fully integrated echo sounding equipment and positioning systems with 22 to 26 foot survey vessel is required. Specified bathymetric wor k may require the incorporation of side-scan sonar, acoustic doppler profiler or other water quality instrumentation to meet Government requirements; (7) Mapping in two and three dimensions explicit to required conventional and hydrographic surveys; (8) P hotogrammetric mapping services consisting of stereo and/or analytical compilation, digital orthophotgraphy production, aerial photo processing, generation and/or scanning of vector drawings from photos and raster files, and Geographics Information Service s (GIS) including digital file translations to alternate formats; (9) Automated data processing with Computer-Aided Design and Drafting (CADD) systems employing standard to the industry equipment, hardware and software. Resulting graphic data sets and fi le formats must be completely compatible with, and be capable of being loaded directly to, the Bentley Systems Inc. Microstation (DGN) processing software; (10) Production and recordation of cadastral/boundary maps and documents according to appropriate State and County requirements. (11) Services shall be supervised by a Professional Land Surveyor(s) registered to practice in the State(s) of Oregon, Idaho, and Washington with specified services directed by a certified hydrologaphic surveyor or photogrammetrist. (12) A valid U.S. Coast Guard license to pilot passenger carrying vessels is required for personnel operating vessels while conducting surveys with Gover nment representatives on board. All assignments are accomplished in full compliance with established Corps of Engineer??????s engineering manuals and health and safety requirements, Walla Walla District technical requirements and other policies requisite to special site conditions, task requirements and as deemed necessary by the District's Contracting Officer or designated representative(s). SELECTION CRITERIA. The criteria for evaluation and selection are listed below in descending order of importance. Criteria 1-7 are primary. Criteria 8 and 9 are secondary and will only be used as tie-breakers for firms rated technically equal. 1. Personnel qualifications considering education, training, licensing, technical certification, professional registration , firm tenure and relevant experience as specified. 2. Firm experience and technical competence in the survey and mapping disciplines and procedures specified. 3. Possession or capability to readily obtain through purchase, lease or rent, the instrumen ts, equipment, hardware and software required to meet the survey and mapping requirements listed in the project information. 4. Ability to process and submit data, information and mapping for required surveys to District established specifications in ele ctronic formats primarily including but not limited to; ASCII, EXCEL, JPEG and Microstation (DGN) formats. 5. Capability and capacity relative to short suspense dates and rapid response actions. 6. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Unsatisfactory or marginal past performance evaluations will be considered in the selection process. 7. Knowledge of the Columbia, Snake, and Cle arwater Rivers, their basins and tributaries. 8. Location of the firm in the general geographical area of the Walla Walla District. 9. Volume of Department of Defense (DOD) contract awards in the last 12 months. SUBMISSION REQUIREMENTS. Interested fi rms having the capabilities to perform this work must submit two (2) copies of SF 254 and two (2) copies of SF 255 for the prime and all consultants. Only the 11/92 edition of the SF 254 and SF 255 are acceptable. SF 254s and SF255s must be submitted to th e above address not later than 4:00 PM on the response date indicated above. The SF 255 shall not exceed 50 pages, including no more than 5 pages for Block 10. Use no small er than 12-font type. Include the firms ACASS number in Block 3b of the SF 255. For ACASS information, call 503/808-4590. Include the request for quote number in Block 2b of SF 255. In SF 255, Block 10, describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. Facsimile transmissio ns are not acceptable and solicitation packages are not provided. Phone calls regarding technical issues will not be accepted and personal visits to discuss this project will not be scheduled. This is not a request for proposal and no other general notific ation will be made. Submittals must be received at U.S. Army Corps of Engineers, Walla Walla District, Attention: Charlene Duncan, Contracting Division, 201 North Third Avenue, Walla Walla Washington 99362-1876 within 30 days from the date of this announce ment. POINT OF CONTACT. Tony Van Loenen, 509/527-7212. All questions must be submitted in writing to Walla Walla District at tony.r.vanloenen@nww01.usace.arm y.mil.
- Place of Performance
- Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
- Zip Code: 99362-1876
- Country: US
- Zip Code: 99362-1876
- Record
- SN00521631-W 20040214/040212212747 (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 |